No preview available
HomeMy WebLinkAboutAG 16-115 - Graham Contracting Ltd RETURN TO: PW ADMIN EXT: 2700 ID#: 6 j CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/LIV: PUBLIC WORKS/STREETS ORIGINATING STAFF PERSON:JOHN MULKEY EXT:2722 3. DATE REQ.BY:ASAP �. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACTAMENDMENT(AG#):16-115 ❑ INTERLOCAL ❑ OTHER CHANGE ORDER#20 �. PROJECT NAME:PACIFIC Hwy S HOV LANES PHASE V(C 340T"ST TO S 359TH ST) i. NAME OF CONTRACTOR:GRAHAM 0)N-1 RAC'I l`i LTD. `• ADDRESS: 1.3555 SE 36TH S I RFFT.SUITE 120 BELLEVUE,WA 98006 TELEPHONE(425)691-3591 E-MAIL.:_ FAX: SIGNATURE NAME:GREG RITKE _ TITLE:GM US INFRASTRUCTURE �. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE#08100723 BL,EXP. 12/31/19 UBI# 601409487 ,EXP.08/31/19 `. TERM: COMMENCEMENT DATE:AUGUST 25, 2016 COMPLETION DATE:UPON COMPLETION(411.5 WD) i, TOTAL COMPENSATION:$6,032.13 THIS C.O./$16,980,220.24 TOTAL (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO:306-4400-165-595-30-650 I. DOCUMENT/CONTRACT REVIEW INITIAL/DATE&EVIEWED INITIAL/DATE APPROVED q.PROJECT MANAGER ]fLrM DEPUTY DIRECTOR ! DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) N LAW DEPT I} 0. COUNCIL APPROVAL(IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING ❑ SENT TOVENDOR/CONTRACTOR DATE SENT: 103 I/9 DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDERINOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT *'� SIG*JA1oln'(MAYOR OR DIRECTOR) C lZ I 'p,Cn ti I.F.Itk 1� 0 ❑ ASSIGNED AG 11 AG# �CMI6T ❑ SIGNED COPY RETURNED DATE SENT: ❑RETURN ONE ORIGINAL-OMMEN ;X CUTET2 ORIGINALS. If/r 6 ( �C G•V V�' fir^ t 4/2017 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG#16-115 20 August 26,2019 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE PacificIli�h�t a ` Sat�tlr_1I0%' Lancs Phase Y (S 340'h Street to S 359'h Street) Graham C�ontractin_a, Ltd. PROJECT TITLE A CONTRACTOR SUMMARY OF PROPOSED CHANGES: This change addresses Contract time for force accounts that were presented with Graham Serial Letter(GSL) 316, Exhibit B on August 26, 2019. As detailed in the City's response via KPG Serial Letter (KSL) 128, the City agrees that these force accounts, all of which have been paid confirming their validity, pertain to critical path activities for which time should be added to the Contract. As this added time all takes place within the same October 2016 to December 2017 timeframe evaluated for Change Order 06, this change is considered a correction supplement to unilaterally executed CO #06. The analysis included herein covers the same time period and same force accounts as CO #06 along with those added per GSL 316. The time added per this change is the total corrected for this review period minus that already given per unilaterally executed CO#06. As per the previous analysis with CO #06, a summary of force account dollars spent is included for comparison to original bid item estimates. Time spent up to the bid item value was not added to the Contract as this time was already budgeted in the base Contract. For instance, all labor hours accrued for A209 for Unexpected Site Changes were considered Base Contract until A209's total (for labor, equipment, materials and subcontracted work) reached $20,000. All labor hours applied to A209 past that point for critical path activities were credited as added time. See Attachment A for all force account bid item summaries. With working Days rounded up to the nearest half, the total added Contract time per this Change Order is 5.0 days. As a result,the liquidated damages currently assessed will be reduced by 5.0 days upon execution of this Change Order.The Required Completion period is adjusted from 514.0 to 519.0 days as detailed below: 350 days per original Contract +48.5 per CO#06 for Original Evaluation of Force Accounts#001 through 319 (10/2016— 12/2017) + 13.0 per CO#10 IUOE 302 Strike +74.5 per CO #13 for Continuation of Force Accounts 320 through 660(to end of project) +25.0 per CO#14 for Bid Item Work for All FWDs +3.0 per CO#18 for CenwaLink Design Changes =514.0 days prior to this change +5.0 dasper CO 420 =519.0 days to Required Completion(169.0 days added total) As with the CO #13 successor to CO #06, an analysis was performed comparing all force account time for critical path activities to the Weekly Statements of Working Days (WSWDs) to which they applied. All time that took place on weather days,weekends,and nights that were not charged to the project were removed from the calculation for time added. All labor hours that cumulatively exceeded the daily time charged per the WSWD were also removed and will not be credited toward reduction of liquidated damages because they were never charged to the project or included with the LD calculation to begin with. See Attachment B for this analysis with notes pertaining to each adjustment made in the "Review Notes — Response to GSL 316" column. All force account durations listed in Attachment B are equal to the longest labor duration worked for that activity. See Attachment C which details all labor hours worked for each force account as taken directly from each force account log. 1 Additionally, bid items that are time-dependent are adjusted to add these associated working days and extend their total costs (or portions of their costs related to time for bid items that also include one-time startup costs) by a ratio of 5.0/350.0. Bid item cost adjustments based on added time are depicted on the table below. For example, the A10 Field Office added cost is $30,000 (ongoing portion only) x 5.0/350.0 = $428.57 as shown on the following table and updated bid schedule: BI# Description Bid Qty Unit Unit Price Total LSB Payment Cost Added cost Est Initial Ongoing Per WD For 5 Days Field Office A010 Building 1 LS $50,000.00 $50,000.00 $20,000.00 $30,000.00 $85.71 $428.57 A012 Traffic Control 1 LS $200,000.00 $200,000.00 $0.00 $200,000.00 $571.43 $2,857.14 Supervisor A015 Other Temp 1 LS $100,000.00 $100,000.00 $10,000.00 $90,000.00 $257.14 $1,285.71 Traffic Control A093 SWPPP 1 LS $80,000.00 $80,000.00 $4,000.00 $76,000.00 $217.14 $1,085.71 A095 ESC Lead 350 DAY $75.00 $26,250.00 N/A N/A $75.00 $375.00 Please also note the following details that pertain to time-additive changes and payment of time-related overhead: 1. Current amounts paid for Bid Items A010,A012 and A015 are all now based on 153.0 days added to their ongoing costs(versus 148.0 days per previous Pay Estimate#32). Of the 169.0 total added to the Contract, 3.0 days per CO #19 are covered separately as part of Bid Item C18.004 for Extended Overhead while 13.0 days for the IUOE#302 strike are not counted as this shut-down was not due to or made preventable by the City. 2. Bid Item A093 as increased per CO#19 does include all 169.0 days as SWPPP requirements were in- effect and required upkeep during the strike. 3. Although the Contract amount for Bid Item A095 has been adjusted for added days, the amount actually payable has not changed as payment per day is based on receipt of Erosion Control Daily Reports which have all been received and logged. Time provided for completion of this Contract is ❑ Unchanged ® Increased ❑ Decreased by 5_0 Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Unless this change order is fully executed without reservation by Contractor,this Change Order is offered without waiver of the City's rights,positions,and defenses. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ®No If"Yes"Will the Policies Be Extended? ❑ Yes ❑No Changes to the Bid Schedule—Pacific Highway S HOV Lanes Phase V 1.) Schedule A—Existing Bid Item A10—Field Office Building. The Lump Sum Amount for this Bid Item is increased. The new amount is increased by$428.57. The new Lump Sum Bid Item Bid Amount is$63,114.28. The total change amount for this item is an increase of$428.57 2.) Schedule A—Existing Bid Item Al2—Traffic Control Supervisor. The Lump Sum Amount for this Bid Item is increased. The new amount is increased by$2,857.14. The new Lump Sum Bid Item Bid Amount is$287,428.57. The total change amount for this item is an increase of$2,857.14 2 - _. 3.) Schedule A—Existing Bid Item A93—Stormwater Pollution Prevention Plan The Lump Sum Amount for this Bid item is increased. The new amount is increased by$1,085.71 The new Lump Sum Bid Item Bid Amount is$116,697.14 The total change amount for this item is an increase of$1,085.71 4.) Schedule A—Existing Bid Item A15—Other Temporary Traffic Control. The Lump Sum Amount for this Bid Item is increased. The new amount is increased by$1,285.71. The new Lump Sum Bid Item Bid Amount is$131,574.57. The total change amount for this item is an increase of$1,285.71 5.) Schedule A—Existing Bid Item A95—ESC Lead. The unit cost for this Bid item is unchanged. The quantity is increased by 5.0 Days. The new quantity is 506.0 Days(note that the 13.0 days per CO#10 IUOE 302 strike does not apply to this total). The total change amount for this item is an increase of$375.00 TOTAL NET CONTRACT: INCREASE$ $6,032.12 DECREASE THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM Existing Change UNIT PRICE ADD or NO ITEM QTY I Quantity Chane DELETE Change Item Total Lump Sum Additions A10 Field Office Building 1 0 $428.57 ADD $428.57 Al2 Traffic Control Su ervisor 1 0 $2,857.14 ADD $2,857.14 Other Temporary traffic A15 Control 1 0 $1,285.71 ADD $1,285.71 Stormwater Pollution A93 Prevention Plan 1 0 $1,085.71 $1,085.71 Unit Quantity Increases ITEM Previous Change ADD or NO ITEM QTY Quantity Unit Price DELETE Change Item Total A95 ESC Lead 501.0 5.0 $75.00 ADD $375.00 Add= $6,032.13 Delete= 0 Total Change $6,032.13 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. 3 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT S 16,700,526.60 PREVIOUS CHANGE ORDERS $ 273,661.51 THIS CHANGE ORDER s 6.032.13 NEW CONTRACT AMOUNT s 1.6.980( 220.24 CONTRACTOR'S SIGNATURE DATE EJ W,�i_SI I,P.E. DATE DIRECTOR PUBLIC WORKS DEPARTMENT 4 Change Order 20- Time Add Supplement to Change Order 06 Attachment A:Force Account Bid Item Summaries Total Dollars Total Hrs "IF OVER" $Limit Hrs Before Hrs After Bid Item Description on FA on FA Bid Item Value Difference Date-FA Limit Limit A65 Reconnect Existing Misr.Drainage NOT CP N/A $ 10,000.00 N/A NIA N/A N/A 7x136 Property Restoration NOT CP NIA $ 15,O0f1.00 N/A NIA N/A N/A A1.38 Repair Existing Irrigation System NOT CP N/A $ 10,000.00 N/A N/A N/A N/A A172 Relocate Private lsrrninaires NOT CP N/A $ 10,000.00 N/A N;A N/A N/A A187 Resolution of Utility Cnnfklr 5!()0.245.6! 155.0 5 50,000.00 $ (50.245.61) 5/12/2017 82.5 77.5 A188 Potholing NOT CP N/A $ 20,000.00 N/A N/A N N/A A207 Ex,For Re.,i.-,,inin0 PSE Conduit $29.120.96 69.0 $ 5,000.00 S (24.120.96) 4120/20,17 17.5 51.5 A209 Unexp.Pcted Site C17arrges $76,415.61 230.5 $ 20,000.00 S (56,415.61) 2/16/,2617 3:1.5 199.0 B56 Unexpe.ted Sits Changes 535,747.32 47.0 $ 44,000.00 S NOT REACH E1111 47.01 0.0 BSO Resolution of Utility Confiict5 517,675.63 24.5 5 S0,000.00 $ NOT REACHED 24.5 0.0' B51 Potholing NOT CP N/A $ 5.000.00 N/A N/A NIA N/A C6 Unexpected Site Changes $10,287.92 19.0 $ 5,000.00 $ (5,287.92) 6/1/2017 14.0 5.0 D13 Unexpected Site Changes $38,528.26 45.0 5 5,000.00 $ (33,528.26) 12/15/2016 90 r0.0 E4 Unexpected Site Changes 551.377.27 68.5 S 5.000.00 $ (45.377.27) 5/5/2017 Grand Total $ 359,399.19 662.5 S 250,000.00 $(215,975.64) 238 024.5 Corrected Total Time Add(Rounded up to nearest 0.5day}= 53.5 Days Per Change Order#20(53.5 total minus 48.5 per CO 906)= 5.0 For Table Above UPDATED PER KSL 128: Hours rand 5$ =Activities that are not critical path and not counted toward added time Hours and$$ =Critical path activities that are counted to added time if FA budget exceeded For Following UPDATED Bid Item Tables: 1-tnur;;nnri S; =Time spent within FA budget-not counted as time added to Contract Hours and$$ =Time beyond FA budget-counted as time added to Contract 1 of 4 BI 187 Resolution of Utility Conflicts BI A207 Excavation for Retraining PSE Conduits FA# Date Hours Amount FA# Date Hours Amount 4.1 11/1/2016 1.0 7,;562.44 49.0 2/22/201.7 2.0 $648.82 4.2 11/312019 0.0 5916.59 91.:0 4/7/2017 8.0 $1.729.29 4.3 11/1/2016 5.0 $5,410.92 9 1.1 1/7/2€717 0.0 $328.98 17.0 12/612016 0.5 $66.61 86.0 411'312.01.7 4.0 $1,612.3617.SHRS 20.0 12/812016 1.13 $167.59 84,0 4/217/201.7 3.5 $966.88 Before Limit 21.0 12/8/2016 1.0 $133.19 85.0 4/26/2017 3.5 $1,453.94 22.0 12/1`2/2016 1.5 $1,282.05 274.0 5,'212017 1c0 $344.22 31.0 1/6/2017 1.0 $550.2.7 79.0 5/9/2017 ;.65 $2,659.33 32.0 1/9/2017 1.0 $453.50 197.0 61212017 3.01 51,926.41 35.1 1/24/2017 2.5 $1,656.65 202.0 8/9/2017 4.0 $2,177.91 35.2 .1125/201.7 2,5 52,081.90 203.0 8/912017 4.0 52,198.50 37.0 1/26/2017 2.0 51.421.72 204.0 5/1012017 6.0 53,61.1.01 44.0 2/17/2017 5.0 $3.264.72 209.0 8/16/2017 3.0 $646.35 45.0 2/21/2017 8.0 $6,088,04 208.0 8/17/2017 2.5 $588.33 58.0 3/112017 2.17 $1,004.64 230.0 9/6/2017 6.5 $2,997.11 59,0 3/2/2017 8.0 $3,792.19 91712017 5.50 $3,307.16 55,0 3/3/2017 1.0 $226.20 ' r 9/8/2017 Z.d $661.67 56.0 3/712017 0.0 $109.61 9/11/1'01.1 2.0 '$633.96 51,SHRS 65.0 3/9/2017 8.0 $4,053.10 236.0 9/15/2017 2.0 $633.73 AOw Limit 60.0 31101201.7 1.5 $476.97 Allowable 51.5 $23,834.63 611 3/10/2017 4.0 $1,732.46 61.2 3/10/2017 2.5 $1,032'.66 67.0 3/1712017 1.0 $325.67 68.0 3/21/2017 1.0 $591.02 69.0 3/21/2417 1.0 $220.42 99.0 4/3/2017 D.5 $123.81 96.0 4/5/2017 1.0 5410.65 93.0 4/6/2017 2.0 $495.66 94.0 4/6/2.017 6.0 $2,837.72 94.1 4/6/2017 O.0 $968.36 92.0 417/2017 0.0 $2.665.64 82.0 4/25/2.017 1.0 $465.21 80.0 5/4/2017 8.0 54,052.99 82.5HRS 76.0 5/12/2017 2.0 $2,924-94 Before Limit 77.0 511212017 2.0 $729.85 107.0 5/15/2017 8.0 $2;508.51 109.0 $/16/2017 8.0 $2,65.49 112.0 5/17/2017 8.0 $2,319.42 113.0 5/18/2017 2.0 $1,()30.12 178.0 6/1/2017 0.0 $1,883.94 123.0 6/5/2617 65 $4;2#4,05 125.0 6/6/2017 7.0 $4,467.44 125.1 6/6/2017 1.0 $1,262.20 129.0 6/12/2017 3.5 $1,985.67 133.0 6/19120'17 3.0 $1,818.03 136.0 6/20/2017 2.0 $240cI5 135.0 6/21/2017 5.5 $1,424.13 160.0 6/27/2017 1.0 $532.30 181.0 _ 6121/2017 _Q.O. __ :$918.28 139.0 6/28/2017 2.0 $1,466:08 185.0 x/25/2017 1.0 $391.03 207.4 8/15/2017 1.5 $208.44 280.0 8/24/2017 0.5 $196486 23810 9/18/2017 2.0 $1,627.51 291.0 11/3/2017 0.0 $978.67 72.5HRS 318.0 12/18/2017 80 S14,481.331 After Limit Allowable 72.5 $47,679.50 2 of 4 A209-Unexpected Site Changes A209-Unexpected Site Changes(Cont'd) FA# Date Hours Amount FA# Date Hours Amount 1.0 10/27/2016 3.0 $1,808.84 221.0 8/18/2017 1.5 $593.33 5.0 11/8/2016 1.0 $596.19 223.0 8/25/2017 1.0 $561.42 7.0 11/9/2016 2.0 $1,259.14 226.0 8/29/2017 1.0 $191.47 12.0 11/10/2016 1.0 $535.10 245.0 8/29/2017 4.5 $3,411.94 13.0 11/28/2016 3.0 $2,127.95 282.0 8/29/2017 1.0 $359.78 14.0 11/29/2016 1.0 $748.93 227.0 8/30/2017 1.0 $340.58 15.0 11/30/2016 0.5 $168.11 228.0 8/31/2017 3.0 $1,021.74 18.0 12/7/2016 4.0 $1,751.88 229.0 9/5/2017 2.5 $1,203.11 64.0 12/15/2016 8.0 $7,837.04 235.0 9/12/2017 4.5 $1,197.63 28.0 12/21/2016 2.5 $825.82 242.0 9/19/2017 6.0 $1,584.08 29.0 1/3/2017 1.5 $1,174.05 31.5HRS 249.0 9/29/2017 1.0 $384.17 43.0 2/16/2017 4.0 $2.,9SO.40 Before Limit 250.0 9/29/2017 4.0 $3,142.79 47.0 2/23/2017 8.0 $2,166.43 252.0 10/2/2017 6.5 $6,334.08 49.0 2/24/2017 2.0 $767.26 255.0 10/3/2017 4.0 $1,109.79 53.0 2/27/2017 0.5 $283.21 256.0 10/5/2017 7.0 $3,879.78 52.0 2/28/2017 0.5 $136.56 257.0 10/6/2017 4.0 $1,413.48 57.0 3/8/2017 1.0 $396.51 258.0 10/10/2017 0.5 $434.14 66.0 3/16/2017 1.0 $256.52 263.0 10/17/2017 1.0 $1,221.44 71.0 3/23/2017 3.0 $1,474.95 264.0 10/17/2017 1.0 $351.71 90.0 4/13/2017 S.5 $4,690.25 268.0 10/20/2017 0.0 $716.33 98.0 4/13/2017 2.5 $1,528.07 269.0 10/24/2017 1.0 $369.97 83.0 4/25/2017 2.0 $1,380.69 270.0 10/25/2017 1.0 $549.19 114.0 5/19/2017 1.0 $319.62 284.0 10/26/2017 2.5 $1,287.35 115.0 5/22/2017 1.0 $622.02 302.0 10/31/2017 1.5 $1,037.77 117.0 5/23/2017 2.0 $312.94 288.0 11/1/2017 2.0 $1,005.02 118.0 5/23/2017 1.0 $928.14 293.0 11/6/2017 3.5 $1,125.56 72.0 5/25/2017 0.5 $230.92 294.0 11/6/2017 0.5 $222.88 122.0 6/2/2017 3.0 $1,091.77 295.0 11/6/2017 2.0 $1,161.27 131.0 6/12/2017 3.0 $858.67 297.0 11/16/2017 3.0 $2,018.59 180.0 6/20/2017 1.0 $480.92 298.0 11/17/2017 0.5 $284.21 134.0 6/21/2017 1.0 $843.48 304.0 11/29/2017 1.0 $412.76 137.0 6/21/2017 1.0 $699.56 306.0 12/1/2017 1.0 $254.33 138.0 6/21/2017 0.5 $1,008.54 308.0 12/5/2017 2.0 $1,622.81 163.0 7/8/2017 0.0 $580.78 316.0 12/6/2017 2.0 $1,226.53 147.0 7/10/2017 1.0 $383.81 317.0 12/7/2017 0.5 $12.10 182.0 7/10/2017 2.0 $1,396.87 311.0 12/8/2017 1.0 $474.19 149.0 7/12/2017 5.5 $1,621.70 312.0 12/13/2017 7.0 $4,749.35199HRS 153.0 7/14/2017 0.5 $253.72 313.0 12/13/2017 1.0 $191.43 After Limit 214.0 7/14/2017 1.0 $181.43 Allowable 199.0 $102,090.26 165.0 7/19/2017 4.0 $1,349.79 156.0 7/20/2017 8.0 $2,902.40 162.0 7/21/2017 3.0 $2,030.56 183.0 7/21/2017 1.0 $392.55 B56-Unexpected Site Changes 184.0 7/21/2017 2.0 $2,673.78 FA# Date Hours Amount 278.0 7/25/2017 1.0 $511.95 2.0 10/28/2016 1.0 $188.03 187.0 7/28/2017 6.5 $3,091.76 16.0 12/5/2016 0.0 $1,253.53 190.0 7/31/2017 2.0 $588.64 39.0 1/31/2017 2.5 $1,896.42 193.0 8/3/2017 6.5 $2,698.87 40.0 2/1/2017 3.5 $2,748.80 195.0 8/4/2017 8.0 $3,821.02 75.0 5/10/2017 7.5 $11,257.30 198.0 8/7/2017 7.0 $5,201.53 74.0 5/11/2017 3.5 $2,468.77 200.0 8/8/2017 1.5 $316.77 119.0 5/31/2017 3.0 $1,652.61 201.0 8/8/2017 2.5 $1,261.04 150.0 7/17/2017 6.0 $1,765.69 205.0 8/14/2017 1.0 $459.21 152.0 7/18/2017 5.0 $863.57 217.0 8/14/2017 1.0 $459.21 281:0 8/25/2017 3.5 $2,055.21 220.0 8/16/2017 3.5 $1,384.41 309.0 12/7/2017 7.5 $7,7IS1.00 F47HR5 210.0 8/18/2017 1.5 $593.33 310.0 12/8/2017 4.0 51,816 99 jBefoire Limit See above right for continuation Allowable 0.0 $0.00 3of4 B50-Resolution of Utility Conflicts C6-Unexpected Site Changes FA# Date Hours Amount FA# Date Hours Amount 8.0 10/0/2016 3.0 51,733.53 97.4] 4,'5/2151.7 4.0 5.1.747,55 10.0 3.1/4/2016 2.J 5900.74 121.0 11/.1/2017 10.0 $2„393.522 62-0 11/17/201.6 0.5 $387.10 1.',1.1 6/1/203.7 0.0 $237.90 14HR5 62.0 11/17/7016 0.+ $387.10 179.0 6/1/2017 s"1.0 52,285 46 Before Limit 63.0 11/1.8/2016 2.0 $1.592.92 179.1 6/1/201? 0.0 51.391.36 SHRS 42.17 2/1./2017 1.0 $199.62 1.64.0 7/1.0/2017 5.0 52.242 13 After Limit 143.0 7/5/2017 3.0 52,192.93 Allowable 5.0 $3,633.49 144.0 7102017 7 0 $7,36x1.14 24.5HRS 11.0 11/7/2017 5.5 $41496.55 Before Limit Allowable 0.0 $0.00 D13-Unexpected Site Changes E4-Unexpected Site Changes FA# Date Hours Amount FA# Date Hours Amount 3.0 11/1/'2[116 0.5 $320.73 1130.0 5/29'2017 4.0 S1.-4K4,071.2HRS &0 11/9/2016 2.5 $1.238.09 173.0 5/512017 9.0 $4.61.3.27 Before Limit 24.0 1.1110/20.1.6 4.17 S2,356-64 174.0 5/£i2ni7 8.0 $7.55.2.02 771.0 13/10/7.016 2.0 $631.279HR5 17SO 5/x12017 8.0 $5,818.62 23.0 1'/15/7:311 0.0 $841_33 Before L1mit 176.0 5/1 /2317 4.5 $4,739.09 30.7 1/:/'t71'1 3.5 $1,947.13 177.0 5/'11/7017 8.0 $3,319.54 30.1 1/Sj--1017 3.0 $613.66 212.0 5/12/2017 0.0 $4,902.65 41.0 2/1/2017 0.5 5133.33 277.0 5/12/2017 0.0 5+930.20 89.0 4/14/7017 8.n 510331.70 213.0 5/15/2017 8.0 $6.886,14 68,0 4/17/2.017 13.0 $9,093.87 108.0 5/16/2017 2.0 $2,167.31 87.0 4/18/20117 7.0 57,65$.91 111.0 5/17/7017 1.0 5123.77 106.0 5/10/2017 4.0 $1,376.89 116.0 5/22/2017 3.0 $822.84 124.0 6/2/2017 20 5618.36 247.0 9/26/2017 5.0 52,475.48 267.0 10/18/201.7 1.0 $430-12 40HRS 246.0 9/27/2017 8.0 $3,589.25 287.0 10/30/2017 37'0 $931,23 After Limit 265,0 10/18/2017 1.0 $870.44 56.SHRS Allowable 40.0 $ 33,140.20 2.92.0 11/3/2017 0.0 $4,161.58 Afterunlit Allowable 56.5 $45,374.93 4 of 4 Change Order 20:Supplement/Correction to Change Order 06 Attachment 8-Time Per Each Force Account on Schedule Critical Path FA No Bid Item Name and Number Date Ong Hrs Review Notes-Response to GSL 316 Corrected Hrs 1.0 A209 Unexpected Site Changes 10/27/2016 3.0 3.0 2.0 8056 Unexpected Site Changes 10/28/2016 1.0 1.0 3.0 D013 Unexpected Site Changes 11/1/2016 0.5 0.5 4.1 A187 Resolution of Utility Conflicts 11/1/2016 1.0 1.0 Night work 11/3&11/4.No night work was 4.2 A187 Resolution of Utility Conflicts 11/3/2016 4.0 charged that week 0.0 4.3 A187 Resolution of Utility Conflicts 11/1/2016 5.0 5.0 5.0 A209 Unexpected Site Changes 11/8/2016 1.0 1.0 6.0 D013 Unexpected Site Changes 11/9/2016 2.5 2.5 7.0 A209 Unexpected Site Changes 11/9/2016 2.0 2.0 8.0 B050 Resolution of Utility Conflicts 10/6/2016 3.0 3.0 10.0 8050 Resolution of Utility Conflicts 11/4/2016 2.0 2.0 11.0 B050 Resolution of Utility Conflicts 11/7/2017 5.5 5.5 12.0 A209 Unexpected Site Changes 11/10/2016 1.0 1.0 13.0 A209 Unexpected Site Changes 11/28/2016 3.0 3.0 14.0 A209 Unexpected Site Changes 11/29/2016 1.0 1.0 15.0 A209 Unexpected Site Changes 11/30/2016 0.5 0.5 16.0 B056 Unexpected Site Changes 12/5/2016 2.0 No time charged(weather day) 0.0 17.0 A187 Resolution of Utility Conflicts 12/6/2016 0.5 0.5 18.0 A209 Unexpected Site Changes 12/7/2016 4.0 4.0 20.0 A187 Resolution of Utility Conflicts 12/8/2016 1.0 1.0 21.0 IA187 Resolution of Utility Conflicts 12/8/2016 1.0 1.0 22.0 A187 Resolution of Utility Conflicts 12/12/2016 1.5 1.5 Only 8.Ohrs charged for day-2.5hrs 23.0 D013 Unexpected Site Changes 12/15/2016 2.5 exceeded 0.0 24.0 D013 Unexpected Site Changes 11/10/2016 4.0 4.0 28.0 A209 Unexpected Site Changes 12/21/2016 2.5 2.5 29.0 A209 Unexpected Site Changes 1/3/2017 1.5 1.5 30.0 D013 Unexpected Site Changes 1/5/2017 3.5 3.5 30.1 D013 Unexpected Site Changes 1/5/2017 3.0 3.0 31.0 A187 Resolution of Utility Conflicts 1/6/2017 1.0 1.0 32.0 A187 Resolution of Utility Conflicts 1/9/2017 1.0 1.0 35.1 A187 Resolution of Utility Conflicts 1/24/2017 2.5 2.5 35.2 A187 Resolution of Utility Conflicts 1/25/2017 2.5 2.5 37.0 A187 Resolution of Utility Conflicts 1/26/2017 2.0 2.0 39.0 8056 Unexpected Site Changes 1/31/2017 2.5 2.5 40.0 8056 Unexpected Site Changes 2/1/2017 3.5 3.S 41.0 D013 Unexpected Site Changes 2/1/2017 0.5 0.5 42.0 BOSO Resolution of Utility Conflicts 2/1/2017 1.0 1.0 Noted on GSL 316 but already included with 43.0 A209 Unexpected Site Changes 2/16/2017 4.0 Change Order 06 4.0 44.0 A187 Resolution of Utility Conflicts 2/17/2017 5.0 5.0 Only 8.Ohrs charged for day-0.5hrs 45.0 A187 Resolution of Utility Conflicts 2/21/2017 8.5 exceeded 8.0 460 A207 Excavation for Retraining PSE Conduit 2/22/2017 2.0 2.0 Only 8.Ohrs charged for day-0.5hrs 47.0 A209 Unexpected Site Changes 2/23/2017 8.5 exceeded 8.0 49.0 A209 Unexpected Site Changes 2/24/2017 2.0 2.0 52.0 A209 Unexpected Site Changes 2/28/2017 0.5 0.5 53.0 A209 Unexpected Site Changes 2/27/2017 0.5 0.5 55.0 A187 Resolution of Utility Conflicts 3/3/2017 1.0 1.0 56.0 A187 Resolution of Utility Conflicts 3/7/2017 0.5 No time charged(weather day) 0.0 57.0 A209 Unexpected Site Changes 3/8/2017 1.0 1.0 58.0 A187 Resolution of Utility Conflicts 3/1/2017 2.0 Added per GSL 316 2.0 59.0 A187 Resolution of Utility Conflicts 3/2/2017 8.0 8.0 60.0 A187 Resolution of Utility Conflicts 3/10/2017 1.5 1.5 61.1 A187 Resolution of Utility Conflicts 3/10/2017 4.0 4.0 Only 8.Ohrs charged for day-0.5hrs 61.2 A187 Resolution of Utility Conflicts 3/10/2017 3.0 exceeded 2.5 62.0 B050 Resolution of Utility Conflicts 11/17/2016 0.5 0.5 62.0 6050 Resolution of Utility Conflicts 11/17/2016 0.5 0.5 63.0 8050 Resolution of Utility Conflicts 11/18/2016 2.0 2.0 64.0 A209 Unexpected Site Changes 12/1512016 8.0 8.0 65.0 A187 Resolution of Utility Conflicts 3/9/2017 8.0 8 0 1 of 4 66.0 A209 Unexpected Site Changes 3/16J2017 1.0 1.0 67.0 A187 Resolution of Utility Conflicts 3/17/2017 1.0 1.0 68.0 A187 Resolution of Utility Conflicts 3/21/2017 1.0 1.0 69.0 A187 Resolution of Utility Conflicts 3/21/2017 1.0 Added per GSL 316 1.0 71.0 A209 Unexpected Site Changes 3/23/2017 3.0 3.0 72.0 A209 Unexpected Site Changes 5/25/2017 0.5 0.5 74.0 B056 Unexpected Site Changes 5/11/2017 3.5 3.5 75.0 8056 Unexpected Site Changes 5/10/2017 7.5 7.5 76.0 A187 Resolution of Utility Conflicts 5/12/2017 2.0 2.0 77.0 A187 Resolution of Utility Conflicts 5/12/2017 2.0 Added per GSL 316 2.0 79.0 A207 Excavation for Retraining PSE Conduit 5/9/2017 6.5 6.5 80.0 A187 Resolution of Utility Conflicts 5/4/2017 8.0 8.0 82.0 A187 Resolution of Utility Conflicts 4/25/2017 1.0 1.0 83.0 A209 Unexpected Site Changes 4/25/2017 2.0 Added per GSL 316 2.0 84.0 A207 Excavation for Retraining PSE Conduit 4/20/2017 3.5 3.5 85.0 A207 Excavation for Retraining PSE Conduit 4/26/2017 3.5 3.5 86.0 A207 Excavation for Retraining PSE Conduit 4/19/2017 4.0 4.0 87.0 D013 Unexpected Site Changes 4/18/2017 7.0 7.0 88.0 D013 Unexpected Site Changes 4/17/2017 8.0 8.0 89.0 D013 Unexpected Site Changes 4/14/2017 8.0 8.0 90.0 A209 Unexpected Site Changes 4/13/2017 5.5 5.5 Only B.Ohrs charged for day-1.5hrs 91.0 A207 Excavation for Retraining PSE Conduit 4/7/2017 9.5 exceeded 8.0 Added per GSL 316.Only 8.0hr5 charged for 91.1 A207 Excavation for Retraining PSE Conduit 4/7/2017 1.0 day-1.0hrs exceeded 0.0 Added per GSL 316.Only 8.0hrs charged for 92.0 A187 Resolution of Utility Conflicts 4/7/2017 4.0 day-4.Ohrs exceeded 0.0 Noted on GSL 316 Exhibit B as 4.Ohrs-FA log 93.0 A187 Resolution of Utility Conflicts 4/6/2017 2.0 states 2.Ohrs 2.0 94.0 A187 Resolution of Utility Conflicts 4/6/2017 6.0 6.0 Added per GSL 316 Only 8.Ohrs charged for 94.1 A187 Resolution of Utility Conflicts 4/6/2017 2.5 day-2.5hrs exceeded 0.0 96.0 A187 Resolution of Utility Conflicts 4/5/2017 1.0 Added per GSL 316 1.0 97.0 C006 Unexpected Site Changes 4/5/2017 4.0 4.0 Only 8.0hrs charged for day-1.Shrs 98.0 A209 Unexpected Site Changes 4/13/2017 4.0 exceeded 2.5 99.0 A187 Resolution of Utility Conflicts 4/3/2017 0.5 0.5 100.0 E004 Unexpected Site Changes 3/29/2017 4.0 4.0 106.0 D013 Unexpected Site Changes 5/10/2017 4.0 4.0 107.0 A187 Resolution of Utility Conflicts 5/15/2017 8.0 8.0 108.0 E004 Unexpected Site Changes 5/16/2017 2.0 Added per GSL 316 2.0 109.0 A187 Resolution of Utility Conflicts 5/16/2017 8.0 8.0 111.0 E004 Unexpected Site Changes 5/17/2017 1.0 Added per GSL 316 1.0 112.0 A187 Resolution of Utility Conflicts 5/17/2017 8.0 8.0 113.0 A187 Resolution of Utility Conflicts 5/18/2017 2.0 2.0 114.0 A209 Unexpected Site Changes 5/19/2017 1.0 1.0 GSL 316 Appendix B states 2.Ohrs;FA log 115.0 A209 Unexpected Site Changes 5/22/2017 1.0 states 1.0hrs 1.0 116.0 E004 Unexpected Site Changes 5/22/2017 3.0 3.0 117.0 A209 Unexpected Site Changes 5/23/2017 2.0 2.0 118.0 A209 Unexpected Site Changes 5/23/2017 1.0 Added per GSL 316 1.0 119.0 8056 Unexpected Site Changes 5/31/2017 3.0 3.0 121.0 C006 Unexpected Site Changes 6/1/2017 10.0 10.0 GSL 316 has this on 6/2/17.FA Log has 121.1 IC006 Unexpected Site Changes 6/1/2017 2.0 6/1/17.2.Ohrs exceeded. 0.0 122.0 A209 Unexpected Site Changes 6/2/2017 3.0 3.0 123.0 A187 Resolution of Utility Conflicts 6/5/2017 6.5 6.5 124.0 D013 Unexpected Site Changes 6/2/2017 2.0 2.0 125.0 A187 Resolution of Utility Conflicts 6/6/2017 7.0 7.0 Only 8.Ohrs charged for day-4.Ohrs 125.1 A187 Resolution of Utility Conflicts 6/6/2017 5.0 exceeded 1.0 129.0 A187 Resolution of Utility Conflicts 6/1212017 3.5 3.5 131.0 A209 Unexpected Site Changes 6/12/2017 3.0 Added per GSL 316 3.0 133.0 A187 Resolution of Utility Conflicts 6/19/2017 3.0 3.0 134.0 A209 Unexpected Site Changes 6/21/2017 1.0 Added per GSL 316 1.0 135.0 A187 Resolution of Utility Conflicts 6/21/2017 5.5 5.5 136.0 A187 Resolution of Utility Conflicts 6/20/2017 2.0 2.0 137.0 A209 Unexpected Site Changes 6/21/2017 1 1.0 jAdded per GSL 316 1.0 2of4 138.0 A2)D9 L�i.-x ctr_c!Site C.;arges 6/21/2017 2.0 Orig 6/26/19 date corrected.8.Ohrs chargedW7. 139.0 A187 Resolution of Utility Conflicts 6/28/2017 2.0 143.0 B050 Resolution of Utility Conflicts 7/5/2017 3.0 144.0 .6050 Resolution of Utility Conflicts 7/6/2017 7.0 147.0 A209 Unexpected Site Changes 7/10/2017 1.0 149.0 A209 Unexpected Site Changes 7/12/2017 5.5 150.0 B056 Unexpected Site Changes 7/17/2017 6.0 6.0 152.0 8056 Unexpected Site Changes 7/18/2017 5.0 5.0 153.0 A209 Unexpected Site Changes 7/14/2017 0.5 0.5 156.0 A209 Unexpected Site Changes 7/20/2017 8.0 8.0 160.0 A187 Resolution of Utility Conflicts 6/27/2017 1.0 1.0 162.0 A209 Unexpected Site Changes 7/21/2017 3.0 3.0 163.0 A209 Unexpected Site Changes 7/8/2017 1.0 No time charged(Saturday) 0.0 164.0 C006 Unexpected Site Changes 7/10/2017 5.0 5.0 165.0 A209 Unexpected Site Changes 7/19/2017 4.0 4.0 173.0 E004 Unexpected Site Changes 5/5/2017 8.0 8.0 174.0 E004 Unexpected Site Changes 5/8/2017 8.0 8.0 175.0 E004 Unexpected Site Changes 5/9/2017 8.0 8.0 Only 16.Ohrs charged for day-5.5hrs 176.0 E004 Unexpected Site Changes 5/10/2017 10.0 exceeded 4.5 177.0 E004 Unexpected Site Changes 5/11/2017 8.0 8.0 Added per GSL 316.Only 10.Ohrs charged for 178.0 A187 Resolution of Utility Conflicts 6/1/2017 2.5 day-2.5hrs exceeded 0.0 Added per GSL 316.Only 10.0hrs charged for 179.0 0006 Unexpected Site Changes 6/1/2017 10.0 day-10.Ohrs exceeded 0.0 GSL 316 has 10.Ohrs-FA log has 5.0hrs. 179.1 0006 Unexpected Site Changes 6/1/2017 5.0 Regardless,time exceeded 0.0 180.0 A209 Unexpected Site Changes 6/20/2017 1.0 1.0 Added per GSL 316.only 8.Ohrs charged for 181.0 A187 Resolution of Utility Conflicts 6/21/2017 1.0 day-1.0hrs exceeded 0.0 11 182.0 A209 Unexpected Site Changes 7/10/2017 2.0 2.0 183.0 A209 Unexpected Site Changes 7/21/2017 1.0 Added per GSL 316 1.0 184.0 A209 Unexpected Site Changes 7/21/2017 2.0 2.0 185.0 A187 Resolution of Utility Conflicts 7/25/2017 1.0 1.0 187.0 A209 Unexpected Site Chan es 7/28/2017 6.5 6.5 190.0 A209 Unexpected Site Changes 7/31/2017 2.0 Added per GSL 316 2.0 193.0 A209 Unexpected Site Changes 8/3/2017 6.5 6.5 195.0 A209 Unexpected Site Changes 8/4/2017 8.0 8.0 197.0 A207 Excavation for Retraining PSE Conduit 8/2/2017 3.0 3.0 198.0 A209 Unexpected Site Changes 8/7/2017 7.0 7.0 200.0 A209 Unexpected Site Changes 8/8/2017 1.5 GSL 316 has this as 1.0hrs.FA log has 1.5hrs 1.5 201.0 A209 Unexpected Site Changes 8/8/2017 2.5 2.5 202.0 A207 Excavation for Retraining PSE Conduit 8/9/2017 4.0 4.0 203.0 A207 Excavation for Retraining PSE Conduit 8/9/2017 4.0 Added per GSL 316 4.0 204.0 A207 Excavation for Retraining PSE Conduit 8/10/2017 6.0 6.0 205.0 A209 Unexpected Site Changes 8/14/2017 1.0 Added per GSL 316 1.0 207.0 IA187 Resolution of Utility Conflicts 8/15/2017 1.5 1.5 208.0 A207 Excavation for Retraining PSE Conduit 8/17/2017 2.5 2.5 209.0 A207 Excavation for Retraining PSE Conduit 8/16/2017 3.0 3.0 210.0 A209 Unexpected Site Changes 8/18/2017 1.5 1.5 Only 8.Ohrs charged for day-B.Ohrs 212.0 E004 Unexpected Site Changes 5/12/2017 8.0 exceeded 0.0 213.0 E004 Unexpected Site Changes 5/15/2017 8.0 8.0 214.0 A209 Unexpected Site Changes 7/14/2017 1.0 Added per GSL 316 1.0 217.0 A209 Unexpected Site Changes 8/14/2017 1.0 1.0 220.0 A209 Unexpected Site Changes 8/16/2017 3.5 3.5 221.0 A209 Unexpected Site Changes 8/18/2017 1.5 1.5 223.0 A209 Unexpected Site Changes 8/25/2017 1.0 1.0 226.0 JA209 Unexpected Site Changes 8/29/2017 1.0 1.0 227.0 IA209 Unexpected Site Changes 8/30/2017 1.0 1.0 228.0 A209 Unexpected Site Changes 8/31/2017 3.0 3.0 229.0 A209 Unexpected Site Changes 9/5/2017 2.5 2.5 230.0 A207 Excavation for Retraining PSE Conduit 9/6/2017 6.5 6.5 231.0 A207 Excavation for Retraining PSE Conduit 9/7/2017 5.5 5.5 233.0 A207 Excavation for Retraining PSE Conduit 9/8/2017 2.0 2.0 234.0 A207 Excavation for Retraining PSE Conduit 9/11/2017 2.0 2.0 235.0 A209 Unexpected Site Changes 9/12/2017 4.5 4.5 3 of 4 236.0 A207 Excavation for Retraining PSE Conduit 9/15/2017 2.0 2.0 238.0 A187 Resolution of Utility Conflicts 9/18/2017 2.0 2.0 242.0 A209 Unexpected Site Changes 9/19/2017 6.0 6.0 245.0 A209 Unexpected Site Changes 8/29/2017 4.5 4.5 247,0 E004 Unexpected Site Changes 9/26/2017 5.0 5.0 248.0 E004 Unexpected Site Changes 9/27/2017 8.0 8.0 249.0 A209 Unexpected Site Changes 9/29/2017 1.0 1.0 250.0 A209 Unexpected Site Changes 9/29/2017 4.0 4.0 252.0 A209 Unexpected Site Changes 10/2/2017 6.5 6.5 255.0 A209 Unexpected Site Changes 10/3/2017 4.0 4.0 256.0 A209 Unexpected Site Changes 10/5/2017 7.0 7.0 257.0 A209 Unexpected Site Changes 10/6/2017 4.0 4.0 258.0 A209 Unexpected Site Changes 10/10/2017 0.5 0.5 263.0 A209 Unexpected Site Changes 10/17/2017 1.0 1.0 264.0 A209 Unexpected Site Changes 10/17/2017 1.0 1.0 265,0 E004 Unexpected Site Changes 10/18/2017 1.0 Added per GSL 316 1.0 Added per GSL 316(this was listed twice but 267.0 D013 Unexpected Site Changes 10/18/2017 1.0 for same change) 1.0 268.0 A209 Unexpected Site Changes 10/20/2017 2.0 No time charged(weather day) 0.0 269.0 A209 Unexpected Site Changes 10124/2017 1.0 1.0 270.0 A209 Unexpected Site Changes 10/25/2017 1.0 1.0 271,0 D013 Unexpected Site Changes 11/10/2016 2.0 2.0 2740 A207 Excavation for Retraining PSE Conduit 5/2/2017 1.0 1.0 Only 8.0hrs charged for day-2.5hrs 277.0 E004 Unexpected Site Changes 5/12/2017 2.5 exceeded 0.0 278.0 A209 Unexpected Site Changes 7/25/2017 1.0 1.0 280.0 A187 Resolution of Utility Conflicts 8/24/2017 0.5 GSL 316 has this as 1.0hrs.FA log has O.Shrs 0.5 281.0 B056 Unexpected Site Changes 8/25/2017 3.5 3.5 282.0 A209 Unexpected Site Changes 8/29/2017 1.0 1.0 284.0 A209 Unexpected Site Changes 10/26/2017 2.5 2.5 287.0 D013 Unexpected Site Changes 10/30/2017 3.0 3.0 288.0 A209 Unexpected Site Changes 11/1/2017 2.0 2.0 Added per GSL 316.No time charged 291.0 A187 Resolution of Utility Conflicts 11/3/2017 5.0 (weather day) 0.0 292.0 EO04 Unexpected Site Changes 11/3/2017 8.0 No time charged(weather day) 0.0 293.0 A209 Unexpected Site Changes 11/6/2017 3.5 3.5 294.0 A209 Unexpected Site Changes 11/6/2017 0.5 GSL 316 has this as 1.0hrs.FA log has O.Shrs 0.5 295.0 A187 Resolution of Utility Conflicts 11/6/2017 2.0 Added per GSL 316 2.0 297.0 A209 Unexpected Site Changes 11/16/2017 3.0 3.0 298.0 A209 Unexpected Site Changes 11/17/2017 0.5 0.5 302.0 A209 Unexpected Site Changes 10/31/2017 1.5 1.5 304.0 A209 Unexpected Site Changes 11/29/2017 1.0 1.0 306.0 A209 Unexpected Site Changes 12/1/2017 1.0 1.0 308.0 A209 Unexpected Site Changes 12/5/2017 2.0 Added per GSL 316 2.0 309.0 8056 Unexpected Site Changes 12/7/2017 7.5 7.5 310.0 8056 Unexpected Site Changes 12/8/2017 4.0 4.0 311.0 A209 Unexpected Site Changes 12/8/2017 1.0 Added per GSL 316 1.0 312.0 A209 Unexpected Site Changes 12/13/2017 7.0 7.0 313.0 A209 Unexpected Site Changes 12/13/2017 1.0 Added per GSL 316 1.0 316.0 A209 Unexpected Site Changes 12/6/2017 2.0 2.0 Only 8.0hrs charged for day-0.5hrs 317.0 A209 Unexpected Site Changes12/7/2017 1.0 exceeded 0.5 318.0 A187 Resolution of Utility Conflicts _12/18/2017 8.0 8.0 Total Raw Hrs 742.0 Total Corrected Hoursl 662.5 4of4 Change Order 20:Supplement/Correction to Change Order 06 Attachment C.Labor Hours All Force Accounts Through PE#16(FA#'s 1-319) FA No Bid Item Name and Number Date NAME JOCCUPATION HOURS 1.0 A209 Unexpected Site Changes 10/27/2016 DARREL CURE GEN FOREMAN 3.00 1.0 A209 Unexpected Site Changes 10/27/2016 SCOTT PHILLIPS LABORER 3.00 1.0 A209 Unexpected Site Changes 10/27/2016 PATRICE JOHNSON 80%APP OPERATOR 3.00 1.0 A209 Unexpected Site Changes 10/27/2016 DEREK EDENS JOPERATOR 3.00 1.01A209 Unexpected Site Changes 10/27/2016 DREW BRIGHAM 70%APP OPERATOR 3.00 2.0 13056 Unexpected Site Changes 10/28/2016 SCOTT DAVIS LABORER 1.00 2.0 13056 Unexpected Site Changes 10/28/2016 TONY HAYBURN FOREMAN 1.00 3.0 D013 Unexpected Site Changes 11/1/2016 DARREL CURE GEN FOREMAN 0.50 3.0 D013 Unexpected Site Changes 11/1/2016 SCOTT PHILLIPS LABORER 0.50 3.0 D013 Unexpected Site Changes 11/1/2016 PATRICE JOHNSON 80%APP OPERATOR 0.50 3.0 D013 Unexpected Site Changes 11/1/2016 DREW BRIGHAM 70%APP OPERATOR 0.50 4.1 A187 Resolution of Utility Conflicts 11/1/2016 DARREL CURE GEN FOREMAN 1.00 4.1 A187 Resolution of Utility Conflicts 11/1/2016 PATRICE JOHNSON 80%APP OPERATOR 1.00 4.11A187 Resolution of Utility Conflicts 11/1/2016 SAMUEL JUNEAU SUPERINTENDENT 1.00 4.2 A187 Resolution of Utility Conflicts 11/3/2016 RYAN MCDONALD ELEC FOREMAN 4.00 4.2 A187 Resolution of Utility Conflicts 11/3/2016 JOHN TAYLOR ELECTRICIAN 4.00 4.3 A187 Resolution of Utility Conflicts 11/1/2016 DARREL CURE GEN FOREMAN 3.00 4.3 A187 Resolution of Utility Conflicts 11/1/2016 SAMUEL JUNEAU SUPERINTENDENT 5.00 4.3 A187 Resolution of Utility Conflicts 11/1/2016 SCOTT PHILLIPS LABORER 3.00 4.3 A187 Resolution of Utility Conflicts 11/1/2016 PATRICE JOHNSON 80%APP OPERATOR 5.00 4.3 A187 Resolution of Utility Conflicts 11/1/2016 DREW BRIGHAM 70%APP OPERATOR 5.00 4.3 A187 Resolution of Utility Conflicts 11/1/2016 CODY HIGGINBOTHAM TCS 5.00 5.0 A209 Unexpected Site Changes 11/8/20161 DARREL CURE GEN FOREMAN 1.00 5.0 A209 Unexpected Site Changes 11/8/2016 SCOTT PHILLIPS LABORER 1.00 5.0 A209 Unexpected Site Changes 11/8/2016 BUSTER BANDY OPERATOOR 1.00 6.0 D013 Unexpected Site Changes 11/9/2016 DARREL CURE GEN FOREMAN 2.50 6.0 D013 Unexpected Site Changes 11/9/2016 BUSTER BANDY OPERATOOR 2.50 6.0 D013 Unexpected Site Changes 11/9/2016 SCOTT PHILLIPS LABORER 2.50 7.0 A209 Unexpected Site Changes 11/9/2016 DARREL CURE IGEN FOREMAN 2.00 7.0 A209 Unexpected Site Changes 11/9/2016 BUSTER BANDY OPERATOOR 2.00 7.0 A209 Unexpected Site Changes 11/9/2016 SCOTT PHILLIPS LABORER 2.00 8.0 8050 Resolution of Utility Conflicts 10/6/2016 TONY HAYBURN FOREMAN 3.00 8.0 B050 Resolution of Utility Conflicts 10/6/2016 BILL COLLINS OPERATOR 3.00 8.0 B050 Resolution of Utility Conflicts 10/6/2016 DREW BRIGHAM 70%APP OPERATOR 3.00 8.0 B050 Resolution of Utility Conflicts 10/6/2016 BRODY KASTNING LABORER 3.00 9.0 A136 Property Restoration 11/4/2016 RON RAVER OPERATOR FOREMAN 0.25 9.0 A136 Property Restoration 11/4/2016 BILL KOLNSBERG OPERATOR 0.25 9.0 A136 Property Restoration 11/4/2016 STEVE ORSBORN OPERATOR 0.25 10.0 B050 Resolution of Utility Conflicts 11/4/2016 TONY HAYBURN FOREMAN 2.00 10.0 8050 Resolution of Utility Conflicts 11/4/2016 BILL COLLINS OPERATOR 2.00 10.0 B050 Resolution of Utility Conflicts 11/4/2016 PHIL BREWER PIPE LAYER 2.00 11.0 8050 Resolution of Utility Conflicts 11/7/2017 TONY HAYBURN FOREMAN 5.50 11.0 B050 Resolution of Utility Conflicts 11/7/2017 BILL COLLINS OPERATOR 5.50 11.0 8050 Resolution of Utility Conflicts 11/7/2017 PATRICE JOHNSON 80%APP OPERATOR 5.50 11.0 B050 Resolution of Utility Conflicts 11/7/2017 JAMES GESSEL PIPE LAYER 5.50 11.0 B050 Resolution of Utility Conflicts 11/7/2017 PHIL BREWER PIPE LAYER 5.50 12.0 A209 Unexpected Site Changes 11/10/2016 DARREL CURE GEN FOREMAN 1.00 12.0 A209 Unexpected Site Changes 11/10/2016 BUSTER BANDY OPERATOR 1.00 12.0 A209 Unexpected Site Changes 11/10/2016 JAMES GESSEL PIPE LAYER 1.00 13.0 A209 Unexpected Site Changes 11/28/2016 DARREL CURE GEN FOREMAN 3.00 13.0 A209 Unexpected Site Changes 11/28/20161 DREW BRIGHAM 70%APP OPERATOR 3.00 13.0 A209 Unexpected Site Changes 11/28/2016 VANDORA SIONE LABORER 3.00 14.0 A209 Unexpected Site Changes 11/29/2016 DARREL CURE GEN FOREMAN 1.00 14.0 A209 Unexpected Site Changes 11/29/2016 DREW BRIGHAM 70%APP OPERATOR 1.00 14.0 A209 Unexpected Site Changes 11/29/2016 SCOTT PHILLIPS LABORER 1.00 14.0 A209 Unexpected Site Changes 11/29/2016 VANDORA SIONE LABORER 1.00 15.0 A209 Unexpected Site Changes 11/30/2016 DARREL CURE GEN FOREMAN 0.50 15.0 A209 Unexpected Site Changes 11/30/2016 BUSTER BANDY OPERATOR 0.50 16.0 B056 Unexpected Site Changes 12/5/2016 RON RAVER OPERATOR FORMAN 2.00 16.0 8056 Unexpected Site Changes 12/5/2016 BRODY KASTNING LABORER 2.00 16.0 8056 Unexpected Site Changes 12/5/2016 KRIS BLAIS OPERATOR 2.00 17 0 A187 Resolution of Utility Conflicts 1 12/6/20161 RYAN MCDONALD El EC FOREMAN 0.50 Page 1 of 16 18.0 A209 Unexpected Site Changes 12/7/2016 RYAN MCDONALD ELEC FOREMAN 4.00 18.0 A209 Unexpected Site Changes 12/7/2016 ROB SMITH ELECTRICIAN 4.00 18.0 A209 Unexpected Site Changes 12/7/2016 JEFF LINDBERG ELECTRICIAN 1.00 19.0 A172 Relocate Private Luminaires 12/7/2016 CODY HIGGENBOTHAM PIPE FOREMAN 3.00 19.0 A172 Relocate Private Luminaires 12/7/2016 BUSTER BANDY OPERATOR 3.00 19.0 A172 Relocate Private Luminaires 12/7/2016 SCOTT PHILLIPS LABORER 3.00 19.0 A172 Relocate Private Luminaires 12/7/2016 RON RAVER OPERATOR FORMAN 3.00 19.0 A172 Relocate Private Luminaires 12/7/2016 KRIS BLAIS OPERATOR 3.00 19.0 A172 Relocate Private Luminaires 12/7/2016 BRODY KASTNING LABORER 3.00 20.0 A187 Resolution of Utility Conflicts 12/8/2016 CODY HIGGENBOTHAM PIPE FOREMAN 1.00 20.0 A187 Resolution of Utility Conflicts 12/8/2016 SCOTT PHILLIPS LABORER 1.00 21.0 A187 Resolution of Utility Conflicts 12/8/2016 RYAN MCDONALD ELEC FOREMAN 1.00 22.0 A187 Resolution of Utility Conflicts 12/12/2016 RON RAVER OPERATOR FORMAN 1.50 22.0 A187 Resolution of Utility Conflicts 12/12/2016 BRODY KASTNING LABORER 1.50 23.0 D013 Unexpected Site Changes 12/15/2016 RON RAVER OPERATOR FORMAN 2.50 23.0 D013 Unexpected Site Changes 12/15/2016 BRODY KASTNING LABORER 2.50 24.0 D013 Unexpected Site Changes 11/10/2016 DARRELL CURE OPERATOR FOREMAN 4.00 24.0 D013 Unexpected Site Changes 11/10/2016 BUSTER BANDY OPERATOR 3.00 24.0 D013 Unexpected Site Changes 11/10/2016 JAMES GESSEL PIPE LAYER 3.00 25.0 A188 Potholing I 12/6/2016 CODY HIGGENBOTHAM PIPE FOREMAN 4.00 26.0 A188 Potholing 12/16/2016 CODY HIGGENBOTHAM PIPE FOREMAN 8.00 26.0 A188 Potholing 12/16/2016 PATRICEJOHNSON OPER APPRENTICE 2.00 27.0 A188 Potholing 12/19/2016 DARRELL CURE OPERATOR FOREMAN 6.00 27.0 A188 Potholing 12/19/2016 KRIS BLAIS OPERATOR 3.00 28.0 A209 Unexpected Site Changes 12/21/2016 CODY HIGGENBOTHAM PIPE FOREMAN 2.50 28.0 A209 Unexpected Site Changes 12/21/2016 BUSTER BANDY OPERATOR 2.50 28.0 A209 Unexpected Site Changes 12/21/2016 BRODY KASTNING LABORER 2.50 29.0 A209 Unexpected Site Changes 1/3/2017 BUSTER BANDY OPERATOR 1.50 29.0 A209 Unexpected Site Changes 1/3/2017 BRODY KASTNING LABORER 1.50 29.0 A209 Unexpected Site Changes 1/3/2017 KRIS BLAIS OPERATOR 1.50 29.0 A209 Unexpected Site Changes 1/3/2017 TONYA LEE FLAGGER 1.50 29.0 A209 Unexpected Site Changes 1/3/2017 DEAN DORSETT OPERATOR 1.50 30.0 D013 Unexpected Site Changes 1/5/2017 Buster Bandy Excavtor Op 15-30 MT 3.50 30.0 D013 Unexpected Site Changes 1/5/20171 Brody Kastning General Laborer 3.50 30.0 D013 Unexpected Site Changes 1/5/2017 Kris Blais Excavtor Op 15-30 Mt 3.50 30.0 D013 Unexpected Site Changes 1/5/2017 Tonya Lee General Laborer 3.50 30.1 D013 Unexpected Site Changes 1/5/2017 Ryan McDonald Electrician 3.00 30.1 D013 Unexpected Site Changes 1/5/2017 Earl Grimm Apprentice 45% 3.00 31.0 A187 Resolution of Utility Conflicts 1/6/2017 BUSTER BANDY OPERATOR 1.00 31.0 A187 Resolution of Utility Conflicts 1/6/2017 BRODY KASTNING LABORER 1.00 31.0 A187 Resolution of Utility Conflicts 1/6/2017 KRIS BLAIS OPERATOR 1.00 32.0 A187 Resolution of Utility Conflicts 1/9/2017 BUSTER BANDY OPERATOR 1.00 32.0 A187 Resolution of Utility Conflicts 1/9/2017 BRODY KASTNING LABORER 1.00 34.0 A188 Potholing 1/17/2017 DARREL CURE FOREMAN 4.00 35.1 A187 Resolution of Utility Conflicts 1/24/2017 BUSTER BANDY OPERATOR 2.50 35.1 A187 Resolution of Utility Conflicts 1/24/2017DEAN DORSETT OPERATOR 2.50 35.1 A187 Resolution of Utility Conflicts 1/24/2017 DARREL CURE FOREMAN 2.50 35.1 A187 Resolution of Utility Conflicts 1/24/2017 VANDORA SIONE LABORER 2.50 35.1 A187 Resolution of Utility Conflicts 1/24/2017 BRODY KASTNING LABORER 1.00 35.1 A187 Resolution of Utility Conflicts 1/24/2017 RUSS GIELSKI SUPERINTENDENT 1.50 35.2 A187 Resolution of Utility Conflicts 1/25/2017 BUSTER BANDY OPERATOR 2.50 35.2 A187 Resolution of Utility Conflicts 1/25/20171 DEAN DORSETT OPERATOR 2.50 35.2 A187 Resolution of Utility Conflicts 1/25/2017 DARREL CURE FOREMAN 2.50 35.2 A187 Resolution of Utility Conflicts 1/25/2017 VANDORA SIONE LABORER 2.50 35.3 A188 Potholing 1/24/2017 VANDORA SIONE LABORER 0.50 36.0 A172 Relocate Private Luminaires 11/26/2016 RYAN MCDONALD(AMAYA) ELEC FOREMAN 1.50 37.0 A187 Resolution of Utility Conflicts 1/26/2017 RON RAVER OPERATOR FORMAN 2.00 37.0 A187 Resolution of Utility Conflicts 1/26/2017 BRODY KASTNING LABORER 2.00 37.0 A187 Resolution of Utility Conflicts 1/26/2017 DREW BRIGHAM 70%APP OPERATOR 2.00 37.0 A187 Resolution of Utility Conflicts 1/26/2017 RUSS GIELSKI SUPERINTENDENT 2.00 37.0 A187 Resolution of Utility Conflicts 1/26/2017 NICK MORROW PIPE LAYER 2.00 37.0 A187 Resolution of Utility Conflicts 1/26/2017 JOHN TAYLOR(AMAYA) ELECTRICIAN 1.00 38.0 A188 Potholing 1/27/2017 ROMEO CATAGUE GENERAL LABORER 4.00 38.0 A188 Potholing 1/27/2017 SCOTT PHILLIPS LABORER 4.00 39.0 B056 Unexpected Site Changes I 1/31/2017 RUSS GIELSKI ISUPERINTENDENT 2.50 Page 2 of 16 39.0 B056 Unexpected Site Changes 1/31/2017 RON RAVER OPERATOR FORMAN 2.50 39.0 8056 Unexpected Site Changes 1/31/2017 DREW BRIGHAM 70%APP OPERATOR 2.50 39.0 B056 Unexpected Site Changes 1/31/2017 BRODY KASTNING LABORER 2.50 39.0 B056 Unexpected Site Changes 1/31/2017 NICK MORROW PIPE LAYER 1.001 39.0 B056 Unexpected Site Changes 1/31/2017 ANDREW ROBERTSON TCS 2.50 40.0 B056 Unexpected Site Changes 2/1/2017 RUSS GIELSKI SUPERINTENDENT 3.50 40.0 8056 Unexpected Site Changes 2/1/2017 RON RAVER OPERATOR FORMAN 3.50 40.0 B056 Unexpected Site Changes 2/1/2017 DREW BRIGHAM 70%APP OPERATOR 3.50 40.0 B056 Unexpected Site Changes 2/1/2017 BRODY KASTNING LABORER 3.50 40.0 B056 Unexpected Site Changes 2/1/2017 NICK MORROW LABORER 3.50 40.0 8056 Unexpected Site Changes 2/1/2017 ANDREW ROBERTSON TCS 2.50 41.0 D013 Unexpected Site Changes 211/20171 DEAN DORSETT OPERATOR 0.50 41.0 D013 Unexpected Site Changes 2/1/2017 DARREL CURE FOREMAN 0.50 42.0 BO50 Resolution of Utility Conflicts 2/1/2017 TIM KELLOG TCS 1.00 42.0 BO50 Resolution of Utility Conflicts 2/1/2017 TONYA LEE TCS FLAGGER 0.50 42.0 8050 Resolution of Utility Conflicts 2/1/2017 DEAN DORSETT OPERATOR 0.50 43.0 A209 Unexpected Site Changes 2/16/2017 RUSS GIELSKI SUPERINTENDENT 4.00 43.0 A209 Unexpected Site Changes 2/16/2017 BUSTER BANDY OPERATOR 4.00 43.0 A209 Unexpected Site Changes 2/16/2017 BRODY KASTNING LABORER 4.00 43.0 A209 Unexpected Site Changes 2/16/2017 DREW BRIGHAM 70%APP OPERATOR 4.00 43.0 A209 Unexpected Site Changes 2/16/2017 BRYAN LABORER 4.00 43.0 A209 Unexpected Site Changes 2/16/2017 RYAN MCDONALD(AMAYA) ELEC FOREMAN 2.00 44.0 A187 Resolution of Utility Conflicts 2/17/2017 DEAN LAWSON OPERATOR FOREMAN 5.00 44.0 A187 Resolution of Utility Conflicts 2/17/2017 LES LUTTON OPERATOR 5.06 44.0 A187 Resolution of Utility Conflicts t2/21/2017 ROMEO CATAGUE LABORER 5.00 44.0 A187 Resolution of Utility Conflicts SCOTT PHILIPS LABORER 5.00 44.0 A187 Resolution of Utility Conflicts KRIS BLAIS OPERATOR 5.00 45.0 A187 Resolution of Utility Conflicts DEAN LAWSON OPERATOR FOREMAN 8.50 45.0 A187 Resolution of Utility Conflicts ROMEO CATAGUE LABORER 8.50 45.0 A187 Resolution of Utility Conflicts DREW BRIGHAM 70%APP OPERATOR 8.50 45.0 A187 Resolution of Utility Conflicts 2/21/20171 NICK MORROW LABORER 8.50 45.0 A187 Resolution of Utility Conflicts 2/21/2017 SCOTT PHILIPS LABORER 8.50 45.0 A187 Resolution of Utility Conflicts 2/21/2017 EARL GRIMM APP ELECTRICIAN 4.50 45.0 A187 Resolution of Utility Conflicts 2/21/2017 JOHN TAYLOR ELECTRICIAN 4.50 45.0 A187 Resolution of Utility Conflicts 2/21/2017 RYAN MCDONALD ELEC FOREMAN 2.50 46.01A207 Excavation for Retraining PSE Conduit 2/22/2017 DONOVAN ABELE OPERATOR FOREMAN 2.00 46.0 A207 Excavation for Retraining PSE Conduit 2/22/2017 NICK MORROW LABORER 2.00 46.0 A207 Excavation for Retraining PSE Conduit 2/22/2017 SCOTT PHILIPS LABORER 2.00 46.0 A207 Excavation for Retraining PSE Conduit 2/22/2017 EARL GRIMM APP ELECTRICIAN 0.50 46.0 A207 Excavation for Retraining PSE Conduit 2/22/2017 JOHN TAYLOR ELECTRICIAN 0.50 47.0 A209 Unexpected Site Changes 2/23/2017 DEAN LAWSON OPERATOR FOREMAN 8.50 47.0 A209 Unexpected Site Changes 2/23/2017 ROMEO CATAGUE LABORER 8.50 47.0 A209 Unexpected Site Changes 2/23/2017 EARL GRIMM JAPP ELECTRICIAN 2.50 47.0 A209 Unexpected Site Changes 2/23/2017 JOHN TAYLOR JELECTRICIAN 2.50 47.0 A209 Unexpected Site Changes 2/23/2017 RYAN MCDONALD JELEC FOREMAN 2.00 48.0 B051 Potholing 2/24/2017 DREW BRIGHAM 70%APP OPERATOR 8.00 48.0 B051 Potholing 2/24/2017 BRODY KASTNING LABORER 6.00 48.0 8051 Potholing 2/24/2017 NICK MORROW LABORER 8.00 49.0 A209 Unexpected Site Changes 2/24/2017 DARREL CURE FOREMAN 2.00 49.0 A209 Unexpected Site Changes 2/24/20171 DEAN DORSETT OPERATOR 2.00 49.0 A209 Unexpected Site Changes 2/24/2017 WILLY LEESTMA APP.OPERATOR 2.00 49.0 A209 Unexpected Site Changes 2/24/20171 VANDORA SIONE LABORER 2.00 51.0 8051 Potholing 2/27/2017 DONOVAN ABELE OPERATOR FOREMAN 3.50 51.0 BO51 Potholing 2/27/2017 NICHOLAS MORROW PIPE LAYER 3.50 52.0 A209 Unexpected Site Changes 2/28/2017 DARREL CURE FOREMAN 0.50 52.0 A209 Unexpected Site Changes 2/28/2017 DEAN DORSETT OPERATOR 0.50 53.0 A209 Unexpected Site Changes 2/27/2017 DARREL CURE FOREMAN 0.50 53.0 A209 Unexpected Site Changes 2/27/2017 DEAN DORSETT OPERATOR 0.50 53.0 A209 Unexpected Site Changes 2/27/2017 VANDORA SIONE LABORER 0.50 53.0 A209 Unexpected Site Changes 2/27/2017 TONYA LEE LABORER 0.50 53.0 A209 Unexpected Site Changes 2/27/2017 WILLY LEESTMA APP.OPERATOR 0.50 55.0 A187 Resolution of Utility Conflicts 3/3/2017 DARREL CURE FOREMAN 1.00 55.0 A187 Resolution of Utility Conflicts 3/3/2017 VANDORA SIONE LABORER 0.50 55.0 A187 Resolution of Utility Conflicts 3/3/2017 WILLY LEESTMA APP.OPERATOR 0.50 56.0 A187 Resolution of Utility Conflicts 3/7/2017 VANDORA SIONE LABORER 0.50 Page 3 of 16 58.0 A187 Resolution of Utility Conflicts 3/1/2017 DARREL CURE OPERATOR FOREMAN 2.00 58.0 A187 Resolution of Utility Conflicts 3/1/2017 DEAN DORSETT OPERATOR 2.00 58.0 A187 Resolution of Utility Conflicts 3/1/2017 VANDORA S1ONE GENERAL LABORER 2.00 58.0 A187 Resolution of Utility Conflicts 3/1/2017 WILLY LEESTMA APPR.OPERATOR 80% 2.00 58.0 A187 Resolution of Utility Conflicts 3/1/2017 TONYA LEE FLAGGER/TRUCK SPOTTER 2.00 57.01A209 Unexpected Site Changes 3/8/2017 DARREL CURE FOREMAN 1.00 57.0 A209 Unexpected Site Changes 3/8/2017 SCOTT PHILIPS LABORER 1.00 57.0 A209 Unexpected Site Changes 3/8/2017 ROMEO CATAGUE LABORER 1.00 59.0 A187 Resolution of Utility Conflicts 3/2/2017 DARREL CURE OPERATOR FOREMAN 8.00 59.0 A187 Resolution of Utility Conflicts 3/2/2017 DEAN DORSETT OPERATOR 7.00 59.0 A187 Resolution of Utility Conflicts 3/2/2017 VAN DORA SIONE GENERAL LABORER 6.50 59.01A187 Resolution of Utility Conflicts 3/2/2017 WILLY LEESTMA APPR.OPERATOR 80% 8.00 60.0 A187 Resolution of Utility Conflicts 3/10/2017 CHARLIE BUSSELL OPERATOR 1.50 60.0 A187 Resolution of Utility Conflicts 3/10/2017 VANDORA SIONE GENERAL LABORER 1.50 60.0 A187 Resolution of Utility Conflicts 3/10/2017 NICHOLAS MORROW PIPE LAYER 1.50 61.1 A187 Resolution of Utility Conflicts 3/10/2017 SCOTT PHILLIPS LABORER 4.00 61.1 A187 Resolution of Utility Conflicts 3/10/2017 ROMEO CATAGUE GENERAL LABORER 4.00 61.1 A187 Resolution of Utility Conflicts 3/10/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 4.00 61.1 A187 Resolution of Utility Conflicts 3/10/2017 WILLY LEESTMA APPR.OPERATOR 80% 2.00 61.2 A187 Resolution of Utility Conflicts 3/10/2017 RYAN MCDONALD ELECTRICIAN-FOREMAN 3.00 61.2 A187 Resolution of Utility Conflicts 3/10/2017 JOHN TAYLOR ELECTRICIAN-JOURNEY 3.00 61.2 A187 Resolution of Utility Conflicts 3/10/2017 EARL GRIMMS ELECTRICIAN-APPRENTICE 45% 3.00 62.0 BO50 Resolution of Utility Conflicts 11/17/2016 BUSTER BANDY OPERATOR 0.50 62.0 B050 Resolution of Utility Conflicts 11/17/20161 ANTHONY HAYBURN PIPE LAYER LEAD 0.50 62.0 8050 Resolution of Utility Conflicts 11/17/2016 JAMES GESSEL PIPE LAYER 0.50 62.0 B050 Resolution of Utility Conflicts 11/17/2016 PHILLIP BREWER PIPE LAYER TAILOR 0.50 62.0 BO50 Resolution of Utility Conflicts 11/17/2016 RAPLH BAKER OPERATOR 0.50 62.0 BO50 Resolution of Utility Conflicts 11/17/2016 PATRICE N JOHNSON OPERATOR 90%APPR. 0.50 63.0 8050 Resolution of Utility Conflicts 11/18/2016 ANTHONY HAYBURN PIPE LAYER LEAD 2.00 63.0 B050 Resolution of Utility Conflicts 11/18/20161 BUSTER BANDY OPERATOR 2.00 63.0 B050 Resolution of Utility Conflicts 11/18/2016 JAMES GESSEL PIPE LAYER 2.00 63.0 8050 Resolution of Utility Conflicts 11/18/2016 PHILLIP BREWER PIPE LAYER TAILOR 2.00 63.0 B050 Resolution of Utility Conflicts 11/18/2016 RAPLH BAKER OPERATOR 2.00 63.0 BO50 Resolution of Utility Conflicts 11/18/2016 PATRICE N JOHNSON OPERATOR 90%APPR. 2.00 64.0 A209 Unexpected Site Changes 12/15/2016 Kameron Peters Laborer Grp 4 8.00 64.0 A209 Unexpected Site Changes 12/15/2016 Shawn Schaut Laborer Grp 4 8.00 64.0 A209 Unexpected Site Changes 12/15/2016 Kevin Hagen Laborer Grp 4 8.00 64.0 A209 Unexpected Site Changes 12/15/2016 Brad Shay Operator Grp 1 8.00 64.0 A209 Unexpected Site Changes 12/15/2016 Jared Strom Operator Grp 3 8.00 65.0 A187 Resolution of Utility Conflicts 3/9/2017 SCOTT PHILLIPS LABORER 8.00 65.0 A187 Resolution of Utility Conflicts 3/9/2017 ROMEO CATAGUE GENERAL LABORER 8.00 65.0 A187 Resolution of Utility Conflicts 3/9/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 8.00 65.0 A187 Resolution of Utility Conflicts 3/9/2017 RYAN MCDONALD ELECTRICIAN-FOREMAN 2.00 65.0 A187 Resolution of Utility Conflicts 3/9/2017 EARL GRIMMS ELECTRICIAN-APPRENTICE 45% 2.00 65.0 A187 Resolution of Utility Conflicts 3/9/2017 JOHN TAYLOR ELECTRICIAN-JOURNEY 2.00 66.0 A209 Unexpected Site Changes 3/16/2017 DARREL CURE OPERATOR GENERAL FOREMAN 1.00 66.0 A209 Unexpected Site Changes 3/16/2017 NICHOLAS MORROW PIPE LAYER 1.00 67.0 A187 Resolution of Utility Conflicts 3/17/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 1.00 67.0 A187 Resolution of Utility Conflicts 3/17/2017 ROMEO CATAGUE GENERAL LABORER 1.00 67.0 A187 Resolution of Utility Conflicts 3/17/2017 DANIEL TROWBRIDGE GENERAL LABORER 1.00 68.0 A187 Resolution of Utility Conflicts 3/21/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 1.00 68.0 A187 Resolution of Utility Conflicts 3/21/2017 ROMEO CATAGUE GENERAL LABORER 3.00 68.0 A187 Resolution of Utility Conflicts 3/21/2017 KRIS BLAIS OPERATOR 0.50 68.0 A187 Resolution of Utility Conflicts 3/21/2017 LASHELLE MCPHERREN TRAFFIC CONTROL SUPERVISOR 0.50 69.0 A187 Resolution of Utility Conflicts 3/21/2017 CHARLIE BUSSELL OPERATOR 1.00 69.0 A187 Resolution of Utility Conflicts 3/21/2017 NICHOLAS MORROW PIPE LAYER 1.00 70.0 B056 Unexpected Site Changes 3/21/2017 RUSS GIELSKI OPERATOR FOREMAN 4.00 70.0 8056 U.nexpected Site Changes 3/21/2017 BUSTER BANDY OPERATOR 4.00 70.0 8056 Unexpected Site Changes 3/21/2017 BYRON ACKERMANN PIPE LAYER LEAD 4.00 70.0 B056 Unexpected Site Changes 3/21/2017 BRODY KASTNING LABORER 4.00 70.0 B056 Unexpected Site Changes 3/21/2017 DREW BRIGHAM OPERATOR 75%APPR. 4.00 71.0 A209 Unexpected Site Changes 3/23/2017 RUSS GIELSKI OPERATOR FOREMAN 3.00 71.0 A209 Unexpected Site Changes 3/23/2017 BUSTER BANDY OPERATOR 3.00 71.01A209 Unexpected Site Changes 3/23/2017 BRODY KASTNING LABORER 3.00 71.01A209 Unexpected Site Changes 3/23/2017 DREW BRIGHAM JOPERATOR 75%APPR. 3.00 Page 4 of 16 71.0 A209 Unexpected Site Changes 3/23/2017 BYRON ACKERMANN PIPE LAYER LEAD 3.00 72.0 A209 Unexpected Site Changes 5/25/2017 Byron Ackermann Pipe Layer 0.50 72.0 A209 Unexpected Site Changes 5/25/2017 Drew Brigham Operator 75%App 0.50 72.0 A209 Unexpected Site Changes 5/25/2017 Brody Kastning Laborer 0.50 73.0 A188 Potholing 5/22/2017 Russell Gielski Operator Foreman 1.00 74.0 B056 Unexpected Site Changes 5/11/2017 Anthony Trail Foreman 3.50 74.0 8056 Unexpected Site Changes 5/11/2017 Todd Johnson Operator GR2 3.50 74.0 B056 Unexpected Site Changes 5/11/2017 Pete Reed Pipe Layer 3.50 74.0 B056 Unexpected Site Changes 5/11/2017 Chase Guy Laborer 3.50 74.0 B056 Unexpected Site Changes 5/11/2017 Sosefo MoiMoi Laborer 3.50 75.0 8056 Unexpected Site Changes 5/10/2017 Russell Gielski Op.Gen.Foreman 4.00 75.0 8056 Unexpected Site Changes 5/10/2017 Anthony Trail Op.Gen.Foreman 6.50 75.0 B056 Unexpected Site Changes 5/10/2017 Todd Johnson Operator GR2 7.50 75.0 B056 Unexpected Site Changes 5/10/2017 Pete Reed Pipe Layer/Tailor 7.50 75.0 B056 Unexpected Site Changes 5/10/2017 Chase Guy Pipe Layer/Tailor 5.50 75.0 B056 Unexpected Site Changes 5/10/2017 Sosefo MoiMoi Laborer 6.00 75.0 B056 Unexpected Site Changes 5/10/2017 Tina McCollaum Laborer TCS 1.00 75.0 B056 Unexpected Site Changes 5/10/2017 Tonya Lee(Paid as per CP) Flagger Journeyman 1.00 76.0 A187 Resolution of Utility Conflicts 5/12/2017 Les Lutton Excavator Op GR 2 8.00 76.0 A187 Resolution of Utility Conflicts 5/12/2017 Romeo Catague General Laborer 8.00 76.0 A187 Resolution of Utility Conflicts 5/12/2017 Darrel Cure Operator Foreman 1.00 77.0 A187 Resolution of Utility Conflicts 5/12/2017 Ryan McDonald Foreman 1.50 77.0 A187 Resolution of Utility Conflicts 5/12/2017 John Taylor Journeyman 1.00 77.0 A187 Resolution of Utility Conflicts 5/12/2017 Earl Grimms 45%Apprentice 2.00 77.0 A187 Resolution of Utility Conflicts 5/12/2017 Daniel Souza Journeyman 2.00 78.0 A209 Unexpected Site Changes 5/10/2017 David Pearsall Operator Foreman 1.00 78.0 A209 Unexpected Site Changes 5/10/2017 Ralph Tallent Operator GR2 1.00 78.0 A209 Unexpected Site Changes 5/10/2017 Travis Brewer Laborer Pipe Layer 1.00 78.0 A209 Unexpected Site Changes 5/10/2017 Vandora Sione Laborer General 1.00 79.0 A207 Excavation for Retraining PSE Conduit 5/9/2017 Les Lutton Excavator Operator II 6.50 79.0 A207 Excavation for Retraining PSE Conduit 5/9/2017 Romeo Catague General Laborer 6.50 80.0 A187 Resolution of Utility Conflicts 5/4/20171 Less Lutton Excavator Operator II 8.00 80.0 A187 Resolution of Utility Conflicts 5/4/2017 Romeo Catague General Laboerer 8.00 81.0 A188 Potholing 5/4/2017 Todd Johnson Excavator Op II 3.50 81.0 A188 Potholing 5/4/2017 Willy Leetsma Oper Appren 80% 3.50 82.0 A187 Resolution of Utility Conflicts 4/25/2017 Anthony Trail Op.Gen.Foreman 1.00 82.0 A187 Resolution of Utility Conflicts 4/25/2017 Todd Johnson Operator GR2 1.00 82.0 A187 Resolution of Utility Conflicts 4/25/2017 Pete Reed Pipe Layer/Tailor 1.00 82.0 A187 Resolution of Utility Conflicts 4/25/2017 Sosefo MoiMoi Laborer General 1.00 83.0 A209 Unexpected Site Changes 4/25/2017 Charles Bussell Operator GR2 2.00 83.0 A209 Unexpected Site Changes 4/25/2017 James Wilson Operator Appr.90% 2.00 83.0 A209 Unexpected Site Changes 4/25/2017 Travis Brewer Pipe Layer/Tailor 2.00 83.0 A209 Unexpected Site Changes 4/25/2017 Ralph Tallent Operator GR2 2.00 83.0 A209 Unexpected Site Changes 4/25/2017 Jeff Pennington Operator Appr.80% 2.00 84.0 A207 Excavation for Retraining PSE Conduit 4/20/2017 Vandora Sione Laborer General 3.50 85.0 A207 Excavation for Retraining PSE Conduit 4/26/2017 LaShell McPerron Flagger 3.50 85.0 A207 Excavation for Retraining PSE Conduit 4/26/2017 Michael Rose General Laborer 3.50 86.0 A207 Excavation for Retraining PSE Conduit 4/19/2017 Romeo Catague Laborer General 4.00 86.0 A207 Excavation for Retraining PSE Conduit 4/19/2017 Bobby Sears Flagger Journeyman 4.00 87.0 D013 Unexpected Site Changes 4/18/2017 Darrel Cure Operator Foreman 7.00 87.0 D013 Unexpected Site Changes 4/18/2017 Teddy Styzej Excavator Operator 7.00 87.0 D013 Unexpected Site Changes 4/18/2017 Bobby Seals Flagger 7.00 87.0 D013 Unexpected Site Changes F 4/18/2017 Vandora Sione General Laborer 7.00 88.0 D013 Unexpected Site Changes 4/17/2017 Darrel Cure Op.Gen.Foreman 8:00 88.0 D013 Unexpected Site Changes 4/17/2017 Teddy Styzej Operator GR2 8.00 88.0 D013 Unexpected Site Changes 4/17/2017 Vandora Sione Laborer General 8.00 88.0 D013 Unexpected Site Changes 4/17/2017 Bobby Seals Flagger Journeyman 8.00 89.0 D013 Unexpected Site Changes 4/14/2017 Darrell Cure Oper Foreman 8.00 89.0 D013 Unexpected Site Changes 4/14/2017 Les Lutton Excavator Oper 8.00 89.0 D013 Unexpected Site Changes 4/14/2017 Donald Van Horn Excavator Oper 8.00 89.0 D013 Unexpected Site Changes 4/14/2017 Vandora Sione General Laborer 8.00 90.0 A209 Unexpected Site Changes 4/13/2017 Parrel Cure Operator Foreman 3.00 90.0 A209 Unexpected Site Changes 4/13/2017 Les Lutton Excavator Oper 5.50 90.0 A209 Unexpected Site Changes 4/13/2017 Donald Van Horn Excavator Oper 5.50 90.0 A209 Unexpected Site Changes 4/13/2017'Vandora Scione IGeneral Laborer 5.50 Page 5 of 16 90.0 A209 Unexpected Site Changes 4/13/2017 Bobby Seals Flagger 5.50 90.0 A209 Unexpected Site Changes 4/13/2017 Teddy Styzej Excavator Oper 5.50 91.0 A207 Excavation for Retraining PSE Conduit 4/7/2017 Les Lutton Excavator Operator 9.50 91.0 A207 Excavation for Retraining PSE Conduit 4/7/2017 Romeo Catague General Laborer 9.50 91.1 A207 Excavation for Retraining PSE Conduit 4/7/2017 Ryan McDonald Foreman 0.50 91.1 A207 Excavation for Retraining PSE Conduit 4/7/2017 John Taylor Journeyman 1.00 91.1 A207 Excavation for Retraining PSE Conduit 4/7/2017 Daniel Souza Journeyman 1.00 92.0 A187 Resolution of Utility Conflicts 4/7/2017 Darrel Cure Foreman 4.00 92.0 A187 Resolution of Utility Conflicts 4/7/2017 Jeff Bednarik Operator Excavator 4.00 92.0 A187 Resolution of Utility Conflicts 4/7/2017 Vandora Scione General Laborer 4.00 93.0 A187 Resolution of Utility Conflicts 4/6/2017 Les Lutton Excavator Operator 2.00 93.0 A187 Resolution of Utility Conflicts 4/6/2017 Romeo Catague General Laborer 2.00 94.0 A187 Resolution of Utility Conflicts 4/6/20171 Darrel Cure Foreman Operator 6.00 94.0 A187 Resolution of Utility Conflicts 4/6/2017 Vandora Scione General Laborer 6.00 94.0 A187 Resolution of Utility Conflicts 4/6/2017 Jeff Bednarik Excavator Operator 6.00 94.0 A187 Resolution of Utility Conflicts 4/6/2017 LaShelle McPerron Flagger 6.00 94.1 A187 Resolution of Utility Conflicts 4/6/2017 Ryan McDonald Foreman 1.50 94.1 A187 Resolution of Utility Conflicts 4/6/2017 John Taylor Journeyman 2.50 94.1 A187 Resolution of Utility Conflicts 4/6/2017 Holly Shephard 45%Apprentice 2.50 94.1 A187 Resolution of Utility Conflicts 4/6/2017 Daniel Souza Journeyman 2.50 95.0 A187 Resolution of Utility Conflicts 4/6/2017 Ryan McDonald Forman 1.00 95.0 A187 Resolution of Utility Conflicts 4/6/2017 John Taylor Journeyman 1.50 95.0 A187 Resolution of Utility Conflicts 4/6/2017 Daniel Souza Journeyman 1.50 96.0 A187 Resolution of Utility Conflicts 4/5/2017 Darrel Cure Operator Foreman 1.00 96.0 A187 Resolution of Utility Conflicts 4/5/2017 Jeff Bednarik Excavator Operator 1.00 96.0 A187 Resolution of Utility Conflicts 4/5/2017 Vandora Sione General Laborer 1.00 96.0 A187 Resolution of Utility Conflicts 4/5/2017 Dan Trowbridge Flagger/Gen LAB 1.00 97.0 0006 Unexpected Site Changes 4/5/2017 Ryan McDonald Foreman 4.00 97.0 C006 Unexpected Site Changes 4/5/2017 Juston Beasaw lourneyman 4.00 97.0 C006 Unexpected Site Changes 4/5/2017 Craig Park 85%Apprentice 4.00 98.0 A209 Unexpected Site Changes 4/13/2017 Les Lutton Excavator Operator 4.00 98.0 A209 Unexpected Site Changes 4/13/2017 Romeo Catague General Laborer 4.00 98.0 A209 Unexpected Site Changes 4/13/2017 Kris Blais Excavator Operator 1.00 99.0 A187 Resolution of Utility Conflicts 4/3/2017 Les Lutton Excavator Operator 0.50 99.0 A187 Resolution of Utility Conflicts 4/3/2017 Romeo Catague General Laborer 0.50 100.0 E004 Unexpected Site Changes 3/29/2017 Brody Kastning General Laborer 4.00 100.0 E004 Unexpected Site Changes 3/29/2017 Kris Blais Excavator Operator 0.50 102.0 A188 Potholing 3/24/2017 Brody Kastning General Laborer 7.50 102.0 A188 Potholing 3/24/2017 Willy Leestma OperaterAppren 80% 1.00 102.0 A188 Potholing 3/24/2017 Tina McCollaum TCS 1.00 103.0 A188 Potholing 3/23/2017 Brody Kastning General Laborer 8.00 103.0 A188 Potholing 3/23/2017 Darrel Cure Foreman Operator 2.00 103.0 A188 Potholing 3/23/2017 Tina McCollaum TCS 1.50 103.0 A188 Potholing 3/23/2017 LaShelle McPerron Flagger 1.50 104.0 A188 Potholing 3/22/2017 Brody Kastning General Laborer 8.00 104.0 A188 Potholing 3/22/2017 Kyle Graves Operator 2.00 106.0 D013 Unexpected Site Changes 5/10/2017 Ryan McDonald Foreman 4.00 106.0 D013 Unexpected Site Changes 5/10/2017 John Taylor Electrician Jrymn 4.00 106.0 D013 Unexpected Site Changes 5/10/2017 Earl Grimm 45%Apprentice Elec 4.00 107.0 A187 Resolution of Utility Conflicts 5/15/2017 Darrel Cure Operator Foreman 3.00 107.0 A187 Resolution of Utility Conflicts 5/15/2017 Les Lutton Operator Foreman 8.00 107.0 A187 Resolution of Utility Conflicts 5/15/2017 Romeo Catague Laborer 8.00 108.0 E004 Unexpected Site Changes 5/16/2017 Darrel Cure Operator Foreman 1.00 108.0 E004 Unexpected Site Changes 5/16/2017 Charles Bussell Operator 2.00 108.0 E004 Unexpected Site Changes 5/16/2017 Patrick Johnson 80%Apprentice Op 2.00 108.0 E004 Unexpected Site Changes 5/16/2017 James Wilson 90%Apprentice Op 2.00 108.0 E004 Unexpected Site Changes 5/16/2017 Michael Rose Laborer 2.00 108.0 E004 Unexpected Site Changes 5/16/2017 Jeff Pennington 80%Apprentice Op 108.0 E004 Unexpected Site Changes 5/16/2017 Jacob Bennett Excavator Op 0.50 108.0 E004 Unexpected Site Changes 5/16/2017 Jeff Bednarik Excavator Ov 0.50 108.0 E004 Unexpected Site Changes 5/16/2017 Vandora Sione General Laborer 1.00 109.0 A187 Resolution of Utility Conflicts 5/16/2017 Darrel Cure Operator Foreman 1.00 109.0 A187 Resolution of Utility Conflicts 5/16/2017 Les Lutton Excavator Operator 8.00 109.0 A187 Resolution of Utility Conflicts 5/16/2017 Romeo Catague General Laborer 8.00 109.0 A187 Resolution of Utility Conflicts I 5/16/2017 Kris Blaise Excavator Operator 2.00 Page 6 of 16 110.0 A209 Unexpected Site Changes 5/17/2017 Anthony Trail Operator Foreman 3.00 110.0 A209 Unexpected Site Changes 5/17/2017 Tadd Johnson Excavator Operator 3.00 110.0 A209 Unexpected Site Changes 5/17/2017 Pete Reed Pipe Layer 3.00 110.0 A209 Unexpected Site Changes 5/17/2017 Sosefo MoiMoi Laborer 3.00 111.0 E004 Unexpected Site Changes 5/17/2017 Jeff Pennington 80%Appren Op 1.00 112.0 A187 Resolution of Utility Conflicts 5/17/2017 Les Lutton Operator 8.00 112.0 A187 Resolution of Utility Conflicts 5/17/2017 Romeo Catague Laborer 8.00 112.0 A187 Resolution of Utility Conflicts 5/17/2017 Darrel Cure Op Foreman 1.00 112.0 A187 Resolution of Utility Conflicts 5/17/2017 Don Van Horn Operator 1.00 113.0 A187 Resolution of Utility Conflicts 5/18/2017 Ralph Tallent Operator 2.00 113.0 A187 Resolution of Utility Conflicts 5/18/2017 Travis Brewer Pipe Layer 2.00 113.0 A187 Resolution of Utility Conflicts 5/18/2017 Dave Pearsall Excavator Oper 2.00 113.0 A187 Resolution of Utility Conflicts 5/18/2017 Darrel Cure Foreman 1.00 114.0 A209 Unexpected Site Changes 5/19/2017 Jacob Bennett Excavator Oper 1.00 114.0 A209 Unexpected Site Changes 5/19/2017 Jeff Bednarik Excavator Oper 1.00 114.0 A209 Unexpected Site Changes 5/19/2017 Vandora Sione Gen Laborer 1.00 115.0 A209 Unexpected Site Changes 5/22/2017 Jacob Bennett Excavator Oper 1.00 115.0 A209 Unexpected Site Changes 5/22/2017 Jeff Bednarik Excavator Oper 1.00 115.0 A209 Unexpected Site Changes 5/22/2017 Vandora Sione Gen Laborer 1.00 116.0 E004 Unexpected Site Changes 5/22/2017 Jacob Bennett Excavator Oper 3.00 116.0 E004 Unexpected Site Changes 5/22/2017 Jeff Bednarik Excavator Oper 3.00 116.0 E004 Unexpected Site Changes 5/22/2017 Vandora Sione Gen Laborer 3.00 117.0 A209 Unexpected Site Changes 5/23/2017 Dave Pearsall Excavator Oper 1.00 117.0 A209 Unexpected Site Changes 5/23/2017 Les Lutton Excavator Oper 2.00 118.0 A209 Unexpected Site Changes 5/23/2017 Anthonv Trail Foreman Oper 1.00 118.0 A209 Unexpected Site Changes 5/23/2017 Todd Johnson Excavator Oper 1.00 118.0 A209 Unexpected Site Changes 5/23/2017 Pete Reed Pipe Layer 1.00 118.0 A209 Unexpected Site Changes 5/23/2017 Sosefo MoiMoi General Laborer 1.00 118.0 A209 Unexpected Site Changes 5/23/2017 Chase Guy Laborer 1.00 118.0 A209 Unexpected Site Changes 5/23/2017 Donald Boon Flagger 1.00 119.0 B056 Unexpected Site Changes 5/31/20171 Russ Gielski Foreman Oper 3.00 119.0 B056 Unexpected Site Changes 5/31/20171 Drew Brigham 75%Appren Oper 3.00 119.0 B056 Unexpected Site Changes 5/31/2017 Byron Ackerman Pipe Layer Lead 3.00 119.0 B056 Unexpected Site Changes 5/31/2017 Brody Kastning Laborer 3.00 121.0 C006 Unexpected Site Changes 6/1/2017 Bobby Seals Laborer 10.00 121.0 C006 Unexpected Site Changes 6/1/2017 Teddy Stvzej Operator 10.00 121.0 C006 Unexpected Site Changes 6/1/2017 LaShelle McPherson Laborer 0.50 121.0 C006 Unexpected Site Changes 6/1/2017 Darrell Cure Foreman Op 1.00 121.1 0006 Unexpected Site Changes 6/1/2017 Ryan McDonald Journeyman Elec 2.00 122.0 A209 Unexpected Site Changes 6/2/2017 Russ Gielski Laborer 3.00 122.0 A209 Unexpected Site Changes 6/2/2017 Jacob Bennett Operator 3.00 122.01A209 Unexpected Site Changes 6/2/2017 Vandora Sione Laborer 3.00 123.0 A187 Resolution of Utility Conflicts 6/5/2017 Dave Pearsall Foreman 6.50 123.0 A187 Resolution of Utility Conflicts 6/5/2017 Travis Brewer Pipe Layer/Laborer 5.50 123.0 A187 Resolution of Utility Conflicts 6/5/20171 Romeo Catague Laborer 5.50 123.0 A187 Resolution of Utility Conflicts 6/5/2017 Les Lutton Operator 5.50 124.0 D013 Unexpected Site Changes 6/2/20171 Russ Gielski Op Foreman 1.50 124.0 D013 Unexpected Site Changes 6/2/2017 Jacob Bennett Operator 2.00 124.0 D013 Unexpected Site Changes 6/2/2017 Vandora Sione Laborer 2.00 125.0 A187 Resolution of Utility Conflicts 6/6/2017 Dave Pearsall Foreman Op 6.00 125.0 A187 Resolution of Utility Conflicts 6/6/2017 Travis Brewer Laborer 7.00 125.0 A187 Resolution of Utility Conflicts 6/6/2017 Romeo Catague Laborer 7.00 125.0 A187 Resolution of Utility Conflicts 6/6/2017 Les Lutton Operator 7.00 125.0 A187 Resolution of Utility Conflicts 6/6/2017 Charlie Bussell Ex Operator 6.00 125.0 A187 Resolution of Utility Conflicts 6/6/2017 Kris Blais Operator 0.50 125.1 A187 Resolution of Utility Conflicts 6/6/2017 Ryan McDonald Foreman Op 1.50 125.1 A187 Resolution of Utility Conflicts 6/6/2017 Dan Souza Laborer 5.00 125.1 A187 Resolution of Utility Conflicts 6/6/2017 Holly Sheppard Laborer 5.00 126.0 A066 Reconnect Existing Misc.Drainage 6/6/2017 Russ Gielski Foreman Op 6.00 126.0 A066 Reconnect Existing Misc.Drainage 6/6/2017 Jacob Bennett Operator 7.00 126.0 A066 Reconnect Existing Misc.Drainage 6/6/2017 Drew Brigham 75%Appren Op 8.00 126.0 A066 Reconnect Existing Misc.Drainage 6/6/2017 Byron Ackerman Pipelayer Lead 8.00 126.0 A066 Reconnect Existing Misc.Drainage 6/6/2017 Brodv Kastning Laborer 8.00 127.0 A188 Potholing 6/6/20171 Russ Gielski Foreman Op 2.00 127.0 A188 Potholing I 6/6/2017 Dave Pearsall Operator 1.50 Page 7 of 16 128.0 A188 Potholing 6/6/2017 Dave Pearsall Operator 3.00 128.0 A188 Potholing 6/6/2017 Travis Brewer Pipe Layer 3.00 128.0 A188 Potholing 6/6/2017 Romeo Catague Laborer 3.00 128.0 A188 Potholing 6/6/2017 Less Lutton Ex Operator 3.00 128.0 A188 Potholing 6/6/2017 Charlie Bussell Ex Operator 1.00 128.0 A188 Potholing 6/6/2017 Kris Blais Ex Operator 0.50 128.0 A188 Potholing 6/6/2017 1usto Velez-Campos Flagger 3.00 128.0 A188 Potholing 6/6/2017 Seani Fitzpatrick TCS 3.00 129.0 A187 Resolution of Utility Conflicts 6/12/2017 Dave Pearsall Operator 3.50 129.0 A187 Resolution of Utility Conflicts 6/12/2017 Travis Brewer Pipe Layer 3.50 129.0 A187 Resolution of Utility Conflicts 6/12/2017 Romeo Catague Laborer 3.50 129.0 A187 Resolution of Utility Conflicts 6/12/2017 Less Lutton Ex Operator 3.50 129.0 A187 Resolution of Utility Conflicts 6/12/2017 Charlie Bussell Ex Operator 3.50 130.0 A209 Unexpected Site Changes 6/12/2017 Ryan McDonald Foreman Op 3.00 130.0 A209 Unexpected Site Changes 6/12/2017 Earl Grimm 45%Apprentice Elec 1.00 131.0 A209 Unexpected Site Changes 6/12/2017 Darrell Cure Foreman Op 0.50 131.0 A209 Unexpected Site Changes 6/12/2017 Teddy Styzej Excavator Operator 3.00 131.0 A209 Unexpected Site Changes 6/12/2017 Bobby Seals Laborer 3.00 132.0 A066 Reconnect Existing Misc.Drainage 6/14/2017 Anthony Trail Foreman Op 3.00 132.0 A066 Reconnect Existing Misc.Drainage 6/14/2017 Todd Johnson Excavator Operator 2.00 132.0 A066 Reconnect Existing Misc.Drainage 6/14/2017 Jeff Bednarik Excavator Operator 2.00 132.0 A066 Reconnect Existing Misc.Drainage 6/14/2017 Peter Reed Pipe Layer 3.00 132.0 A066 Reconnect Existing Misc.Drainage 6/14/2017 Sosefo MoiMoi Laborer 3.00 132.0 A066 Reconnect Existing Misc.Drainage 6/14/2017 Chase Guy Pipe Layer 3.00 133.0 A187 Resolution of Utility Conflicts 6/19/2017 Dave Pearsall Foreman Op 3.00 133.0 A187 Resolution of Utility Conflicts 6/19/2017 Charley Bussell Excavator Operator 3.00 133.0 A187 Resolution of Utility Conflicts 6/19/2017 Romeo Catague Laborer 1.00 133.0 A187 Resolution of Utility Conflicts 6/19/2017 Les Lutton Ex Operator 0.50 134.0 A209 Unexpected Site Changes 6/21/2017 Dave Pearsall Foreman Op 1.00 134.0 A209 Unexpected Site Changes 6/21/2017 Charlev Bussell Excavator Operator 1.00 134.0 A209 Unexpected Site Changes 6/21/20171 Romeo Catague Laborer 1.00 134.0 A209 Unexpected Site Changes 6/21/20171 Les Lutton Ex Operator 1.00 134.0 A209 Unexpected Site Changes 6/21/2017 1 Travis Brewer Laborer 1.00 135.0 A187 Resolution of Utility Conflicts 6/21/2017 Dave Pearsall Foreman Op 2.50 135.0 A187 Resolution of Utility Conflicts 6/21/2017 Charley Bussell Excavator Operator 5.50 135.0 A187 Resolution of Utility Conflicts 6/21/2017 Bobby Seals Laborer 5.50 136.0 A187 Resolution of Utility Conflicts 6/20/2017 Anthony Trail Foreman Op 2.00 137.0 A209 Unexpected Site Changes 6/21/2017 Dave Pearsall Foreman Op 1.00 137.0 A209 Unexpected Site Changes 6/21/2017 Travis Brewer Laborer 1.00 137.0 A209 Unexpected Site Changes 6/21/2017 Les Lutton Ex Operator 1.00 137.0 A209 Unexpected Site Changes 6/21/2017 Romeo Catague Laborer 1.00 137.0 A209 Unexpected Site Changes 6/21/2017 Donald Van Horn Ex Operator 0.50 137.0 A209 Unexpected Site Changes 6/21/2017 Kris Blais Operator O.So 138.0 A209 Unexpected Site Changes 6/21/2017 Anthony Trail Foreman Operator 2.00 138.0 A209 Unexpected Site Changes 6/21/2017 Todd Johnson Excavator Operator 2.00 138.0 A209 Unexpected Site Changes 6/21/2017 Sosefo MoiMoi General Laborer 2.00 139.0 A187 Resolution of Utility Conflicts 6/28/2017 Russ Gielski Foreman Operator 2.00 139.0 A187 Resolution of Utility Conflicts 6/28/2017 Byron Ackermann Pipe Layer 2.00 139.0 A187 Resolution of Utility Conflicts 6/28/2017 Brody Kastning General Laborer 2.00 139.0 A187 Resolution of Utility Conflicts 6/28/2017 Drew Bringham 75%Operator 2.00 140.0 A209 Unexpected Site Changes 6/28/2017 Dave Pearsall Foreman Operator 0.50 140.0 A209 Unexpected Site Changes 6/28/2017 Travis Brewer Laborer 0.50 140.0 A209 Unexpected Site Changes 6/28/20171 Romeo Catague Laborer 0.50 143.01 B050 Resolution of Utility Conflicts 7/5/2017 Russ Gielski Operator Foreman 3.00 143.0 8050 Resolution of Utility Conflicts 7/5/2017 Brody Kastning General Laborer 3.00 143.0 B050 Resolution of Utility Conflicts 7/5/2017 Byron Ackermann Pipe Layer Lead 3.00 143.0 B050 Resolution of Utility Conflicts 7/5/2017 Drew Bringham Operator App 75% 3.00 143.0 8050 Resolution of Utility Conflicts 7/5/2017 Jacob Bennett Excavator Operator 3.00 144.0 8050 Resolution of Utility Conflicts 7/6/2017 Russ Gielski Operator Foreman 6.00 144.0 B050 Resolution of Utility Conflicts 7/6/2017 Brody Kastning General Laborer 7.00 144.0 B050 Resolution of Utility Conflicts 7/6/2017 Byron Ackermann Pipe Layer Lead 7.00 144.0 8050 Resolution of Utility Conflicts 7/6/2017 Drew Bringham Operator App 75% 7.00 144.0 B050 Resolution of Utility Conflicts 7/6/2017 Jacob Bennett Excavator Operator 7.00 144.0 B050 Resolution of Utility Conflicts 7/6/2017 Kris Blais Excavator Operator 4.00 145.0,A188 Potholing 7/6/2017 Bobby Seals IGeneral Laborer 3.00 Page 8 of 16 146.0 A188 Potholing 7/6/2017 Bobby Seals General Laborer 4.00 146.0 A188 Potholing 7/6/2017 Willie Leestma Operator Appr 80% 0.50 147.0 A209 Unexpected Site Changes 7/10/2017 Romeo Catague General Laborer 1.00 147.0 A209 Unexpected Site Changes 7/10/2017 Les Lutton Operator 0.50 147.0 A209 Unexpected Site Changes 7/10/2017 Merrill Anderson Flagger 0.50 148.0 A209 Unexpected Site Changes 7/10/2017 Dave Pearsall Excavator Operator 0.50 148.0 A209 Unexpected Site Changes 7/10/2017 Less Lutton Operator 0.50 148.0 A209 Unexpected Site Changes 7/10/2017 Romeo Catague General Laborer 0.50 148.0 A209 Unexpected Site Changes 7/10/2017 Travis Brewer Pipe Layer 0.50 148.0 A209 Unexpected Site Changes 7/10/2017 Merrill Anderson Flagger 0.50 149.0 A209 Unexpected Site Changes 7/12/2017 Less Lutton Operator 5.50 149.0 A209 Unexpected Site Changes 7/12/20171 Romeo Catague General Laborer 5.50 149.0 A209 Unexpected Site Changes 7/12/2017 1 Travis Brewer Pipe Layer 5.50 150.0 8056 Unexpected Site Changes 7/17/2017 Byron Ackerman Pipe Layer Lead 6.00 150.0 BOS6 Unexpected Site Changes 7/17/2017 Drew Bringham Operator Appren 75% 6.00 150.0 B056 Unexpected Site Changes 7/17/2017 Brody Kastning General Laborer 1.00 150.0 8056 Unexpected Site Changes 7/17/2017 Willie Leestma Operator Appren 80% 2.00 151.0 A209 Unexpected Site Changes 7/17/2017 Chase Guy Pipe Laver 6.00 1510 A209 Unexpected Site Changes 7/17/2017 Anthony Trail Foreman Operator 0.50 151.0 A209 Unexpected Site Changes 7/17/2017 Sosefo MoiMoi General Laborer 1.00 151.0 A209 Unexpected Site Changes 7/17/2017 Pete Reed Pipe Layer 1.00 152.0 8056 Unexpected Site Changes 7/18/2017 Byron Ackerman Pipe LaVer Lead 5.00 152.0 8056 Unexpected Site Changes 7/18/2017 Brody Kastning General Laborer 0.50 153.0 A209 Unexpected Site Changes 7/14/2017 ROMEO CATAGUE GENERAL LABORER 0.50 153.0 A209 Unexpected Site Changes 7/14/2017 TRAVIS BREWER PIPE LAYER 0.50 153.0 A209 Unexpected Site Changes 7/1412017 LES LUTTON EXCAVATOR OPERATOR 15-30 0.50 153.0 A209 Unexpected Site Changes 7/14/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 0.50 154.0 A209 Unexpected Site Changes 7/17/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 1.00 154.0 A209 Unexpected Site Changes 7/17/2017 TRAVIS BREWER PIPE LAYER 1.00 154.0 A209 Unexpected Site Changes 7/17/2017 ROMEO CATAGUE GENERAL LABORER 1.00 154.0 A209 Unexpected Site Changes 7/17/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 1.00 154.0 A209 Unexpected Site Changes 7/17/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 0.50 155.0 A209 Unexpected Site Changes 7/20/2017 CHASE GUY PIPE LAYER 3.00 155.0 A209 Unexpected Site Changes 7/20/2017 SOSEFO MOIMOI GENERAL LABORER 1.00 155.0 A209 Unexpected Site Changes 7/20/2017 TODD JOHNSON EXCAVATOR OPERATOR 15-30 1.00 155.0 A209 Unexpected Site Changes 7/20/2017 PETE REED PIPE LAYER 0.50 155.0 A209 Unexpected Site Changes 7/20/2017 ANTHONY TRAIL OPERATOR GENERAL FOREMAN 2.00 156.0 A209 Unexpected Site Changes 7/20/2017 TODD JOHNSON EXCAVATOR OPERATOR 15-30 6.50 156.0 A209 Unexpected Site Changes 7/20/2017 SOSEFO MOIMOI GENERAL LABORER 8.00 156.0 A209 Unexpected Site Changes 7/20/20171 PETE REED PIPE LAYER 8.00 156.0 A209 Unexpected Site Changes 7/20/2017 1 ANTHONY TRAIL OPERATOR GENERAL FOREMAN 6.00 156.0 A209 Unexpected Site Changes 7/20/2017 CHASE GUY PIPE LAYER 2.00 157.0 A138 Property Restoration 7/5/2017 LUIS GARCIA FOREMAN 3.00 157.0 A138 Property Restoration 7/5/2017 CARLOS GARCIA LABOR 3.00 158.0 A138 Property Restoration 7/13/2017 LUIS GARCIA FOREMAN 8.00 158.0 A138 Property Restoration 7/13/2017 CARLOS GARCIA LABOR 8.00 158.0 A138 Property Restoration 7/13/2017 RACIEL GARCIA LABOR 8.00 159.0 A138 Property Restoration 7/17/20171 LUIS GARCIA FOREMAN 7.00 159.0 A138 Property Restoration 7/17/2017 CARLOS GARCIA LABOR 7.00 159.0 A138 Property Restoration 7/17/2017 RACIEL GARCIA LABOR 7.00 159.0 A138 Property Restoration 7/17/2017 BUSTER BANDY OPERATOR 1.00 159.0 A138 Property Restoration 7/17/2017 JEFF PARRISH FOREMAN 1.00 160.0 A187 Resolution of Utility Conflicts 6/27/2017 DAVID PEARSALL _ OPERATOR GENERAL FOREMAN 1.00 160.0 A187 Resolution of Utility Conflicts 6/27/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 1.00 160.0 A187 Resolution of Utility Conflicts 6/27/2017 TRAVIS BREWER PIPE LAYER 1.00 160.0 A187 Resolution of Utility Conflicts 6/27/2017 ROMEO CATAGUE GENERAL LABORER 1.00 161.0 A187 Resolution of Utility Conflicts 6/28/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 0.50 161.0 A187 Resolution of Utility Conflicts 6/28/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 0.50 161.0 A187 Resolution of Utility Conflicts 6/28/2017 TRAVIS BREWER PIPE LAYER 0.50 161.0 A187 Resolution of Utility Conflicts 6/28/2017 ROMEO CATAGUE GENERAL LABORER 0.50 162.0 A209 Unexpected Site Changes 7/21/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 3.00 162.0 A209 Unexpected Site Changes 7/21/2017 TEDDY STYZEJ EXCAVATOR OPERATOR 15-30 3.00 162.0 A209 Unexpected Site Changes 7/21/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 3.00 162.0 A209 Unexpected Site Changes 7/21/2017 BOBBY SEALS GENERAL LABORER 3.00 163.0 A209 Unexpected Site Changes 7/8/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 1.00 Page 9 of 16 163.0 A209 Unexpected Site Changes 7/8/2017 DREW BRIGHAM OPERATOR 75%APPR. 1.00 163.0 A209 Unexpected Site Changes 7/8/2017 BYRON ACKERMANN PIPE LAYER LEAD 1.00 163.0 A209 Unexpected Site Changes 7/8/2017 BRODY KASTNING LABORER 1.00 164.0 0006 Unexpected Site Changes 7/10/2017 RYAN MCDONALD ELECTRICIAN-FOREMAN 3.00 164.0 C006 Unexpected Site Changes 7/10/2017 EARL GRIMMS ELECTRICIAN-APPRENTICE 45% 5.00 164.0 0006 Unexpected Site Changes 7/10/2017 Dan S. ELECTRICIAN-JOURNEY 5.00 165.01A209 Unexpected Site Changes 7/19/2017 RYAN MCDONALD ELECTRICIAN-FOREMAN 4.00 165.01A209 Unexpected Site Changes 7/19/2017 EARL GRIMMS ELECTRICIAN-APPRENTICE 45% 4.00 165.0 A209 Unexpected Site Changes 7/19/2017 Dan S. ELECTRICIAN-JOURNEY 4.00 166.0 A209 Unexpected Site Changes 7/8/2017 KEVIN KINNEAR EXCAVATOR OPERATOR 15-30 1.00 166.0 A209 Unexpected Site Changes 7/8/2017 RODERICK ANGELMYER GRADER 1.00 167.0 A209 Unexpected Site Changes 7/8/2017 TODD JOHNSON EXCAVATOR OPERATOR 15-30 1.00 167.0 A209 Unexpected Site Changes 7/8/2017 PETE REED PIPE LAYER 1.00 168.0 A209 Unexpected Site Changes 7/8/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 1.00 168.0 A209 Unexpected Site Changes 7/8/2017 TRAVIS BREWER PIPE LAYER 1.00 168.0 A209 Unexpected Site Changes 7/8/2017 ROMEO CATAGUE GENERAL LABORER 1.00 173.0 E004 Unexpected Site Changes 5/5/2017 RAPLH TALLENT EXCAVATOR OPERATOR 15-30 8.00 173.0 E004 Unexpected Site Changes 5/5/2017 TRAVIS BREWER PIPE LAYER 8.00 173.0 E004 Unexpected Site Changes 5/5/2017 DJ-DARREL CURE OPERATOR GENERAL FOREMAN 7.00 174.0 E004 Unexpected Site Changes 5/8/2017 RAPLH TALLENT EXCAVATOR OPERATOR 15-30 8.00 174.0 E004 Unexpected Site Changes 5/8/2017 TRAVIS BREWER PIPE LAYER 8.00 174.0 E004 Unexpected Site Changes 5/8/2017 1 DJ-DARREL CURE OPERATOR GENERAL FOREMAN 2.00 175.0 E004 Unexpected Site Changes 5/9/2017 RAPLH TALLENT EXCAVATOR OPERATOR 15-30 8.00 175.0 E004 Unexpected Site Changes 5/9/2017 TRAVIS BREWER PIPE LAYER 8.00 175.0 E004 Unexpected Site Changes 5/9/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 4.00 176.0 E004 Unexpected Site Changes 5/10/2017 JEFF BEDNARICK EXCAVATOR OPERATOR 15-30 1.00 176.0 E004 Unexpected Site Changes 5/10]2017 TEDDY STYZEJ EXCAVATOR OPERATOR 15-30 10.00 176.0 E004 Unexpected Site Changes 5/10/2017 BOBBY SEALS GENERAL LABORER 10.00 176.0 E004 Unexpected Site Changes 5/10/2017 DJ-DARREL CURE OPERATOR GENERAL FOREMAN 4.00 177.0 E004 Unexpected Site Changes 5/11/2017 DJ-DARREL CURE OPERATOR GENERAL FOREMAN 2.00 177.0 E004 Unexpected Site Changes 5/11/2017 TEDDY STYZEJ EXCAVATOR OPERATOR 15-30 8.00 177.0 E004 Unexpected Site Changes 5/11/2017 BOBBY SEALS GENERAL LABORER 5.00 178.0 A187 Resolution of Utility Conflicts 6/1/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 2.50 178.0 A187 Resolution of Utility Conflicts 6/1/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 2.50 178.0 A187 Resolution of Utility Conflicts 6/1/2017 TRAVIS BREWER PIPE LAYER 2.50 178.0 A187 Resolution of Utility Conflicts 6/1/2017 JAMES WILSON OPERATOR 90%APPR. 2.50 178.0 A187 Resolution of Utility Conflicts 6/1/2017 ROMEO CATAGUE GENERAL LABORER 2.50 179.0 C006 Unexpected Site Changes 6/1/2017 BOBBY SEALS GENERAL LABORER 10.00 179.0 C006 Unexpected Site Changes 6/1/2017 TEDDY STYZEJ EXCAVATOR OPERATOR 15-30 10.00 179.0 C006 Unexpected Site Changes 6/1/2017 LASHELLE MCPHERREN TRAFFIC CONTROL SUPERVISOR 179.0 C006 Unexpected Site Changes 6/1/2017 DJ-DARREL CURE OPERATOR GENERAL FOREMAN 179.1 C006 Unexpected Site Changes 6/1/20171 RYAN MCDONALD ELECTRICIAN-FOREMAN 2.00 179.1 C006 Unexpected Site Changes 6/1/2017 Dan S. ELECTRICIAN-JOURNEY 5.00 179.1 C006 Unexpected Site Changes 6/1/2017 HOLLY SHEPARD ELECTRICIAN-APPRENTICE 45% 5.00 180.0 A209 Unexpected Site Changes 6/20/2017 DJ-DARREL CURE OPERATOR GENERAL FOREMAN 1.00 180.0 A209 Unexpected Site Changes 6/20/2017 TEDDY STYZEJ EXCAVATOR OPERATOR 15-30 1.00 181.0 A187 Resolution of Utility Conflicts 6/21/2017 ANTHONY TRAIL OPERATOR GENERAL FOREMAN 1.00 181.0 A187 Resolution of Utility Conflicts 6/21/2017 TODD JOHNSON EXCAVATOR OPERATOR 15-30 1.00 181.0 A187 Resolution of Utility Conflicts 6/21/20171 PETE REED PIPE LAYER 1.00 181.0 A187 Resolution of Utility Conflicts 6/21/2017 SOSEFO MOIMOI GENERAL LABORER 1.00 181.0 A187 Resolution of Utility Conflicts 6/21/20171 CHASE GUY PIPE LAYER 1.00 181.0 A187 Resolution of Utility Conflicts 6/21/2017 WILLY LEESTMA OPERATOR 80%APPR. 1.00 182.0 A209 Unexpected Site Changes 7/10/2017 ANTHONY TRAIL OPERATOR GENERAL FOREMAN 1.00 182.0 A209 Unexpected Site Changes 7/10/2017 PETE REED PIPE LAYER 3.00 182.0 A209 Unexpected Site Changes 7/10/2017 CHASE GUY PIPE LAYER 3.00 183.0 A209 Unexpected Site Changes 7/21/2017 KEN BARTLETT OPERATOR GENERAL FOREMAN 1.00 183.0 A209 Unexpected Site Changes 7/21/2017 RICHARD TABAJONDA GENERAL LABORER 1.00 183.0 A209 Unexpected Site Changes 7/21/2017 STEVE MASINGALE OPERATOR 1.00 184.0 A209 Unexpected Site Changes 7/21/20171 DAVID PEARSALL OPERATOR GENERAL FOREMAN 3.00 184.0 A209 Unexpected Site Changes 7/21/2017 TEDDY STYZEJ EXCAVATOR OPERATOR 15-30 3.00 184.0 A209 Unexpected Site Changes 7/21/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 3.00 184.0 A209 Unexpected Site Changes 7/21/2017 BOBBY SEALS GENERAL LABORER 3.00 184.0 A209 Unexpected Site Changes 7/21/2017 DONALD VAN HORN OPERATOR 1.00 185.01A187 Resolution of Utility Conflicts 7/25/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 1.00 185.01A187 Resolution of Utility Conflicts 7/25/2017 ROMEO CATAGUE GENERAL LABORER 1.00 Page 10 of 16 185.0 A187 Resolution of Utilitv Conflicts 7/25/2017 TRAVIS BREWER PIPE LAYER 1.00 186.0 A209 Unexpected Site Changes 7/28/2017 RYAN MCDONALD ELECTRICIAN-FOREMAN 1.00 186.0 A209 Unexpected Site Changes 7/28/2017 JOHN TAYLOR ELECTRICIAN-JOURNEY 3.00 186.0 A209 Unexpected Site Changes 7/28/2017 EARL GRIMMS ELECTRICIAN-APPRENTICE 45% 3.00 187.0 A209 Unexpected Site Changes 7/28/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 6.50 187.0 A209 Unexpected Site Changes 7/28/2017 TRAVIS BREWER PIPE LAYER 6.50 187.0 A209 Unexpected Site Changes 7/28/2017 ROMEO CATAGUE GENERAL LABORER 6.50 187.0 A209 Unexpected Site Changes 7/28/2017 KRIS BLAIS OPERATOR 1.00 187.0 A209 Unexpected Site Changes 7/28/2017 DONALD VAN HORN OPERATOR 0.50 187.0 A209 Unexpected Site Changes 7/28/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 1.00 188.0 A138 Property Restoration 7/31/2017 CARLOS GARCIA LABOR 8.50 188.0 A138 Property Restoration 7/31/2017 LUIS GARCIA FOREMAN 8.50. 189.0 A209 Unexpected Site Changes 7/31/2017 RYAN MCDONALD ELECTRICIAN-FOREMAN 3.00' 189.0 A209 Unexpected Site Changes 7/31/2017 Dan S. ELECTRICIAN-JOURNEY 3.00 190.0 A209 Unexpected Site Changes 7/31/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 2.00 190.0 A209 Unexpected Site Changes 7/31/2017 TRAVIS BREWER PIPE LAYER 2.00 190.0 A209 Unexpected Site Changes 7/31/2017 ROMEO CATAGUE GENERAL LABORER 2.00 191.0 A188 Potholing 8/1/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 2.00 191.0 A188 Potholing 8/1/2017 TRAVIS BREWER PIPE LAYER 2.00 191.0 A188 Potholing 8/1/2017 ROMEO CATAGUE GENERAL LABORER 2.00 192.0 A138 Property Restoration 8/1/2017 SAUL DELA MORA LABOR 4.50 192.0 A138 Property Restoration 8/1/2017 JORGE ROJAS FOREMAN 1.00 192.0 A138 Property Restoration 8/1/2017 JOSE MARTINEZ LABOR 4.50 192.0 A138 Property Restoration 8/1/2017 EDWARD ROJAS LABOR 4.50 193.0 A209 Unexpected Site Changes 8/3/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 6.50 193.0 A209 Unexpected Site Changes 8/3/2017 TRAVIS BREWER PIPE LAYER 6.50 193.0 A209 Unexpected Site Changes 8/3/2017 ROMEO CATAGUE GENERAL LABORER 6.50 193.0 A209 Unexpected Site Changes 8/3/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 0.50 193.0 A209 Unexpected Site Changes 8/3/2017 PATRICK JOHNSON OPERATOR 80%APPR. 0.50 194.0 E004 Unexpected Site Changes 8/4/2017 PATRICK JOHNSON OPERATOR 80%APPR. 1.00 195.0 A209 Unexpected Site Changes 8/4/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 8.00 195.0 A209 Unexpected Site Changes 8/4/2017 TRAVIS BREWER PIPE LAYER 8.00 195.0 A209 Unexpected Site Changes 8/4/2017 ROMEO CATAGUE GENERAL LABORER 8.00 197.0 A207 Excavation for Retraining PSE Conduit 8/2/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 3.00 197.0 A207 Excavation for Retraining PSE Conduit 8/2/2017 TRAVIS BREWER PIPE LAYER 3.00 197.0 A207 Excavation for Retraining PSE Conduit 8/2/2017 ROMEO CATAGUE GENERAL LABORER 3.00 197.0 A207 Excavation for Retraining PSE Conduit 8/2/2017 PATRICK JOHNSON OPERATOR 80%APPR. 1.50 198.0 A209 Unexpected Site Changes 8/7/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 7.00 198.0 A209 Unexpected Site Changes 8/7/2017 TRAVIS BREWER PIPE LAYER 7.00 198.0 A209 Unexpected Site Changes 8/7/2017 ROMEO CATAGUE GENERAL LABORER 7.00 198.0 A209 Unexpected Site Changes 8/7/2017 PATRICK JOHNSON OPERATOR 80%APPR. 0.50 199.0 A187 Resolution of Utility Conflicts 8/7/2017 ANTHONY TRAIL OPERATOR GENERAL FOREMAN 0.50 199.0 A187 Resolution of Utility Conflicts 8/7/2017 CHASE GUY PIPE LAYER 0.50 199.0 A187 Resolution of Utility Conflicts 8/7/2017 PETE REED PIPE LAYER 0.50 199.0 A187 Resolution of Utility Conflicts 8/7/2017 TODD JOHNSON EXCAVATOR OPERATOR 15-30 0.50 200.0 A209 Unexpected Site Changes 8/8/2017 RAPLH TALLENT EXCAVATOR OPERATOR 15-30 1.50 201.0 A209 Unexpected Site Changes 8/8/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 2.50 201.0 A209 Unexpected Site Changes 8/8/2017 TRAVIS BREWER PIPE LAYER 2.50 201.0 A209 Unexpected Site Changes 8/8/2017 ROMEO CATAGUE GENERAL LABORER 2.50 202.0 A207 Excavation for Retraining PSE Conduit 8/9/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 2.00 202.0 A207 Excavation for Retraining PSE Conduit 8/9/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 4.00 202.0 A207 Excavation for Retraining PSE Conduit 8/9/2017 JESUS ORTEGA LABORER GROUP 3 4.00 202.0 A207 Excavation for Retraining PSE Conduit 8/9/2017 DONALD VAN HORN OPERATOR 4.00 202.0 A207 Excavation for Retraining PSE Conduit 8/9/2017 PATRICK JOHNSON OPERATOR 80%APPR. 3.00 202.0 A207 Excavation for Retraining PSE Conduit 8/9/2017 KEVIN KINNEAR EXCAVATOR OPERATOR 15-30 0.50 203.0 A207 Excavation for Retraining PSE Conduit 8/9/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 2.00 203.0 A207 Excavation for Retraining PSE Conduit 8/912017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 4.00 203.0 A207 Excavation for Retraining PSE Conduit 8/9/2017 JESUS ORTEGA LABORER GROUP 3 4.00 203.0 A207 Excavation for Retraining PSE Conduit 8/9/2017 DONALD VAN HORN OPERATOR 4.00 203.0 A207 Excavation for Retraining PSE Conduit 8/9/2017 PATRICKJOHNSON OPERATOR 80%APPR. 1.00 203.0 A207 Excavation for Retraining PSE Conduit 8/9/2017 KEVIN KINNEAR EXCAVATOR OPERATOR 15-30 0.50 203.0 A207 Excavation for Retraining PSE Conduit 8/9/2017 RAPLH TALLENT EXCAVATOR OPERATOR 15-30 1 1.00 204.0 A207 Excavation for Retraining PSE Conduit 8/10/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 6.00 204.0 A207 Excavation for Retraining PSE Conduit 8/10/2017 DONALD VAN HORN OPERATOR 6.00 204.01A207 Excavation for Retraining PSE Conduit I 8/10/2017 JESUS ORTEGA LABORER GROUP 3 1 2.00 Page 11 of 16 205.0 A209 Unexpected Site Changes 8/14/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 1.00 205.0 A209 Unexpected Site Changes 8/14/2017 RAPLH TALLENT EXCAVATOR OPERATOR 15-30 1.00 205.0 A209 Unexpected Site Changes 8/14/2017 ROMEO CATAGUE GENERAL LABORER 1.00 206.0 A188 Potholing 8/14/2017 ANTHONY TRAIL OPERATOR GENERAL FOREMAN 3.00 206.0 A188 Potholing 8/14/2017 TODD JOHNSON EXCAVATOR OPERATOR 15-30 3.50 206.0 A188 Potholing 8/14/2017 PETE REED PIPE LAYER 1.00 206.0 A188 Potholing 8/14/2017 CHASE GUY PIPE LAYER 1.50 206.0 A188 Potholing 8/14/20171 KEN BARTLETT OPERATOR GENERAL FOREMAN 3.00 206.0 A188 Potholing 8/14/20171 GABRIEL WILSON LABORER GROUP 3 4.50 206.0 A188 Potholing 8/14/2017 JAMES DOWNEY EXCAVATOR OPERATOR 15-30 2.50 206.0 A188 Potholing 8/14/2017 MATT HOWARTH TEAMSTER 1.50 207.0 A187 Resolution of Utility Conflicts 8/15/20171 ANTHONY TRAIL OPERATOR GENERAL FOREMAN 0.50 207.0 A187 Resolution of Utility Conflicts 8/15/2017 CHASE GUY PIPE LAYER 1.S0 208.0 A207 Excavation for Retraining PSE Conduit 8/17/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 2.50 208.0 A207 Excavation for Retraining PSE Conduit 8/17/2017 JESUS ORTEGA LABORER GROUP 3 2.50 209.0 A207 Excavation for Retraining PSE Conduit 8/16/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 2.00 209.0 A207 Excavation for Retraining PSE Conduit 8/16/2017 JESUS ORTEGA LABORER GROUP 3 3.00 209.0 A207 Excavation for Retraining PSE Conduit 8/16/2017 PATRICK JOHNSON OPERATOR 80%APPR. 0.50 210.0 A209 Unexpected Site Changes 8/18/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 1.50 210.0 A209 Unexpected Site Changes 8/18/20171_ROMEO CATAGUE GENERAL LABORER 1.50 210.0 A209 Unexpected Site Changes 8/18/2017 RAPLH TALLENT EXCAVATOR OPERATOR 15-30 1.50 211.0 A188 Potholing 8/16/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 2.00 211.0 A188 Potholing 8/16/2017 ROMEO CATAGUE GENERAL LABORER 2.00 211.0 A188 Potholing 8/16/2017 RAPLH TALLENT EXCAVATOR OPERATOR 15-30 2.00 212.0 E004 Unexpected Site Changes 5/12/2017 DJ-DARREL CURE OPERATOR GENERAL FOREMAN 7.00 212.0 E004 Unexpected Site Changes 5/12/2017 TEDDY STYZEI EXCAVATOR OPERATOR 15-30 8.00 212.0 E004 Unexpected Site Changes 5/12/2017 BOBBY SEALS GENERAL LABORER 8.00 213.0 E004 Unexpected Site Changes 5/15/2017 CHARLIE BUSSELL OPERATOR 8.00 213.0 E004 Unexpected Site Changes 5/15/2017 JAMES WILSON OPERATOR 90%APPR. 8.00 213.0 E004 Unexpected Site Changes 5/15/2017 PATRICK JOHNSON OPERATOR 80%APPR. 5.00 213.0 E004 Unexpected Site Changes 5/15/2017 MICHAEL ROSE GENERAL LABORER 8.00 213.0 E004 Unexpected Site Changes 5/15/2017 DONALD VAN HORN OPERATOR 1.00 213.0 E004 Unexpected Site Changes 5/15/2017 DJ-DARREL CURE OPERATOR GENERAL FOREMAN 3.00 213.0 E004 Unexpected Site Changes 5/15/2017 KRIS BLAIS OPERATOR 2.00 214.0 A209 Unexpected Site Changes 7/14/2017 ROMEO CATAGUE GENERAL LABORER 1.00 214.0 A209 Unexpected Site Changes 7/14/2017 TRAVIS BREWER PIPE LAYER 1.00 215.0 A209 Unexpected Site Changes 7/14/2017 DAVID PEARSALL JOPERATOR GENERAL FOREMAN 0.50 215.0 A209 Unexpected Site Changes 7114/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 0.50 215.0 A209 Unexpected Site Changes 7/14/2017 TRAVIS BREWER PIPE LAYER 0.50 215.0 A209 Unexpected Site Changes 7/14/2017 ROMEO CATAGUE IGENERAL LABORER 0.50 216.0 A188 Potholing 7/14/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 1.00 217.0 A209 Unexpected Site Changes 8/14/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 1.00 217.0 A209 Unexpected Site Changes 8/14/2017 RAPLH TALLENT _ EXCAVATOR OPERATOR 15-30 1.00 217.0 A209 Unexpected Site Changes 8/14/2017 ROMEO CATAGUE GENERAL LABORER 1.00 220.0 A209 Unexpected Site Changes 8/16/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 3.50 220.0 A209 Unexpected Site Changes 8/16/2017 ROMEO CATAGUE GENERAL LABORER 3.50 220.0 A209 Unexpected Site Changes 8/16/20171 RAPLH TALLENT EXCAVATOR OPERATOR 15-30 3.50 221.0 A209 Unexpected Site Changes 8/18/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 1.50 221.0 A209 Unexpected Site Changes 8/18/2017 ROMEO CATAGUE GENERAL LABORER 1.50 221.0 A209 Unexpected Site Changes 8/18/2017 RAPLH TALLENT EXCAVATOR OPERATOR 15-30 1.50 223.0 A209 Unexpected Site Changes 8/25/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 1.00 223.0 A209 Unexpected Site Changes 8/25/2017 TRAVIS BREWER PIPE LAYER 1.00 223.0 A209 Unexpected Site Changes 8/25/2017 ROMEO CATAGUE GENERAL LABORER 1.00 223.0 A209 Unexpected Site Changes 8/25/2017 RAPLH TALLENT EXCAVATOR OPERATOR 15-30 1.00 225.0 A188 Potholing 8/16/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 2.00 225.0 A188 Potholing 8/16/2017 ROMEO CATAGUE GENERAL LABORER 2.00 225.0 A188 Potholing 8/16/2017 RAPLH TALLENT EXCAVATOR OPERATOR 15-30 2.00 226.0 A209 Unexpected Site Changes 8/29/2017 MIKE MCCRACKEN GENERAL LABORER 1.00 227.0 A209 Unexpected Site Changes 8/30/2017 1 LES LUTTON EXCAVATOR OPERATOR 15-30 1.00 227.0 A209 Unexpected Site Changes 8/30/2017 ROMEO CATAGUE GENERAL LABORER 1.00 227.01A209 Unexpected Site Changes 8/30/2017 TRAVIS BREWER PIPE LAYER 1.00 228.01A209 Unexpected Site Changes 8/31/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 3.00 228.0 A209 Unexpected Site Changes 8/31/2017 TRAVIS BREWER PIPE LAYER 3.00 228.0 A209 Unexpected Site Changes 8/31/2017 ROMEO CATAGUE GENERAL LABORER 3.00 229.0 A209 Unexpected Site Changes 9/5/2017 RYAN MCDONALD ELECTRICIAN FOREMAN 2.50 Page 12 of 16 2290 A209 Unexpected Site Changes 9/5/2017 JOHN TAYLOR ELECTRICIAN-JOURNEY 1.00 229.0 A209 Unexpected Site Changes 9/5/2017 Matt ELECTRICIAN APPRENTICE 75% 1.00 230.0 A207 Excavation for Retraining PSE Conduit 9/6/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 6.50 230.0 A207 Excavation for Retraining PSE Conduit 9/6/2017 MICHAEL ROSE GENERAL LABORER 6.50 230.0 A207 Excavation for Retraining PSE Conduit 9/6/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 2.00 231.0 A207 Excavation for Retraining PSE Conduit 9/7/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 5.50 231.0 A207 Excavation for Retraining PSE Conduit 9/7/2017 MICHAEL ROSE GENERAL LABORER 5.50 231.0 A207 Excavation for Retraining PSE Conduit 9/7/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 2.00 232.0 B056 Unexpected Site Changes 9/7/20171 VAN DORA SIONE GENERAL LABORER 1.00 233.0 A207 Excavation for Retraining PSE Conduit 9/8/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 2.00 233.0 A207 Excavation for Retraining PSE Conduit 9/8/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 2.00 233.0 A207 Excavation for Retraining PSE Conduit 9/8/2017 MICHAEL ROSE GENERAL LABORER 1.00 234.0 A207 Excavation for Retraining PSE Conduit 9/11/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 2.00 234.0 A207 Excavation for Retraining PSE Conduit 9/11/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 1.00 234.0 A207 Excavation for Retraining PSE Conduit 9/11/2017 MICHAEL ROSE GENERAL LABORER 2.00 235.01A209 Unexpected Site Changes 9/12/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 4.50 235.0 A209 Unexpected Site Changes 9/12/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 1.00 235.0 A209 Unexpected Site Changes 9/12/2017 CHASE GUY PIPE LAYER 4.50 236.0 A207 Excavation for Retraining PSE Conduit 9/15/2017 PATRICK JOHNSON OPERATOR 80%APPR. 1.00 236.0 A207 Excavation for Retraining PSE Conduit 9/15/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 2.00 236.0 A207 Excavation for Retraining PSE Conduit 9/15/2017 ROMEO CATAGUE GENERAL LABORER 2.00 237.0 C006 Unexpected Site Changes 9/15/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 0.50 237.0 C006 Unexpected Site Changes 9/15/2017 BOBBY SEALS IGENERALLABORER 0.50 237.0 0006 Unexpected Site Changes 9/15/2017 RYAN MCDONALD ELECTRICIAN-FOREMAN 1.00 238.0 A187 Resolution of Utility Conflicts 9/18/2017 RUSS GIELSKI OPERATOR FOREMAN 2.00 238.0 A187 Resolution of Utility Conflicts 9/18/2017 BRODY KASTNING LABORER 2.00 238.0 A187 Resolution of Utility Conflicts 9/18/2017 BYRON ACKERMANN PIPE LAYER LEAD 2.00 238.0 A187 Resolution of Utility Conflicts 9/18/2017 PETE REED PIPE LAYER 2.00 238.0 A187 Resolution of Utility Conflicts 9/18/2017 WILLY LEESTMA OPERATOR 80%APPR. 2.00 238.0 A187 Resolution of Utility Conflicts 9/18/2017 DREW BRIGHAM OPERATOR 75%APPR. 2.00 238.0 A187 Resolution of Utility Conflicts 9/18/2017 VANDORA SIONE GENERAL LABORER 2.00 239.0 A209 Unexpected Site Changes 9/19/2017 RUSS GIELSKI OPERATOR FOREMAN 0.50 239.0 A209 Unexpected Site Changes 9/19/2017 BRODY KASTNING LABORER 0.50 239.0 A209 Unexpected Site Changes 9/19/2017 WILLY LEESTMA OPERATOR 80%APPR, 0.50 239.0 A209 Unexpected Site Changes 9/19/2017 BYRON ACKERMANN PIPE LAYER LEAD 0.50 241.0 A188 Potholing 9/19/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 3.00 241.0 A188 Potholing 9/19/2017 TRAVIS BREWER PIPE LAYER 4.00 241.0 A188 Potholing 9/19/2017 CHASE GUY PIPE LAYER 4.00 242.0 A209 Unexpected Site Changes 9/19/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 6.00 242.0 A209 Unexpected Site Changes 9/19/2017 1 TRAVIS BREWER PIPE LAYER 5.00 242.0 A209 Unexpected Site Changes 9/19/2017 CHASE GUY PIPE LAYER 5.00 243.01A172 Relocate Private Luminaires 9/21/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 1.00 243.0 A172 Relocate Private Luminaires 9/21/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 5.50 243.0 A172 Relocate Private Luminaires 9/21/2017 ROMEO CATAGUE GENERAL LABORER 5.50 245.0 A209 Unexpected Site Changes 8/29/2017 RYAN MCDONALD ELECTRICIAN-FOREMAN 2.00 245.0 A209 Unexpected Site Changes 8/29/2017 JOHN TAYLOR ELECTRICIAN-JOURNEY 4.50 245.0 A209 Unexpected Site Changes 8/29/2017 Matt ELECTRICIAN APPRENTICE 75% 4.50 247.0 E004 Unexpected Site Changes 9/26/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 5.00 247.0 E004 Unexpected Site Changes 9/26/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 5.00 247.0 E004 Unexpected Site Changes 9/26/2017 KEVIN KINNEAR EXCAVATOR OPERATOR 15-30 S.00 247.0 E004 Unexpected Site Changes 9/26/2017 BOBBY SEALS GENERAL LABORER 5.00 248.0 E004 Unexpected Site Changes 9/27/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 8.00 248.0 E004 Unexpected Site Changes 9/27/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 8.00 248.0 E004 Unexpected Site Changes 9/27/2017 KEVIN KINNEAR EXCAVATOR OPERATOR 15-30 8.00 248.0 E004 Unexpected Site Changes 9/27/2017 BOBBY SEALS GENERAL LABORER 8.00 249.0 A209 Unexpected Site Changes 9/29/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 1.00 249.0 A209 Unexpected Site Changes 9/29/20171 CHASE GUY PIPE LAYER 1.00 249.0 A209 Unexpected Site Changes 9/29/2017 TRAVIS BREWER PIPE LAYER 1.00 249.0 A209 Unexpected Site Changes 9/29/2017 JAMES FOWLER CARPENTER 1.00 250.0 A209 Unexpected Site Changes 9/29/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 4.00 250.0 A209 Unexpected Site Changes 9/29/2017 CHASE GUY PIPE LAYER 3.50 250.0 A209 Unexpected Site Changes 9/29/2017 TRAVIS BREWER PIPE LAYER 3.50 250.0 A209 Unexpected Site Changes 9/29/2017 KEN BARTLETT OPERATOR GENERAL FOREMAN 3.00 250.0 A209 Unexpected Site Changes 9/29/2017 GABRIEL WILSON LABORER GROUP 3 3.00 250.01A209 Unexpected Site Changes 9/29/20171 BOBBY SEALS GENERAL LABORER 3.50 Page 13 of 16 251.0 A209 Unexpected Site Changes 10/2/2017 MICHAEL ROSE GENERAL LABORER 6.00 251.0 A209 Unexpected Site Changes 10/2/2017 RAPLH TALLENT EXCAVATOR OPERATOR 15-30 3.50 251.0 A209 Unexpected Site Changes 10/2/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 1.00 252.0 A209 Unexpected Site Changes 10/2/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 6.50 252.0 A209 Unexpected Site Changes 10/2/2017 TRAVIS BREWER PIPE LAYER 6.50 252.01A209 Unexpected Site Changes 10/2/2017 CHASE GUY PIPE LAYER 6.50 252.0 A209 Unexpected Site Changes 10/2/2017 KRIS BLAIS OPERATOR 1.00 252.0 A209 Unexpected Site Changes 10/2/2017 RUSS GIELSKI OPERATOR FOREMAN 1.00 253.0 A172 Relocate Private Luminaires 10/4/2017 RYAN MCDONALD ELECTRICIAN-FOREMAN 5.50 253.0 A172 Relocate Private Luminaires 10/4/2017 JOHN TAYLOR ELECTRICIAN-JOURNEY 5.00 253.0 A172 Relocate Private Luminaires 10/4/2017 MATT BURKE ELECTRICIAN APPRENTICE 75% 5.00 254.0 A209 Unexpected Site Changes 10/3/2017 RAPLH TALLENT EXCAVATOR OPERATOR 15-30 3.00 255.0 A209 Unexpected Site Changes 10/3/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 2.00 255.0 A209 Unexpected Site Changes 10/3/20171 MICHAEL ROSE GENERAL LABORER 4.00 255.0 A209 Unexpected Site Changes 10/3/2017 RAPLH TALLENT EXCAVATOR OPERATOR 15-30 3.00 256.0 A209 Unexpected Site Changes 10/5/2017 RYAN MCDONALD ELECTRICIAN-FOREMAN 5.50 256.0 A209 Unexpected Site Changes 10/5/2017 JOHN TAYLOR ELECTRICIAN-JOURNEY 7.00 256.0 A209 Unexpected Site Changes 10/5/2017 MATT BURKE ELECTRICIAN APPRENTICE 75% 7.00 257.0 A209 Unexpected Site Changes 10/6/2017 RYAN MCDONALD ELECTRICIAN-FOREMAN 2.50 257.0 A209 Unexpected Site Changes 10/6/2017 JOHN TAYLOR ELECTRICIAN-JOURNEY 4.00 257.0 A209 Unexpected Site Changes 10/6/2017 MATT BURKE ELECTRICIAN APPRENTICE 75% 4.00 258.0 A209 Unexpected Site Changes 10/10/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 0.50 258.0 A209 Unexpected Site Changes 10/10/2017 TEDDY STYZEJ EXCAVATOR OPERATOR 15-30 0.50 258.0 A209 Unexpected Site Changes 10/10/2017 RAPLH TALLENT EXCAVATOR OPERATOR 15-30 0.50 258.0 A209 Unexpected Site Changes 10/10/2017 BOBBY SEALS GENERAL LABORER 2.00 259.0 A209 Unexpected Site Changes 10/10/2017 RYAN MCDONALD ELECTRICIAN-FOREMAN 2.00 260.0 A172 Relocate Private Luminaires 10/10/2017 RYAN MCDONALD ELECTRICIAN-FOREMAN 2.50 261.0 A172 Relocate Private Luminaires 10/18/2017 RYAN MCDONALD ELECTRICIAN-FOREMAN 5.00 261.0 A172 Relocate Private Luminaires 10/18/2017 JOHN TAYLOR ELECTRICIAN-JOURNEY 5.00 261.0 A172 Relocate Private Luminaires 10/18/2017 MATT BURKE ELECTRICIAN APPRENTICE 7551. 5.00 263.0 A209 Unexpected Site Changes 10/17/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 1.00 263.0 A209 Unexpected Site Changes 10/17/2017 CHASE GUY PIPE LAYER 1.00 263.0 A209 Unexpected Site Changes 10/17/2017 BRODY KASTNING LABORER 1.00 263.0 A209 Unexpected Site Changes 10/17/2017 TRAVIS BREWER PIPE LAYER 1.00 264.0 A209 Unexpected Site Changes 10/17/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 1.00 264.0 A209 Unexpected Site Changes 10/17/20171 CHASE GUY PIPE LAYER 1.00 264.0 A209 Unexpected Site Changes 10/17/2017 WILLY LEESTMA OPERATOR 80%APPR. 1.00 265.0 E004 Unexpected Site Changes 10/18/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 1.50 265.0 E004 Unexpected Site Changes 10/18/2017 BYRON ACKERMANN PIPE LAYER LEAD 1.50 265.0 E004 Unexpected Site Changes 10/18/2017 BRODY KASTNING LABORER 1.50 265.0 E004 Unexpected Site Changes 10/18/2017 WILLY LEESTMA OPERATOR 80%APPR. 1.50 266.0 A209 Unexpected Site Changes 10/19/2017 RYAN MCDONALD ELECTRICIAN-FOREMAN 3.50 266.0 A209 Unexpected Site Changes 10/19/2017 JOHN TAYLOR ELECTRICIAN-JOURNEY 3.50 266.0 A209 Unexpected Site Changes 10/19/2017 MATT BURKE ELECTRICIAN APPRENTICE 75% 3.50 267.0 D013 Unexpected Site Changes 10/18/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 1.00 267.0 D013 Unexpected Site Changes 10/18/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 1.00 267.0 D013 Unexpected Site Changes 10/18/2017 MICHAEL ROSE GENERAL LABORER 1.00 268.0 A209 Unexpected Site Changes 10/20/20171 RYAN MCDONALD ELECTRICIAN-FOREMAN 2.00 268.0 A209 Unexpected Site Changes 10/20/2017 JOHN TAYLOR ELECTRICIAN-JOURNEY 2.00 268.0 A209 Unexpected Site Changes 10/20/2017 MATT BURKE ELECTRICIAN APPRENTICE 75% 2.00 269.0 A209 Unexpected Site Changes 10/24/2017 RUSS GIELSKI OPERATOR FOREMAN t 1.00 269.0 A209 Unexpected Site Changes 10/24/2017 TRAVIS BREWER PIPE LAYER 1.00 269.0 A209 Unexpected Site Changes 10/24/2017 CHASE GUY PIPE LAYER 1.00 270.0 A209 Unexpected Site Changes 10/25/2017 SAMUEL JUNEAU FIELD SUPERINTENDENT 1.00 270.0 A209 Unexpected Site Changes 10/25/2017 KEN BARTLETT OPERATOR GENERAL FOREMAN 1.00 270.0 A209 Unexpected Site Changes 10/25/2017 GABRIEL WILSON LABORER GROUP 3 1.00 271.0 D013 Unexpected Site Changes 11/10/2016 JOHN TAYLOR ELECTRICIAN-JOURNEY 3.00 271.0 D013 Unexpected Site Changes 11/10/2016 ROBERTSMITH ELECTRICIAN-JOURNEY 3.00 274.0 A207 Excavation for Retraining PSE Conduit 5/2/2017 RYAN MCDONALD ELECTRICIAN-FOREMAN 1.00 274.0 A207 Excavation for Retraining PSE Conduit 5/2/2017 EARL GRIMMS ELECTRICIAN-APPRENTICE 45% 1.00 274.0 A207 Excavation for Retraining PSE Conduit 5/2/2017 Dan S. ELECTRICIAN-JOURNEY 1.00 277.0 E004 Unexpected Site Changes 5/12/2017 RYAN MCDONALD ELECTRICIAN-FOREMAN 3.00 277.0 E004 Unexpected Site Changes 5/12/2017 Dan S. ELECTRICIAN-JOURNEY 2.50 277.0 E004 Unexpected Site Changes 5/12/2017 EARL GRIMMS ELECTRICIAN-APPRENTICE 45% 2.50 278.0 A209 Unexpected Site Changes 7/25/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 1.00 Page 14 of 16 278.01A209 Unexpected Site Changes 7/25/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 1.00 278.0 A209 Unexpected Site Changes 7/25/2017 BOBBY SEALS GENERAL LABORER 1.00 278.0 A209 Unexpected Site Changes 7/25/2017 MICHAEL ROSE GENERAL LABORER 1.00 278.0 A209 Unexpected Site Changes 7/25/2017 KRIS BLAIS OPERATOR 0.50 279.0 A188 Potholing 8/18/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 1.50 279.0 A188 Potholing 8/18/2017 ROMEO CATAGUE GENERAL LABORER 1.50 279.0 A188 Potholing 8/18/2017 RAPLH TALLENT EXCAVATOR OPERATOR 15-30 1.50 280.0 A187 Resolution of Utility Conflicts 8/24/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 0.50 280.0 A187 Resolution of Utility Conflicts 8/24/2017 ROMEO CATAGUE GENERAL LABORER 0.50 280.0 A187 Resolution of Utility Conflicts 8/24/2017 TRAVIS BREWER PIPE LAYER 0.50 281.0 B056 Unexpected Site Changes 8/25/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 3.50 281.0 8056 Unexpected Site Changes 8/25/2017 BOBBY SEALS GENERAL LABORER 3.50 281.0 B056 Unexpected Site Changes 8/25/2017 BYRON ACKERMANN PIPE LAYER LEAD 2.00 282.0 A209 Unexpected Site Changes 8/29/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 1.00 282.0 A209 Unexpected Site Changes 8/29/2017 RODERICK ANGELMYER GRADER 1.00 282.0 A209 Unexpected Site Changes 8/29/2017 TRAVIS BREWER PIPE LAYER 1.00 284.0 A209 Unexpected Site Changes 10/26/2017 RUSS GIELSKI OPERATOR FOREMAN 0.50 284.0 A209 Unexpected Site Changes 10/26/2017 DREW BRIGHAM OPERATOR 75%APPR. 2.50 284.0 A209 Unexpected Site Changes 10/26/2017 BYRON ACKERMANN PIPE LAYER LEAD 2.50 284.0 A209 Unexpected Site Changes 10/26/2017 BRODY KASTNING LABORER 2.50 285.0 A136 Property Restoration 10/27/2017 KEN BARTLETT OPERATOR GENERAL FOREMAN 1.00 285.0 A136 Property Restoration 10/27/2017 GABRIEL WILSON LABORER GROUP 3 1.00 287.0 D013 Unexpected Site Changes 10/30/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 3.00 287.0 D013 Unexpected Site Changes 10/30/2017 TRAVIS BREWER PIPE LAYER 3.00 287.0 D013 Unexpected Site Changes 10/30/20171 CHASE GUY PIPE LAYER 3.00 288.0 A209 Unexpected Site Changes 11/1/20171 RYAN MCDONALD ELECTRICIAN-FOREMAN 1.00 288.0 A209 Unexpected Site Changes 11/1/2017 JOHN TAYLOR ELECTRICIAN-JOURNEY 2.00 288.0 A209 Unexpected Site Changes 11/1/2017 MATT BURKE ELECTRICIAN APPRENTICE 75% 2.00 289.0 A209 Unexpected Site Changes 11/1/2017 RUSS GIELSKI OPERATOR FOREMAN 2.00 289.0 A209 Unexpected Site Changes 11/1/2017 BYRON ACKERMANN PIPE LAYER LEAD 2.00 289.0 A209 Unexpected Site Changes 11/1/2017 DREW BRIGHAM OPERATOR 75%APPR. 2.00 289.0 A209 Unexpected Site Changes 11/1/2017 WILLY LEESTMA OPERATOR 80%APPR. 2.00 289.0 A209 Unexpected Site Changes 11/1/2017 BRODY KASTNING LABORER 2.00 289.0 A209 Unexpected Site Changes 11/1/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 2.00 289.0 A209 Unexpected Site Changes 11/1/2017 SEANI FITZPATRICK TRAFFIC CONTROL SUPERVISOR 2.00 289.0 A209 Unexpected Site Changes 11/1/2017 FIDEL CASTRO LABORER 60%APPR. 2.00 289.0 A209 Unexpected Site Changes 11/1/20171 GABRIEL WILSON LABORER GROUP 3 2.00 290.0 A136 Property Restoration 11/2/2017 RYAN MCDONALD ELECTRICIAN-FOREMAN 8.00 290.0 A136 Property Restoration 11/2/2017 JOHN TAYLOR ELECTRICIAN-JOURNEY 8.00 290.0 A136 Property Restoration 11/2/2017 MATT BURKE ELECTRICIAN APPRENTICE 75% 8.00 291.0 A187 Resolution of Utility Conflicts 11/3/2017 RAPLH TALLENT EXCAVATOR OPERATOR 15-30 5.00 291.0 A187 Resolution of Utility Conflicts 11/3/2017 KRIS BLAIS OPERATOR 1.00 291.0 A187 Resolution of Utility Conflicts 11/3/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 1.00 292.0 E004 Unexpected Site Changes 11/3/2017 TEDDY STYZEJ EXCAVATOR OPERATOR 15-30 5.50 292.0 E004 Unexpected Site Changes 11/3/2017 PETE REED PIPE LAYER 8.00 292.0 E004 Unexpected Site Changes 11/3/2017 MICHAEL ROSE GENERAL LABORER 8.00 292.0 E004 Unexpected Site Changes 11/3/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 8.00 292.0 E004 Unexpected Site Changes 11/3/2017 KRIS BLAIS OPERATOR 1.50 293.0 A209 Unexpected Site Changes 11/6/2017 RUSS GIELSKI OPERATOR FOREMAN 3.50 293.0 A209 Unexpected Site Changes 11/6/2017 WILLY LEESTMA OPERATOR 80%APPR. 1.50 293.0 A209 Unexpected Site Changes 11/6/2017 DREW BRIGHAM OPERATOR 75%APPR. 1.50 293.0 A209 Unexpected Site Changes 11/6/2017 BRODY KASTNING LABORER 1.50 293.0 A209 Unexpected Site Changes 11/6/2017 PETE REED PIPE LAYER 1.50 294.0 A209 Unexpected Site Changes 11/6/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 0.50 294.0 A209 Unexpected Site Changes 11/6/2017 TEDDY STYZEJ EXCAVATOR OPERATOR 15-30 0.50 294.0 A209 Unexpected Site Changes 11/6/20171 GABRIEL WILSON LABORER GROUP 3 0.50 295.0 A187 Resolution of Utility Conflicts 11/6/2017 LES LUTTON EXCAVATOR OPERATOR 15-30 2.00 295.0 A187 Resolution of Utility Conflicts 11/6/2017 TRAVIS BREWER PIPE LAYER 2.00 295.0 A187 Resolution of Utility Conflicts 11/6/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 2.00 295.0 A187 Resolution of Utility Conflicts 11/6/2017 CHASE GUY PIPE LAYER 2.00 295.0 A187 Resolution of Utility Conflicts 11/6/2017 RUSS GIELSKI OPERATOR FOREMAN 2.00 297.0 A209 Unexpected Site Changes 11/16/2017 SAMUEL JUNEAU FIELD SUPERINTENDENT 5.00 297.0 A209 Unexpected Site Changes 11/16/2017 WILLY LEESTMA OPERATOR 80%APPR. 3.00 297.0 A209 Unexpected Site Changes 11/16/2017 MICHAEL ROSE GENERAL LABORER 1.00 297.0 A209 Unexpected Site Changes 11/16/20171 BOBBY SEALS IGENERALLABORER 3.00 Page 15 of 16 297.01A209 Unexpected Site Changes 11/16/2017 DREW BRIGHAM OPERATOR 75%APPR. 1.00 297.01A209 Unexpected Site Changes 11/16/2017 TRAVIS BREWER PIPE LAYER 1.00 297.0 A209 Unexpected Site Changes 11/16/2017 KEVIN KINNEAR EXCAVATOR OPERATOR 15-30 1.00 298.0 A209 Unexpected Site Changes 11/17/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 0.50 298.0 A209 Unexpected Site Changes 11/17/2017 TEDDY STYZEJ EXCAVATOR OPERATOR 15-30 0.50 298.0 A209 Unexpected Site Changes I 11/17/2017 BYRON ACKERMANN PIPE LAYER LEAD 0.50 298.0 A209 Unexpected Site Changes 11/17/20171BRODY KASTNING LABORER 0.50 299.0 A136 Property Restoration 11/6/20171 RYAN MCDONALD ELECTRICIAN-FOREMAN 8.00 299.0 A136 Property Restoration 11/6/2017 JOHN TAYLOR ELECTRICIAN-JOURNEY 8.00 300.0 A136 Property Restoration 11/6/2017 JOHN TAYLOR ELECTRICIAN-JOURNEY 3.50 300.0 A136 Property Restoration 11/6/2017 MATT BURKE ELECTRICIAN APPRENTICE 75% 3.50 302.0 A209 Unexpected Site Changes 10/31/2017 RUSS GIELSKI OPERATOR FOREMAN 1.50 302.0 A209 Unexpected Site Changes 10/31/2017 DREW BRIGHAM OPERATOR 75%APPR. 1.50 302.0 A209 Unexpected Site Changes 10/31/2017 WILLY LEESTMA OPERATOR 80%APPR. 1.50 302.0 A209 Unexpected Site Changes 10/31/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 1.50 302.0 A209 Unexpected Site Changes 10/31/2017 BRODY KASTNING LABORER 1.50 302.0 A209 Unexpected Site Changes 10/31/2017 BYRON ACKERMANN PIPE LAYER LEAD 1.50 303.0 A066 Reconnect Existing Misc.Drainage 11/27/2017 KEN BARTLETT OPERATOR GENERAL FOREMAN 1.00 303.0 A066 Reconnect Existing Misc.Drainage 11/27/2017 TEDDY STYZEJ EXCAVATOR OPERATOR 15-30 1.00 303.0 A066 Reconnect Existing Misc.Drainage 11/27/2017 BRODY KASTNING LABORER 1.00 303.0 A066 Reconnect Existing Misc.Drainage 11/27/2017 CHASE GUY PIPE LAYER 1.00 303.0 A066 Reconnect Existing Misc.Drainage 11/27/2017 RUSS GIELSKI OPERATOR FOREMAN 1.00 304.0 A209 Unexpected Site Changes 11/29/2017 TEDDY STYZEJ EXCAVATOR OPERATOR 15-30 1.00 304.0 A209 Unexpected Site Changes 11/29/2017 KEVIN KINNEAR EXCAVATOR OPERATOR 15-30 1.00 305.0 A172 Relocate Private Luminaires 11/30/2017 RYAN MCDONALD ELECTRICIAN-FOREMAN 1.00 305.0 A172 Relocate Private Luminaires 11/30/2017 JOHN TAYLOR ELECTRICIAN-JOURNEY 1.00 305.0 A172 Relocate Private Luminaires 11/30/2017 MATT BURKE ELECTRICIAN APPRENTICE 75% 1.00 305.0 A172 Relocate Private Luminaires 11/30/2017 VLAD R ELECTRICIAN-APPRENTICE 45% 1.00 306.0 A209 Unexpected Site Changes 12/1/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 0.50 306.0 A209 Unexpected Site Changes 12/1/2017 BRODY KASTNING LABORER 1.00 306.0 A209 Unexpected Site Changes 12/1/2017 CHASE GUY PIPE LAYER 1.00 307.0 A188 Potholing 12/5/2017 JACOB BENNETT EXCAVATOR OPERATOR 15-30 0.50 308.0 A209 Unexpected Site Changes 12/5/2017 RUSS GIELSKI OPERATOR FOREMAN 2.00 309.0 8056 Unexpected Site Changes 12/7/2017 RUSS GIELSKI OPERATOR FOREMAN 7.50 309.0 8056 Unexpected Site Changes 12/7/2017 RAPLH TALLENT EXCAVATOR OPERATOR 15-30 7.50 309.0 B056 Unexpected Site Changes 12/7/2017 BRODY KASTNING LABORER 7.50 309.0 B056 Unexpected Site Changes 12/7/2017 CHASE GUY PIPE LAYER 7.50 310.0 B056 Unexpected Site Changes 12/8/2017 RUSS GIELSKI OPERATOR FOREMAN 4.00 310.0 6056 Unexpected Site Changes 12/8/2017 BRODY KASTNING LABORER 4.00 311.0 A209 Unexpected Site Changes 12/8_/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 1.00 311.0 A209 Unexpected Site Changes _ 12/8/2017 TEDDY STYZEJ 1EXCAVATOR OPERATOR 15-30 1.00 311.0 A209 Unexpected Site Changes 12/8/2017 MICHAEL ROSE IGENERAL LABORER 1.00 311.0 A209 Unexpected Site Changes 12/8/2017 JIMMY DRAPER IGENERAL LABORER 1.00 311.0 A209 Unexpected Site Changes 12/8/2017 MIKE MCCRACKEN iGENERAL LABORER 1.00 312.0 A209 Unexpected Site Changes 12/13/2017 RUSS GIELSKI JOPERATOR FOREMAN 7.00 312.0 A209 Unexpected Site Changes 12/13/2017 TODD JOHNSON EXCAVATOR OPERATOR 15-30 5.00 312.0 A209 Unexpected Site Changes 12/13/2017 PETE REED PIPE LAYER 5.00 312.0 A209 Unexpected Site Changes 12/13/2017 KRIS BLAIS OPERATOR 2.00 313.0 A209 Unexpected Site Changes 12/13/2017 DAVID PEARSALL OPERATOR GENERAL FOREMAN 1.00 313.0 A209 Unexpected Site Changes 12/13/20171 MICHAEL ROSE GENERAL LABORER 1.00 316.0 A209 Unexpected Site Changes 12/6/2017 SAMUEL JUNEAU FIELD SUPERINTENDENT 2.00 316.0 A209 Unexpected Site Changes 12/6/2017 KEVIN KINNEAR EXCAVATOR OPERATOR 15-30 2.00 316.0 A209 Unexpected Site Changes 12/6/2017 BOBBY SEALS GENERAL LABORER 2.00 316.0 A209 Unexpected Site Changes 12/6/2017 TODD JOHNSON EXCAVATOR OPERATOR 15-30 2.00 316.0 A209 Unexpected Site Changes 12/6/2017 PETE REED PIPE LAYER 2.00 317.0 A209 Unexpected Site Changes 12/7120171 DAVID PEARSALL OPERATOR GENERAL FOREMAN 1.00 317.0 A209 Unexpected Site Changes 12/7/2017 TEDDY STYZEJ EXCAVATOR OPERATOR 15-30 1.00 318.0 A187 Resolution of Utility Conflicts 12/18/2017 RUSS GIELSKI OPERATOR FOREMAN 8.00 318.0 A187 Resolution of Utility Conflicts 12/18/2017 TODD JOHNSON EXCAVATOR OPERATOR 15-30 8.00 318.0 A187 Resolution of Utility Conflicts 12/18/2017 PETE REED PIPE LAYER 8.001 318.0 A187 Resolution of Utility Conflicts 12/18/20171 KRIS BLAIS OPERATOR 8.00 318.0 A187 Resolution of Utility Conflicts 12/18/2017 SOSEFO MOIMOI IGENERAL LABORER 8.00 318.01A187 Resolution of Utility Conflicts 12/18/2017 1 CHASE GUY 1PIPE LAYER 8.00 TOTALS: 3037.25 Page 16 of 16 RETURN TO: PW ADMIN EXT: 2700 ID#: +'� CJ YJ S CITY OF FEDERAL WAY LAW DEPARTMENT jL<.OUTING FORM ORIGINATING DEPT/Div: PUBLIC WORKS/STREETS ORIGINATING STAFF PERSON:JOHN MULKEY EXT:2722 3. DATE REQ.BY:ASAP I. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT(AG#):16-115 ❑ INTERLOCAL ❑ OTHER CHANGE ORDER#19 i. PROJECT NAME:PACIFIC Hwy S HOV LANES PHASE V(S 340TH ST TO S 359TH ST) i. NAME OF CONTRACTOR:GRAHAM CONTRACTING LTD. ADDRESS: 13555 SE 36TH STREET.SUITE 120.BELLEVUE.WA 98006 TELEPHONE(425)691-3591 E-MAIL: FAX: SIGNATURE NAME:GREG RITKE TITLE:GM US INFRASTRUCTURE i. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE#08100723 BL,EXP. 12/31/19 UBI# 601409487 EXP.08/31/19 TERM: COMMENCEMENT DATE:AUGUST 25, 2016 COMPLETION DATE:UPON COMPLETION(411.5 WD i. TOTAL COMPENSATION:$)S Q1.Y, THIS C.O_($16.939,188.1/1 TOTAL (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGEBOND PROVIDED ❑ PURCHASING: PLEASE CHARGE To:306-4400-165-595-30-650 DOCUMENT/CONTRACT REVIEW INITIAL/DATE REV WED INITIAL/DATE APPROVED '6 PROJECT MANAGER _ -3 ❑ DIVISION MANAGER _ ,w DEPUTY DIRECTOR X r- DIRECTOR r t-- ❑ RISK MANAGEMENT (IF APPLICABLE) .VQ LAW DEPT wlol/ Q 2-7,e 0. COUNCIL APPROVAL(IF APPLICABLE) COMMITTEE APPROVAL DATE: �(�I� COUNCIL APPROVAL DATE: 1 1. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCILAPPROVAL IS NEEDED.) INITIAL/DATE SIGNED ❑ �I '95 SIGNATORY( [Y$10 DIRECTOR) c '19 CITY CLERK I lei m ASSIGNED AG# AG# ❑ SIGNED COPY RETURNED DATE SENT: J ❑RETURN ONE ORIGINAL ;OMMENTS: IL. (� / .XECUTE"2"ORIGINALS. e L/ I-1 t GU n_rPG C l L 2017 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG#16-115 19 REV 01 1/10/2019 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Pacific Highway South HOV Lanes Phase V (S 340'Street to S 359'''Street) Graham Contd actirt_�,, _I.td. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This change corrects the compensable amount allocated to Bid Item A093 Stormwater Pollution Prevention Plan (SWPPP). This lump sum bid item was paid to 100% of its $80,000 bid amount based on working days elapsed as of Pay Estimate #17 in January 2018 when 350.0 working days was reached. Time has since been added to the Contract however totaling 164.0 days for which A093 has not been adjusted. As SWPPP requirements are an event-driven, ongoing need, additional compensation proportional to the time added to the Contract is warranted. No time is added to the Contract itself as a result of this change as work required for SWPPP maintenance is not critical path activity, but rather in support of critical path activities that have been extended based on needs addressed in other Change Orders. Also note that while the 13.0 days added due to the IUOE#302 strike per Change Order 10 were not deemed compensable in any other way, they are compensable to Bid Item A093 as the strike did not relieve the Contractor from adhering to City or Department of Ecology SWPPP requirements. The amount subject to adjustment is the $80,000.00 original bid item amount minus initial one-time costs for preparation and submittal of the SWPPP document estimated at $4,000.00. The$76,000.00 remainder is then applied to the proportion of added time yielding a change order total of$35,611.43: $76,000/350.0 original days x 164.0 added days =$35,611.43 Note that this change has been revised from its original issuance to account for three additional days incorporated into contract time resulting from Change Order 18 for CenturyLink plan revisions.This further time extension to 164.0 days adds $65t.43 ($76,000 / 350 x 3.0 added days) to the previously issued $34,960 total that was based on 161.0 days. The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by 0_0 Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. This Change Order is offered without waiver of the City's rights,positions, and defenses. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If"Yes" Will the Policies Be Extended? ❑ Yes ❑ No TOTAL NET CONTRACT: INCREASES 3i,611.43 DECREASE 1 APPROXIMATE OR ESTIMATED QC1A "ITFIES INVOLVED IN THIS CHANGE: ITEM Existing Change UNIT PRICE ADD or NO ITEM QTY Quantity Chane DELETE I Change Item Total Unit Quantity Increases Stormwater Pollution A093 Prevention Plan 1 0 $35,611.43 ADD $35,611.43 Add= $35,611.43 Delete= 0 Total Chane $35,611.43 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the .special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 1 C.?00 5210,6!i PREVIOUS CHANGE ORDERS S 2118.080.08 THIS CHANGE ORDER `5 r'i 5.b]„I_r� NEW CONTRACT AMOUNT l 74.1 X8.1 1 CONTRACTOR'S SIGNATURE DATE toIz5 I ►� EJ W LSH. P.E. DATE DIRECTOR PUBLIC WORKS DEPARTMENT 2 RETURN TO PW ADMIN EXT: 2700 ID#: CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS/STREETS ORIGINATING STAFF PERSON:JOHN MULKEY EXT:2722 3. DATE REQ.BY:ASAP �. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT 0 SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE c RESOLUTION `KCONTRACTAMENDMENT(AG#):iz- 1. 1C INTERLOCAL ❑ OTHER CHANGE ORDER 918 PROJECT NAME:PACIFIC Hwy S HOV LANES PHASE V(S 340TH ST TO S 359TH ST) i. NAME OF CONTRACTOR:GRAHAM CONTRACTING LTD. ADDRESS: 13555 SE 36TH STREET,SUITE 120,BELLEVUE,W_A 98006 TELEPHONE(425)691-3591 E-MAIL: Fes: SIGNATURE NAME:GREG RITKE TITLE:GM US INFRASTRUCTURE i. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE#08100723 BL,EXP. 12/31/19 UBI# 601409487 ,EXP.08/31/19 '. TERM: COMMENCEMENT DATE:AUGUST 25, 2016 COMPLETION DATE:UPON COMPLETION 411.5 WD 1 OT:ti L.C'OM1IPF.Vti:�TIC?ti; �i,.�?x.71 "l lifS C'-0- !S f 6 j jif,7.6,4 TOTAL (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE To:306-4400-165-595-30-650 �. DOCdf,MENT/CONTRACT REVIEW INITI DATE REVLE%v D INITIAL/DATE APPROVED '� PROJECT MANAGER �r ❑ DIVISION MANAGER tiT t? DEPUTYDIRECTOR (C DIRECTOR f S ❑ RISK MANAGEMENT (IF APPLICABLE) XLAW DEPT11-6 04 0. COUNCIL APPROVAL(IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCILAPPROVAL IS NEEDED.) INITIAL/DATE SIGNED ` SIGNATORY(MAYOR OR DIRECTO I CITY CLERK !� t N4' ❑ ASSIGNED AG# AG# SIGNED COPY RETURNED DATE SENT: ❑RETURN ONE ORIGINAL -OMMENTS: ,n�� ( l 'XECUTE«2 ,ORIGINALS, X�lJ� �Q V l/1 4/2017 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT STPUL-00991 Z6 18 November 3 2016 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Pacific Nighway South HOV Lanes Phase ; Graham Contracting,Ltd_ PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This change order addresses costs for CenturyLink plan changes as originally communicated to Graham with Request for Proposal (RFP) 01 on September 12, 2016. RFP 01 included six revised Joint Utility Trench (JUT) plan sheets denoting CenturyLink's requested changes with quantities for bid item quantity additions and new bid items. RFP 01 pricing was received on November 3, 2016 which included a quantity takeoff for existing and new bid items as well as costs for items that were not addressed in the RFP. Agreement could not be reached; however, in the City's negotiation of this change with CenturyLink as parties differed on material quantities to be adjusted. JUT installation including CenturyLink's 4" conduit and handholes that began on October 17, 2016 continued until completion on May 17, 2017 despite the impasse preventing change order execution. CenturyLink's plan changes per RFP 01 were incorporated into physical work which was reviewed by the City, KPG and CenturyLink representative Jesse Patjens on November 8`}', 2018 with confirmation received on November 15`h that only surface cleaning and lid repairs were needed prior to final approval. Review of pay estimates during this installation timeframe indicates that all quantities added to existing bid items with RFP 01 were paid. New work not covered by base bid items however consisting of 2" conduit as well as 467TA and 30x48x36 handholes has not yet been paid. Graham's proposal appears to capture all work required with accurate quantities and appropriate pricing. The City has therefore incorporated all RFP 01 pricing into this change order at the requested amount of$44,701.60. $26,260.60 of this amount is attributed to Schedule E for CenturyLink including $5,547.60 for 2" conduit and new handholes that have not yet been paid for. Graham also requested three days of additional time for this work. Although no schedule was ever received indicating this time impact, the City recognizes that the additional 3,700ft of 2" and 4" conduit along with new JUT sweeps and new connection to Parcel 37 required additional time and has included a three-day compensable time extension. Compensation for time herein is consistent with that provided per Change Order 14 at the calculated overhead rate of$4,524.37 per day based on independent evaluation. This change therefore adds a total of$58,274.11 to the Contract as summarized in the table below. A total of$18,895.71 would be payable to Schedule E upon execution of this change order ($5,547.60 in new bid items + $13,573.11 for 3 compensable days - $225 for 3 days ESC lead time which is only payable upon receipt of daily report). Liquidated damages as assessed would also be reduced by three days to reflect time added per this change. Changes to the Bid Schedule—Pacific Highway South HOV Lanes Phase 5 1. Schedule A—Bid Item A001—Construction Surveying The unit cost for this bid item has changed. The unit price per Lump Sum is now$150,560.00 The quantity is ILS The total change amount for this item is an increase of$560.00 1 2. Schedule A—Bid Item A023—Removal of Structures and Obstructions The unit cost for this bid item has changed.The unit price per Lump Sum is now$52,650.00 The quantity is ILS The total change amount for this item is an increase of$2,650.00 3. Schedule A—Bid Item A031 —Gravel Borrow for Trench Backfill Inc.Haul The unit cost for this bid item has not changed.The quantity is increased by 173 Tons. The new quantity is 15,723TN The total change amount for this item is an increase of$2,249.00 4. Schedule A—Bid Item A035—Structure Excavation Class B Inc.Haul for Undergrounding Overhead Utilities The unit cost for this bid item has not changed. The quantity is increased by 231 Cubic Yards. The new quantity is 9,051.3CY(Qty also adjusted w/CO#15) The total change amount for this item is an increase of$5,775.00 5. Schedule A—Bid Item A037—Shoring or Extra Excavation Class B The unit cost for this bid item has not changed.The quantity is increased by 2,300 Square Feet. The new quantity is I I5,700SF The total change amount for this item is an increase of$1,150.00 6. Schedule A—Bid Item A040—Crushed Surfacing Base Course The unit cost for this bid item has not changed.The quantity is increased by 15 Tons. The new quantity is 13,375TN The total change amount for this item is an increase of$300.00 7. Schedule A—Bid Item A042—HMA Cl. '/z"PG 64-22 The unit cost for this bid item has not changed. The quantity is increased by 6 Tons. The new quantity is 8,975.4TN(Qty also adjusted w/CO#15) The total change amount for this item is an increase of$426.00 8. Schedule A—Bid Item A044—HMA Cl. 1"PG 64-22 The unit cost for this bid item has not changed. The quantity is increased by 7 Tons. The new quantity is 8,967TN The total change amount for this item is an increase of$497.00 9. Schedule A—Bid Item A143—Cement Conc. Traffic Curb&Gutter The unit cost for this bid item has not changed. The quantity is increased by 20 Lineal Feet. The new quantity is 12,620LF The total change amount for this item is an increase of$200.00 10. Schedule A—Bid Item A154—Cement Conc. Sidewalk The unit cost for this bid item has not changed. The quantity is increased by 40 Square Yards. The new quantity is 9,370SY The total change amount for this item is an increase of$960.00 2 11. Schedule A—Bid Item A189—Pitrun Sand The unit cost for this bid item has not changed. The quantity is increased by 114 Cubic Yards. The new quantity is 2,284.7CY(Qty also adjusted w/CO 415) The total change amount for this item is an increase of$4,674.00 12. Schedule E—Bid Item E01 —Install Conduit 4 In. The unit cost for this bid item has not changed.The quantity is increased by 3,506 Lineal Feet. The new quantity is 25,216LF(Qty also adjusted w/CO#15) The total change amount for this item is an increase of$19,283.00 13. Schedule A—Bid Item E003—Install Handhole 264TA The unit cost for this bid item has not changed. The quantity is increased by 2 per Each. The new quantity is 22EA The total change amount for this item is an increase of$430.00 14. Schedule E—Bid Item CO]8.001 —Install Conduit 2 In. This is a new bid item. The unit price per Lineal Foot is$3.70 The quantity is 198LF The total change amount for this item is an increase of$732.60 15. Schedule E—Bid Item CO18.002—Install Handhole 467TA This is a new bid item. The unit price per Each is$1,285.00 The new quantity is 1 EA. The total change amount for this item is an increase of$1,285.00 16. Schedule E—Bid Item CO18.003—Install Handhole 30x48x36 This is a new bid item. The unit price per Each is$1,765.00 The new quantity is 2EA. The total change amount for this item is an increase of$3,530.00 17. Schedule E—Bid Item C018.004—Three Days Schedule E Extended Overhead This is a new bid item. The unit price per Day is$4,524.37. The quantity is 3Days The total change amount for this item is an increase of$13,573.11 The time provided for completion in the Contract is ❑ Unchanged ® Increased ❑ Decreased by_1 Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑Yes ®No If"Yes"Will the Policies Be Extended? ❑Yes ❑No 3 THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE Lump Sum Additions Item No Bid Item Description Existing Price New Price Change Total A001 Construction Surveying $150,000.00 $150,560.00 $560.00 A023 Removal of Structures and Obstructions $50,000.00 $52,650.00 $2,650.00 subtou'.1= $3,210.00 Unit Quantity Additions Unit Existing Change UNIT Change Total Item No Bid Item Description QTY QTY PRICE Gravel Borrow for Trench Backfill Inc. TN 15,550 15,273 $13.00 $2,249.00 A031 Haul Structure Exc CI B incl.Haul for CY 8,820.3 9,051.3 $25.00 $5,775.00 A035 Undergroundiny,of Overhead Utilities A037 Shoring or Extra Excavation Class B SF 113,400 115,700 $0.50 $1,150.00 A040 Crushed Surfacing Base Course TN 13,360 13,375 $20.00 $300.00 A042 HMA Cl '/2"PG 64-22 TN 8,969.4 8,975.4 $71.00 $426.00 A044 HMA Cl 1"PG 64-22 TN 8,960 8,967 $71.00 $497.00 A143 Cement Conc.Traffic Curb and Gutter LF 12,600 12,620 $10.00 $200.00 A154 Cement Conc. Sidewalk SY 9,330 9,370 $24.00 $960.00 A189 Pitrun Sand CY 2,170.7 2,284.7 $41.00 $4,674.00 E001 Install Conduit 4In. (CenturyLink) LF 21,710 25,216 $5.50 $19,283.00 E003 Install Handhole 264TA(CenturyLink) EA 20 22 $215.00 $430.00 CO18-001 Install Conduit 2 In. (CenturyLink) LF 0 198 $3.70 $732.60 CO18-002 Install Handhole 467TA(CenturyLink) EA 0 1 $1,285.00 $1,285.00 Install Handhole 30x48x36 EA 0 2 $1,765.00 $3,530.00 CO18-003 Centu Link) Three Days Schedule E Extended EA 0 3 $4,524.37 $13,573.11 CO18-004 Overhead Subtotal= $55,064.71 Grand Totals Add= $58,274.71 Delete= $0.00 Total Change $58,274.71 TOTAL NET CONTRACT: INCREASE S 58.274.71 DECREASE 4 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT 516,700,526.60 PREVIOUS CHANGE ORDERS S 179,775.37 THIS CHANGE ORDER S 58 274.71 NEW CONTRACT AMOUNT 516,938.576.6$ CONTRACTOR'S SIGNATURE DATE t-11,.le__— 9128111 EJ ALSH,P.E., DATE DIRECTOR PUBLIC WORKS DEPARTMENT 5 CITY Of ]POW Federal Way REQUEST FOR PROPOSAL � �i1111 rchiL V:!k� LanQscape ArctiiLc:cLurc ♦ Civil Engineering #1 DATE: September 8,2016 CONTRACT NO.: AG-16-006 PROJECT NAME: Pacific Highway S HOV Lanes Phase 5 (S 340th Street to S 359th Street) SUBJECT: CenturyLink Conduit Installation SPECIFICATION 8-32 PLAN REF: Revised Plan Sheets REF. 351, 352, 353, 359, 360 ATTACHMENTS: RFP 01 Revised Plan Sheets.pdf TO: GRAHAM CONTRACTING Provide proposal and time impact analysis, within ten (10) days or as stated above for the scope of work described: NOTE: This is NOT a change order and does NOT constitute approval or notice to proceed on the issue. SCOPE: Install CenturyLink provided materials into the Joint Utility Trench, as per attached revised plan sheets 351, 352, 353, 359, and 360. Measurement and payment for the work shall be per bid item as specified in the plans and specs for the following bid items: A31 Gravel Borrow for Trench Backfill Incl. Haul 173 Tons A35 Structure Excavation Class B Incl. Haul for Undergrounding of Overhead Utilities 231 CY A37 Shoring or Extra Excavation Class B 2300 SF A40 Crushed Surfacing Base Course 15 Tons A42 HMA Cl. 1/2" PG 64-22 6 Tons A44 HMA Cl. 1" PG 64-22 7 Tons A189 Pitrun Sand 114 CY E01 Install Conduit 4 In. 3506 LF E03 Install Handhole 264TA 2 EA Provide an installed cost for the following NEW items: 2"Conduit 198 LF (This installed cost will be based on bid item C1) 467TA Handhole 1 EA 30 x 48 x 36 Handhole 2 EA Federal Way REQUEST ectur VEST FOR PROPOSAL ♦ Architecture �.[ Landscape Architecture ♦ Civil Engineering #1 MATERIAL: All material will be provided by Century Link with the exception of the above Schedule A bid items. MEASUREMENT AND PAYMENT: Measurement and payment for the installation of Gravel Borrow will be per TON Measurement and payment for the installation of Structure Excavation Class B Inca, Haul for Underarounding of Overhead Utilitig will be per CUBIC YARD Measurement and payment for the installation of Shoring or Extra Excavation Class B will be per SQUARE FOOT Measurement and payment for the installation of Crushed Surfacing Base Course will be per TON Measurement and payment for the installation of HMA Cl, I!2" PG 64-22 will be per TON Measurement and payment for the installation of HMA Cl. 1" PG 64-22 will be per TON Measurement and payment for the installation of Pitrun Sand will be per CUBIC YARD Measurement and payment for the installation of Conduit 4 In. will be per LINEAL FOOT Measurement and payment for the installation of Handhole 264TA will be per EACH Measurement and payment for the installation of 2"Conduit will be per LINEAL FOOT Measurement and payment for the installation of 467TA Handhole will be per EACH Measurement and payment for the installation of 30 x 48 x 36 Handhole will be per EACH By: Date: CC: PLAN QUANTITY OR COST REVISION November 3,2016 Page 1 of 1 Graham Contracting Ltd. 13555 SE 36th Street,Suite 120 Phone: Bellevue,Washington,U.S.A.98006 Fax: Project Number: W16051 Owner Project#: AG#16-115 Name: Pacific Highway South HOV Lanes Phase V Owner: City Of Federal Way Address: 726 S. 356th St Federal Way, Washington 98003 Subject Plan Quantity or Cost Revision#RFP#1 Occurrence Date: 2016/10/26 Description: RFP#1 Century Link Conduit Installation Revision Send To Name: KPG Address: 3131 Elliot Ave Suite 400 Seattle, WA 98121 Phone: (206) 286-1640 Fax: Attention: Ken Gunther Name: Graham Contracting Ltd. Address: Seattle Phone: Fax: Attention: Dan Zimmerman;Jason Streuli;Seth Crites Comments Graham proposes the following time impact analysis as follows; We request an additional 3 days be added to the schedule with the corresponding extended overhead at a rate of$8,220/day. There are 3 new bid items; 2"ConOuit- 198 LF at$3.70/LF= 467TA Handhole- 1 EA at$1,285/EA 30x48x36 Handhole-2 EA at$1,765/EA There are other items that were not addressed in the RFP;Survey, Removal of Structures&Obstructions, Concrete Sidewalk, Concrete Curb&Gutter and Landscape restoration. Please see the attached spreadsheet. Per: Edward Schepp, Project Manager XM ( � E I I C I I I I o U0 I 4 �3 o I � � I I � I IIL I III 1111111 I { I � , 111111 . I ; II t I z� � , o � I 1 I T�-,- L.I.� �� _ --JL- - i 11y I I ��� I t•� � .r 3. I- � 1 j 1 '1 I III I I LIII I � I i 1 IIS 1 = A I � - = I IIII -1-I_LL �_-- -- � 11F; I I � I ' F e IQ 1. OS DC A OY. + C) no po N zm N Z� r IIS 1 �o uZi rix a �m Z E ao 0 I �� cmi� w cai Ai �z � I m Fm o viw z w j z v� fir^ c m 1 �m oZ p �� z n t 1 ,4 n cnA a �$ CAN a nm n a O Z o p� I \J I I I,l Vl 1 a 1 }II- 1� I � - co a CD Z y D CD r r z y m �g o - r - a _ I r� h _ I ooh n o I G) M 1 Yqcn m m U) (n Ln 5 1 C zCA C) O Z n r P y < = o K O m o r I^ n 6n a O N ti r m O o r m Ln M . y m Z X O Z Fl 1 V � r f>• o __ a a wl m O a m y p Rl Z D O D m �� X a kl y 2 N a r D Z f p 0 m p[c,-, N l a O�o m caO C) a " Vl m ` s O M Z v m < a f J D cZ zo �n F, zZ — F N _ o M r w r.Ji o w nOOi w chi, U) - ik Ir MATCH LINE STA 23+00 SHEET 352 Im — r ? D _ W c r N r y f O � L i i o I I a � I I Ln � � t Ii> 0 � k V > cn O � I tk mmmi o o z m A o N _ •VII.'-f C P m i� o MATCH LINE STA 27+50 SHEET 353 o Z m Z m DrD Z r Z O S mr Z m Z Z R' Fn m 2 O TrJ 2 F; W W N N N m CJt A W N - I m mm mr z o g n Q D > c < Ru w > Z N Z y � , 00 � � m D 2 n c c ocm Z t 9 cPA � p CO) 0 O P A p p y V n Z N -D _ _ m V7 � 00 2cp A W A 00 2� W Z = o � 5 �^� 5 $ 5 �'l� s �n n 0 I' ry ° to co m m In m rn p Y Z C _ -� C) CAD n D m p r O_ j O RI -... I A J D ZD N p Z n ? F p F z z m p p A Vl D O j A W 8 8 p `nil m ' c c c I� f A N A j m rs m f m O f m X �y�~ z o m o o o z -' ------- - 8 A < 2 < m c c m c r p r J p mCD p n v _ o CT A U C' r H Z O 1, z m m g o s F r Af .ZIE m M �O� y rn o M O C3 M m r Z_ A Z D m ( f �"o z rmc c m l 7 v �z ID azv N z cAi ',.... 4 O� CC_7 -, a I' m o co I"I m coy o o ,o m C'> $ myZ _.. p m n v 0 C m .. .. T Fn c) 2 m p i x so (n ) D 1=i,cn �C '� • .- �� s j Zz � m = a Z to D D 2 v O m .. , W D O H A n D D 3 D -n C N I n O z ��•� N IA. .� l ... Fn rn D " cNn m w o m rn A +fff11 Ln A N Ln W O LN A u �I y 1, r .. r MATCH LINE STA 32+50 SHEET 354 mz m r Ill 1I a zAo M �� c �, I J C) o �n � .- - m Enm m0 m A� > C� _ m �A (n D yQ oZ C i it l Jr- CA � D CD � 1�4 CD o � o EJ li v z� IIII c Z a III 4 i n `I T I I M p r D E � I I � l wc� �m CD f of f�,• ItS n IN o CS V m f In W m ri r � z `c U) `~ m c ill I1 - O I' o m o g C3 z x 31- Fn A z X D p - ' o C ri z y v m m v O A CD n a n�1 a z n > f a ca A G) D 1 D o m A m < D --0 z -0 v D m g � j D > LT I p A A � O h dd 2 r D z ZI j m s z v Z Dz z Fn z D Fcl) CO Fn CD z a Z m CD m c"n cn c� N o ww m MATCH LINE STA 60+50 SHEET 360 r z mo Fm O U)CA z N JU �' -.-; A �' o oZ p Fn Fn mN z _0 �� v o $ oc� D N �o o Ff rn Z� Vl D mC. � al 13 s a O1 pp I 111 $ v � I I• ` a i tl k cl T � - m � t i I i NOm ! a Q Z (p t 8 n ti O m I � n rr D Z f+'I II 7 � rlo m c c y m$ w It [ a `m O I O Z D a 'y 0 CO m l' e cc m 0 M ,�lo 0 o G �i n s r C, I LD m - -� �. f � ' �I L U it r { CD m C7 n7 m m -0 N c x DCA F n 'D N N O z C n r x x (n (n m c r .. •I, f [ c > Fn ;t yyy x o ZPOg _ Fn m o a❑N u o � ccmoi - o MATCH LINE STA 65+25 SHEET 361 DDDDD � A w N CA 0 ;E W 3; CD % C/) ZE 2 Ed CD r'�. ii > Z -------- rc-, C, S co i� oiM.0. C, ;IJ M CD to CD cn itlp c� TCH LINE STA 498+75 THIS SHEET W In i C, - --------- _Z: C-) U1, M cc 0 N a II in -P. W rn cn 4, m m oao CD 2 ;o co zW0 -A - z'T 21 A > >-:,-. -< 0 a -'s W2, m m -0 C) 0 CDT 7 m (n c MATCH LINE STA 69+50 SHEET 362 CI Zl c,c, m rc: Mov Rcl rp k cn :1. 5- cm, cn cn Q z rn' E. E m�- -0 m 13 a A 'n m m x 7 C) m C-) Jnr A Fn c-, F; 2 A M C.) 0 0 > CD c� m m C> . X. ;13 F3-- o m A m s c')�o n Ln M CD co CD CD 0 ?D !E 5i �1;� 5MW A R PR 5�51 5 Z i%Q�5J E !E:q A F9 5 4; RETURN TO: PW ADMIN EXT: 2700 ID#: 5 L'� 4 l CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING- FORM ORIGINATING DEPT/DIV: PUBLIC WORKS/STREETS ORIGINATING STAFF. :JOHN MULKEY EXT:2722 3. DATE REQ.BY:ASAP i. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION WCONTRACT AMENDMENT(AG#):16-115 ❑ INTERLOCAL ❑ OTHER CHANGE ORDER#17 1i, I. PROJECT NAME:PACIFIC Hwy S HOV LANES PHASE V(S 340TH ST TO S 359TH ST) i. NAME OF CONTRACTOR:GRAHAM CONTRACTING LTD. ADDRESS: 13555 SE 36TH STREET.SUITE 120,BELLEVUE,WA 98006 TELEPHONE(425)691-3591 E-MAIL: FAX: SIGNATURE NAME:GREG RITKE TITLE:GM US INFRASTRUCTURE i. EXHIBITS AND ATTACHMENTS: ❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE#08100723 BL,EXP. 12/31/19 UBI# 601409487 _,EXP.08/31/19 TERM: COMMENCEMENT DATE:AUGUST 25 W 2016 COMPLETION DATE:UPON COMPLETION{411.5 D) TOT IL COMPENSATION:$=i3�j o� I'i�C'HISC.O./$16,frdj3Cl•V-TOTAL (tNCI_UDL"EXPENSES Atif3SALESTAX,I.FANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE To:306-4400-165-595-30-650 �. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED P-PROJECT MANAGER ('-7 C7 DIVISION MANAGER v DEPUTY DIRECTOR ffr,DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) LAW DEPT 1-1 6./Igo 1 0. COUNCIL APPROVAL(IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D' ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCILAPPROVAL IS NEEDED.) INITIAL/DATE SIGNED NT [` SIGNATORY(MAYOR OR DIRECTOR) q CITY CLERK ❑ ASSIGNED AG# AG# SIGNED COPY RETURNED DATE SENT: , _�e ❑RETURN ONE ORIGINAL I" :OMMENTS: // ++ rr M + h I t 'XECUTE"2"ORIGINALS ���t r !�a I I GnIcf 1114 - rf ��+rb, �{ � ,�'�,,rt f Trrw 4/2017 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT STPUL-0099(126) 17 December 14,2018 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Pacific Hiphwav South HOS'I.,anes Phase 5 Graham Contracting,Ltd. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: PSE has forwarded to the City of Federal Way an accounting summary of all change order costs incurred by their construction crews throughout the course of the Pacific Highway South HOV Lanes Phase 5 project for repairs to infrastructure Graham installed due to damage sustained during construction and relocations for which they believe the City's Contractor to be liable. See attached spreadsheet detailing work performed, dates of occurrence and costs incurred. The City is forwarding to Graham Contracting the costs that PSE has determined Graham to be liable for in the amount of$137,108.48 for added repairs and relocations as detailed on the attached. No time is associated with this change as PSE's crews worked independently to correct and/or repair their infrastructure neither assisting nor impeding Graham's crews. Changes to the Bid Schedule—Pacific Highway South HOV Lanes Phase 5 1) Schedule D—Add new Bid Item C017.001 —PSE Repairs&Relocations The unit cost for this Bid Item is$137,108.48 per Lump Sum. The quantity is-1 Lump Sum. The total change amount for this item is a decrease of$137,108.48 The time provided for completion in the Contract is N Unchanged ❑ Increased ❑ Decreased by_Calendar Days.This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ®No If"Yes"Will the Policies Be Extended? ❑ Yes ❑No CHANGE ORDER AGREEMENT 1 THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE Existing Change UNIT ADD or Change Item ITEM NO DESCRIPTION TY TY PRICE DELETE Total Additions ADD ADD Sub Total= Deducts C017-001 PSE Repairs &Relocations 0 -1 $137,108.48 DELETE -$137,108.48 DELETE DELETE Sub Total= 4137,108.48 Add= $0.00 Delete= -$137,108.48 Total Change -$137.108.48 TOTAL NET CONTRACT: INCREASE DECREASE $137,108.48 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to beperformed, or deleted pursuant to Change Order except as specifically described in this Change Order. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT S16.700.526-60 PREVIOUS CHANGE ORDERS S 31 b.,,X S S THIS CHANGE ORDER S -13 10 8-4S NEW CONTRACT AMOUNT S16,88t,301 077 CONTRACTOR'S SIGNATURE DATE EJ ALSH,P.E., DATE DIRECTOR PUBLIC WORKS DEPARTMENT CHANGE ORDER AGREEMENT 2 CHANGE ORDER FOR PSE REPAIRS & RELOCATIONS No. Issue Description Graham Total 3 Repair city installed conduit on 2/1/17 (SEE IDR from Joe $1,473.00 Nerlfi 2/1/17) 10 This CER covers crew time on 5/17/17 to remove the cables $2,190.00 from J11 to J13 so that J11 can be relocated by others. 11 This CER is to cover the crew time on 5/25 to pull in new $4,257.00 cables from J13 to J11. These cables had been previously removed (on 5/17) and the vault relocated. Also, to remove the cables from V02 so that it can be relocated. The vaults were installed incorrectly by the City's contractor so this will be 100% City cost. This Cerf also includes 250 feet of single phase primary cable (V02) ad 175 feet of three phase primary cable (J13/J11). 16 Replace and adjust damaged vault lids at PV 10, PV7, J15, PV3, $25,471.00 PV2. 24 Replaced vault lids at J15, J09, PV2 & PV3, adjusted lid at J30 $8,566.00 on 12/6 and 12/7. 26 Labor and Equipment between 2/13/18 and 3/9/18 to reset $45,444.00 vaults to final grade. 27 Labor and Equipment between 4/20/18 and 6/7/18 to reset $29,068.00 vaults to final grade. 28 This CER covers vactor and traffic control charges for CER's 26 $13,080.48 and 27. 29 Labor and equipment in July 2018 to reset vault J29 on 7/19 $6,357.00 and PV7 and J20 on 7/18. H10 was design issue - so City charging 75%of$8,476.00 billed. 301 Labor and equipment to reset 1-17A on 8/3/18. $1,202.00 Total Due from Graham Contracting $137,108.48 PUGET SOUND ENERGY COST ESTIMATE REVISION # 3 To: City of Federal Way Date: 3/21/2017 33325 8th Avenue South Federal Way Washington 98003 Project Number: 101090422 Attn: John Mulkey Project Manager: Dennis Booth Project: Pacific Hwy Phase 5 Schedule 74 Conversion Description of work: Repair city installed conduit on 2/1/17.This will be 100%city cost Item Amount Comments Company Labor $ Materials Equipment $ Inspection $ Service Provider Outside Services $ 1.315 Includes State Sales Tax Operating Rights $ Overhead $ 158 PSE Project Management $ Company Total $ 1,473 Government Entity Labor $ - Operating Rights $ Government Entity Total $ - Total Revision to Estimate $ 1,473 Allocation of Revision Total Company 0% $ Government Entity 100% $ 1,473 Total Revision $ 1,473 Note: This Cost Estimate Revision will be effective only when signed by both parties: Puget Sound Energy Clty of Signed- _ Signed: Title: Title: Date: / Date: (Please sign and return one copy) PUGET SOUND ENERGY 3591 7-04 Puget Sound Energy PO Box 90868 Bellevue,VIA 98009-0868 a subsidiary of PUGET ENERGY CALCULATION SHEET Job No. Sheet of Subject ------------ - - BY _ Date Reference _ Chkd Date l 10C IP CW SEATTLE•TACOMA Inspector's Daily Report (DIARY-continued) IDR Sheet 3 of 4 Sheets Pro!ed No. Proiect Mame Day Late AG-16-115 Pacific Highway South HOV Lanes Phase V Wednesday February 1,2017 Prime Contractor Graham Contracting,Ltd DIARY 0800:Graham to continuc excavating STA 40+00 excavating northeast towards vault at STA 40+45 to complete JUT lateral sweep and at STA 30+28 to connect with PSE V17.Amaya to place conduit at STA 28+95 for JUT lateral sweep to CenturyLink 264T handhole.Grady Excavating hauling excavated material.Pro-Vac vacing out for JUT lateral sweep to STA 40+45 vault. 0849:NorthSky onsite at S.352nd NE radius to stabilize utility pole in preparation for Pro-Vac and Graham to vac out JUT sweep trench.Potelco rep(Sal) Orlslle- 0917:Amaya working near CenturyLink 264T handhole at approx.STA 29+90 to place conduit.Graham excavating for JUT lateral sweep beginning at STA 30+28(Dean,Les,Romeo,Scott). (1934:Pro-Vac onsite at STA 40+18 vacing out around water valve can for JUT lateral sweep northeast towards vault at STA 40+45. 0942-Amaya receives shipment of signal cabinets.Cabinets photographed;Amaya to supply packing slips and catalog cuts. 1007:Potelco crew arrives at S.352nd. 1029:Anla.a lays 3"secondary conduit at V17 transformer pad. 1017:Graham breaks 4"PSE conduit at STA 30-28 while digging Cor a lateral sweep to the V 17 transformer pad. Potelco had previously pulled wire i through this conduit on 1/31;Potelco to repair broken conduit with repair kit and bill Graham for services rendered. 1108:Amaya grouts 264TA vault. 1124:Graham and Pro-Vac continue vacing out at STA 40+35 near hydrant run and water valve cans.Junction box'LT'removed along with conduit stub- out at STA 40+29(photographed). 1155:Graham continues excavating at STA 30+15 for JUT sweep placement.Speed shoring in place. 1250:Potelco to fix broken 4"conduit at STA 30+28. 1340:Potelco repairs broken conduit.Photo taken. 1346:Amaya hits knockouts in pull vault PV9 and begins installing conduit from STA 40+15 towards vault. 1349:Sal(Potelco)onsite at STA 40+15 supervising sand bedding placed in trench. 1409:Graham nearly complete with STA 30+15 JUT lateral sweep excavation to V17 transformer pad;speed shoring in place.Loader hauling pitrun sand bedding. 1448:Amaya finishes laying conduits at JUT sweep from STA 40+15-PV9 pull vault. 1515:Graham backfills at STA 40+15 trench.Amaya will begin placing conduit in STA 30+15 JUT lateral sweep trench on 2/2. 1540:Traffic control pulled. 1609:Crews offsite. A 1yti,rG"+1l (Signed) NAME Sne IVe�lf�, rrstruction Inspector 40 PUGET SOUND ENERGY COST ESTIMATE REVISION # 10 To: City of Federal Way Date: 6/19/2017 Project Number: 101090422 Attn: John Mulkey Project Manager: Dennis Booth Project: Federal Way Pacific HWY South Phase 5 Description of work: This CER covers crew time on 5/17117 to remove the cables from All to J13 so that J11 can be relocated by others. )tem Amount Comments Company Labor $ Materials Equipment $ Inspection $ - Service Provider Outside Services $ 1,956 Includes State Sales Tax Operating Rights $ Overhead $ 235 PSE Project Management $ - Company Total --2,190- Government Entity Labor $ Operating Rights $ Government Entity Total w Total Revision to Estimate $ 2,190 Allocation of Revision Total Company 0% $ Government Entity 100% $ 2,190 Total Revision $ 2,190 Note: This Cost Estimate Revision will be effective only when signed by both parties: Puget Sou En rgy City of Signed: f Signed Title: Title: Date: Date: (Please sign and return one copy) PUGET SOUND ENERGY 3591 7-04 Puget Sound Energy PO Box 90868 Bellevue,WA 98009-0868 a subsidiary of PUGET ENERGY 40 PUGET SOUND ENERGY COST ESTIMATE REVISION # 11 To: City of Federal Way Date: 6/19/2017 Project Number: 101090422 Attn: John Mulkey Project Manager: Dennis Booth Project: Federal Way Pacific HWY South Phase 5 Description of work: This CER is to cover the crew time on 5/25 to pull in new cables from J13 to J11.These cables had been previously removed (on 5/17)and the vault relocated.Also,to remove the cables from V02 so that it can be relocated.The vaults were installed incorrectly by the city's contractor so this will be 100% city cost. This CER also includes 250 feet of single phase primary cable(V02)and 175 feet of three phase primary cable(J13/J11) Item Amount Comments Company Labor - Materials S 1,845 Equipment Inspection Service Provider Outside Services 1,956 Includes State Sales Tax Operating Rights S - Overhead S 456 PSE Project Management 5 - Company Total 3 4,257 Government Entity Labor $ Operating Rights $ Government Entity Total $ - Total Revision to Estimate $ 4,257 Allocation of Revision Total Company 0% $ Government Entity 100% $ 4,257 Total Revision $ 4.257 Note: This Cost Estimate Revision will be effective only when signed by both parties: Puget Sou njy,,,, City of Signed: / Signed: Title: Title: Date: Date: (Please sign and return one copy) PUGET SOUND ENERGY 3591 7-e4 Puget Sound Energy PO Box 90868 Bellevue,WA 98009-0868 a subsidiary of PUGET ENERGY 40� PUGET SOUND ENERGY COST ESTIMATE REVISION # 16 To: City of Federal Way Date: 11/112017 33325 8th Avenue South Federal Way Washington 98003 Project Number: 101090422 Attn: John Mulkey Project Manager: Dennis Booth Project: Federal Way Pacific HWY South Phase 5 Description of work: Replace and adjust damaged vault lids at PV10,PV7,J15,PV3,PV2 Item Amount Comments Company Labor Materials Equipment S Inspection 5 Service Provider Outside Services $ 6,226 Includes State Sales Tax Operating Rights S Overhead S 2,729 PSE Project Management c - Company Total Government Entity Labor $ Operating Rights $ Government Entity Total $ - Total Revision to Estimate $ 25,471 Allocation of Revision Total Company 0% $ Government Entity 100% Total Revision $ 25,471 Note: This Cost Estimate Revision will be effective only when signed by both parties: Puget Sound Energy City of Signed Signed: Title: Title: Date: Date: (Please sign and return one copy) PUGET SOUND ENERGY a56'. 7 Puget Sound Energy PO Box 90868 Bellevue,WA 98009-0868 a subsidiary of PUGET ENERGY PUGET SOUND ENERGY COST ESTIMATE REVISION # 24 To: City of Federal Way Date: 12/27/2017 33325 8th Avenue South Federal Way Washington 98003 Project Number: 101090422 Attn: John Mulkey Project Manager: Dennis Booth Project: Federal Way Pacific HWY South Phase 5 Description of work: Replaced vault lids at J15,J09, PV2&PV3,adjusted lid at J30 on 1216 and 1217 Item Amount Comments Company Labor $ Materials Equipment $ Inspection $ - Service Provider Outside Services $ 7,649 Includes State Sales Tax Operating Rights $ - Overhead $ 918 PSE Project Management $ Company Total 8,566 Government Entity Labor $ Operating Rights $ Government Entity Total $ Total Revision to Estimate $ 8,566 Allocation of Revision Total Company 0% $ Government Entity 100% $ 8,566 Total Revision 8.566 Note: This Cost Estimate Revision will be effective only when signed by both parties: PugetSoundE rgy City of Signed: / Signed: Title: Title: Date: / Date: (Please sign and return one copy) PUGET SOUND ENERGY 3591 7-04 Puget Sound Energy PO Box 90868 Bellevue,WA 98009-0868 a subsidiary of PUGET ENERGY PUGET SOUND ENERGY COST ESTIMATE REVISION # 26 To: City of Federal Way Date: 3/9/2018 33325 8th Avenue South Federal Way Washington 98003 Project Number: 101090422 Attn: John Mulkey Project Manager: Dennis Booth Project: Federal Way Pacific HWY South Phase 5 Description of work: This work includes the labor and equipment between 2113/18 and 319/18 to adjust vaults set by the city to final grade. Item Amount Comments Company Labor $ Materials Equipment $ Inspection $ - Service Provider Outside Services $ 40,575 Includes State Sales Tax Operating Rights $ Overhead $ 4,869 PSE Project Management $ - Company Total 45,444 Government Entity Labor $ Operating Rights $ Government Entity Total $ - Total Revision to Estimate $ 45,444 Allocation of Revision Total Company 0% $ Government Entity 100% 45,444 Total Revision $ 45,444 Note: This Cost Estimate Revision will be effective only when signed by both parties: Puget Sound Energy City of Signed: —r —^�J Signed Title: Date: ���:b 146 Date: (Please sign and return one copy) PUGET SOUND ENERGY Puget Sound Energy PO Box 90868 Bellevue,WA 98009-0866 a subsidiary of PUGET ENERGY PUGET SOUND ENERGY COST ESTIMATE REVISION # 27 To: City of Federal Way Date: 6/13/2018 33325 8th Avenue South Federal Way Washington 98003 Project Number: 101090422 Attn: John Mulkey Project Manager: Jason Airey Project: Federal Way Pacific HWY South Phase 5 Description of work: This work includes the labor and equipment between 4/20/18 and 6/7/18 to adjust vaults set by the city to final grade. Item Amount Comments Company Labor $ Materials Equipment $ Inspection $ - Service Provider Outside Services $ 25,954 Includes State Sales Tax Operating Rights $ - Overhead $ 3,114 PSE Project Management $ - Company Total $ 29,068 Government Entity Labor $ - Operating Rights $ Government Entity Total $ Total Revision to Estimate $ 29,068 Allocation of Revision Total Company 0% $ - Government Entity 100% $ 29,068 Total Revision $ 29,068 Note: This Cost Estimate Revision will be effective only when signed by both parties: Puget Sound Energy City of Signed: Signed: Title: Title: Date: Date: (Please sign and return one copy) PUGET SOUND ENERGY Puget Sound Energy PO Box 90868 Bellevue,WA 98009-0868 a subsidiary of PUGET ENERGY 40 PUGET SOUND ENERGY COST ESTIMATE REVISION # 28 To: City of Federal Way Date: 7/3/2018 33325 8th Avenue South Federal Way Washington 98003 Project Number: 101090422 Attn: John Mulkey Project Manager: Jason Airey Project: Federal Way Pacific HWY South Phase 5 Description of work: This work includes the traffic control and vactor services required for CER#25,#26 and#27.CER#25 covered setting P27 that took place on 113 and 1/19. CER#26 and#27 covered the vault adjustments that took place between 2113 and 6/7. CER 25 was not billed to the City of Federal Way-thus its traffic control & vactoring costs should not have been included with this CER.The cost proportional to CER 25 has been deducted from CER 28's total as follows: CER 25 through 27 total cost:$82,533.00 CER 25 cost alone:$7,910.00 CER 28 cost deduct:$14,467.00* (7,910/82,533) =$1,386.52 CER 28 revised cost:$14,467.00-$1,386.52=$13,080.48 Item Amount Comments Company Labor $ Materials Equipment $ Inspection $ - Service Provider Outside Services $ 12,917 Includes State Sales Tax Operating Rights $ - Overhead $ 1,550 PSE Project Management $ -1,368.52 Cost deduct for CER 25 as calculated above Company Total $ 44,467 $13,080.48 Government Entity Labor $ Operating Rights $ Government Entity Total $ Total Revision to Estimate $ 4 4,46;1 $13,080.48 Allocation of Revision Total Company 0% $ Government Entity 100% $ 4 4.46;z $13,080.48 Total Revision $ 114,467 $13,080.41 Note: This Cost Estimate Revision will be effective only when signed by both parties: Puget Sound Energy City of Signed "` - Signed: Title: Date: (Please sign and return one copy) PUGET SOUND ENERGY Puget Sound Energy PO Box 90868 Bellevue,WA 98009-0868 a subsidiary of PUGET ENERGY PUGET SOUND ENERGY COST ESTIMATE REVISION # 29 To: City of Federal Way Date: 7/2.3/2018 33325 8th Avenue South Federal Way Washington 98003 Project Number: 101090422 Attn: John Mulkey Project Manager: Dennis Booth Project: Federal Way Pacific HWY South Phase 5 Description of work: This work includes the labor and equipment during July 2018 to adjust vaults set by the City contractor H10 and J29 on 7-19,PV7 and J20 on 7-18 to final grade. Item Amount Comments Company Labor Materials Equipment Inspection Service Provider Outside Services 5 7,568 Includes State Sales Tax Operating Rights $ Overhead 5 908 PSE Project Management Company Total 8,476 Government Entity Labor Operating Rights Government Entity Total $ Total Revision to Estimate $ 8,476 Allocation of Revision Total Company 0% 5 Government Entity 100% 8,476 Total Revision $ 8,476 Note: This Cost Estimate Revision will be effective only when signed by both parties: Puget Sound Energy City of Signed. Signed- 1?!h« Title: Date: Date: (Please sign and return one copy) PUGET SOUND ENERGY Puget Sound Energy PG 6c,:90558 5ellevue A'VA 98009-0866 a subsidiary of PUGET ENERGY PUGET SOUND ENERGY COST ESTIMATE REVISION #30 To: City of Federal Way Date: 8/9/2018 33325 8th Avenue South Federal Way Washington 98003 Project Number: 101090422 Attn: John Mulkey Project Manager: Jason Airey Project: Federal Way Pacific HWY South Phase 5 Description of work: This work includes the labor and equipment on 8!3118 to adjust H7A set by the City's contractor at 34428 Pacific Hwy to final grade Item Amount Comments Company Labor $ Materials Equipment $ Inspection $ - Service Provider Outside Services $ 1,073 Includes State Sales Tax Operating Rights $ Overhead $ 129 PSE Project Management $ Company Total 1,202 Government Entity Labor $ Operating Rights $ Government Entity Total $ - Total Revision to Estimate $ 1,202 Allocation of Revision Total Company 0% Government Entity 100% Total Revision $ 1,202 Note: This Cost Estimate Revision will be effective only when signed by both parties: Puget Sound Energy City of �— Signed: �..� � Signed Title: Date: It z 13 ��► Date: (Please sign and return one copy) PUGET SOUND ENERGY Puget Sound Energy PO Box 90868 Bellevue,V✓A 98009-0868 a subsidiary of PUGET ENERGY RETURN TO PW ADMIN EXT: 2700 ID#: 351 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIv: PUBLIC WORKS/STREETS ORIGINATING STAFF PERSON:JOHN MULKEY EXT:2722 3. DATE REQ.BY:ASAP _ +. TYPE OF DOCUMENT(CHECK ONE: ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT Cl MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT(AG#):16-115 ❑ INTERLOCAL ❑ OTHER CHANGE ORDER#16 I. PROJECT NAME:PACIFIC Hwy S HOV LANES PHASE V(S 340TH ST TO S 359TH ST) i. NAME OF CONTRACTOR:GRAHAM CONTRACTING LTD. ADDRESS: 13555 SE 36TH STREET SUITE 120 BELLEVUE WA 98006 TELEPHONE(425)691-3591 E-MAIL: FAX: SIGNATURE NAME:GREG RITKE TITLE:GM US INFRASTRUCTURE �. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE#08100723 BL,EXP. 12/31/19 UBI# 601409487 ,EXP.08/31/19 '. TERM: COMMENCEMENT DATE:AUGUST 25 2016 COMPLETION DATE:UPON COMPLETION(411.5 WD) i. TOTAL COMPENSATION:$247.52 THIS C.O./$17,017,410.45 TOTAL __ (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE—ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES Cl NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY. ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO:306-4400-165-595-30-650 I. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED '6 PROJECT MANAGER -a w �&v /� ❑ DIVISION MANAGER -z DEPUTY DIRECTOR 5d DIRECTOR ct ❑ RISK MANAGEMENT (IF APPLICABLE Ly LAW DEPT 0. COUNCIL APPROVAL(IF APPLICABLE COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING / / f q SENT TO VENDOR/CONTRACTOR DATE SENT: M, DATE REC'D: LTJ 2A I I ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED. INITIAL/DATE IGNED 'F ANCE DEPARTMENT "4 1�S1GNATO 1tY(Nt,%YOR OR DIRECTOR) y11 x CITY CLLFK Ass 16NLDAG ff AG# S1 ;NI:iD COPY RI::IURNED DATE SENT: 9AAv ❑ Rr I U It N ON l:ORIGINAL -OMMENTS: ;XECUTE 2"ORIGINALS. 4/2017 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG#16-115 16 10/11/2018 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Pacific Hi hwav South HOV Lanes Phase V (S 340"Street to S 359`h Street) Graham Contracting,Ltd. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This change addresses material cost and labor for installation of blue raised pavement markers (RPMs) for the purpose of locating hydrants for emergency response vehicles. The City accepted Graham's cost of $9.52($8.50+ 12.0% markup)per each of 26 RPMs requiring installation as proposed with Graham Serial Letter 198 dated October 11, 2018. The City determined shortly after receiving this proposal that RPM layout could be performed in- house and that the proposed cost of $800 ($200/hr for 4hrs) would not be necessary. This change therefore covers cost for RPM procurement and installation at designated locations only. A new bid item has been established for this work as described below. The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by 0_0 Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. This Change Order is offered without waiver of the City's rights,positions, and defenses. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If"Yes"Will the Policies Be Extended? ❑ Yes ❑ No TOTAL NET CONTRACT: INCREASE$ 247.52 DECREASE THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM Existing I Change I UNIT PRICE ADD or NO ITEM QTY I Quangy Change DELETE Change Item Total Unit Quantity Increases C016-001 Blue RPMs for Hydrants 0 26 $9.52 ADD $247.52 Add= $247.52 Delete= 0 Total Chane $247.52 1 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 16,700,526.60 PREVIOUS CHANGE ORDERS $ 316,636.33 THIS CHANGE ORDER $ 247.52 NEW CONTRACT AMOUNT $ 171017,410.45 1';tta , 6 /1 q III C NTRACTOR'S SIGNATURE DATE E WALSH, P.E. DATE DIRECTOR PUBLIC WORKS DEPARTMENT 2 (01�FL4J4APA Pacific HWY HOV Lanes Phase 5 10/8/2018 Added Blue RPM's for Hydrants DRAFT Aggregate Inefficiency/ Work Description/Operation Man Hours Hourly Rate Overtime Extension (ST) 1 Graham Labor 2 $ - $ - 3 $ $ - 4 $ - $ - 5 $ - - 6 $ _ $ - 7 Subtotal Labor $ - $ - 8 9 Subs&Services QTY UIM Unit Rate Extension 10 Supply and Install Blue RPMs 26 EA 8.50 221-00 11 4, 12 13 Subtotal Subs &Services CITY ELECTED TO 1 $ 1.021.00 14 SELF-PERFORM 15 Materials QTY UIM Unit Rate 16 RPM LAYOUT. $ 17 $ - 18 $ - 19 - 20 $ - 21 22 Subtotal Materials 23 24 Equipment HRS Hourly Rate 25 26 27 $ 28 $ 29 _ $ 30 Subtotal Equipment $ 31 32 Field Supervision HRS Hourly Rate 33 34 35 Subtotal Overhead $ 36 37 Markups 38 Labor 29%of line 71 39 Subcontractors (12%of line 13) COST WITHOUT RPM L, 122.52 40 Equipment 21 of line 30 $ - 41 Material 21%of line 22 $221.00 + 12% SUB MARKUP = $247.52 - 42 Services 21%of line 13 $ 43 Subtotal Markus $ 122.52 44 TOTAL ESTIMATED COST $ 1,143.52 RETURN TO: PW ADMIN EXT: 2700 ID#: P, � � 9r CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS/STREETS :. ORIGINATING STAFF PERSON:JOHN MULKEY EXT:2722 3. DATE REQ.BY:ASAP i. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ONTRACTAMENDMENT(AG#):16-115 ❑ INTERLOCAL ❑ OTHERCRANGE ORDER#L I. PROJECT NAME:PACIFIC Hwy S HOV LANES PHASE V(S 340TH ST TO S 359TH ST) �. NAME OF CONTRACTOR:GRAHAM CONTRACTING LTD. ADDRESS: 13555 SE 36TH STREET.SUITE L20 BELLEVUE WA 98006 TELEPHONE(425)691-3591 E-MAIL: FAX: SIGNATURE NAME:GREG RITKE TITLE:GM US INFRASTRUCTURE i. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE#08100723 BL,EXP. 12/31/19 UBI# 601409487 EXP,08/31/19 TERM: COMMENCEMENT DATE:AUGUST 25, 2016 COMPLETION DATE:UPON COMPLETION(411.5 WD) i, TOTAL COMPENSATION:$I O.3 7 o.20 Tll PS Cf) r-At7 t? COTAL (INCLUDE EXPENSES AND SALES TAX,IF ANY (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE To:306-4400-165-595-30-650 �. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/D E APPROVED €N PROJECT MANAGER /z- DIVISION DIVISION MANAGER ii DEPUTY DIRECTOR i: , i I Q DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE ++ s LAW DEPT 0. COUNCIL APPROVAL(IF APPLICABLE COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING 6 SENT TO VENDOR/CONTRACTOR DATE SENT: DATE RECD: 41 t� � ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCILAPPROVAL IS NEEDED.) INITIAL/DATE SIGNED .xioP,l f MAYOR OR DIRECTOR) C f 11z.>ti ]p Ass u_ti[_D AG# AG# Ll S1(1Nui)Co Py RETURNED DATE SENT: -, Rf_l i_il: ONE ORIGINAL :OMMENTS: IXECUTE"2 ORIGINALS. 4/2017 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT STP[ 1.-0090!1?6` 15 April 28,2017_ PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Pacific Highway South HOV Lanes Phase 5 Graham Contracting,Ltd. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: All joint utility trench (JUT) installations on this project were to be open-cut per original contract. With GSL 035 received March 17, 2017, Graham Contracting proposed to the City of Federal Way use of directional boring for JUT crossings of Pacific Highway in lieu of open cut trenching. Costs to directionally bore were roughly equal to those of open-cut trenching per Graham's analysis with the added benefit of being able to complete this work without the need for lane closures or traffic control. The City allowed this alternate method understanding that it was, as stated per GSL 035,to be at no added cost. Work proceeded per this agreement with the City subsequently issuing field work directive(FWD)063 on April 28,2017 which added three 3"PSE conduits and relocated two 4" conduits all to be direct bored across S 348th St east of SR99. This addition was included with a proposal revision from Graham which was received well after completion of JUT work via GSL 190 on August 22, 2018. The revised proposal's cost for boring was considerably higher at $105,139.48 versus the original at $63,264.00. As the original agreement was to amend the installation method at no cost, the City is only willing to pay for the additional conduit per FWD 063 at the cost it would have been to open-cut trench per original contract bid items. Had the City been informed that the boring costs were actually higher,the proposal with no added benefit to the City would have been rejected. The attached cost estimate utilizes existing bid items and per-Contract unit prices to reflect the addition of three PSE 3" conduits as if they were placed in a single open-cut trench across S 348th St. The two relocated PSE 4" conduits were not included in this exercise as they were originally proposed to be trenched and are thus part of the no-cost change. This work is valued at$10,376.20 as per attachment. Subsequent to receiving this Change Order, Graham issued a correction to its figures with explanation that they were inadvertently omitted from their GSL 035 proposal via email to KPG on March 26, 2019. Among these corrections were open cut trench quantities for the base-bid 4"PSE conduits relocated to borings per FWD 063 as well as City fiber conduit also relocated to direct bores under S 348th St west of SR99. KPG confirmed through review of Inspector Daily Reports (IDRs) that these conduits were indeed direct bored. These corrections revised Graham's original open-cut trench estimate from$63,174.00 to $83,283.55. The Bid Schedule update below deducts all open-cut trenching quantities presented on GSL 035 and updated by Graham on 3/26/19 as accepted by the City totaling $83,283.55. The $93,659.75 addition for directional boring ($83,283.55+the $10,376.20 from above for added PSE 3"conduits) appears as a new lump sum Bid Item. Changes to the Bid Schedule—Pacific Highway South HOV Lanes Phase 5 1. Schedule A—Bid Item A24-Sawcutting. The unit cost for this Bid Item is unchanged.The quantity is reduced by 1,860SF. The new quantity is 27,140SF. The total change amount for this item is a decrease of$3,255.00 2. Schedule A—Bid Item A35—Stricture Excavation Class B Inc. Haul. The unit cost for this Bid Item is unchanged.The quantity is reduced by 379.7CY. The new quantity is 8,820.3CY. The total change amount for this item is a decrease of$9,492.50 1 3. Schedule A—Bid Item A39—Controlled Density Fill. The unit cost for this Bid Item is unchanged.The quantity is reduced by 191.36CY. The new quantity is 308.60CY. The total change amount for this item is a decrease of$19,136.00 4. Schedule A—Bid Item A41 —Temporary Pavement. The unit cost for this Bid Item is unchanged.The quantity is decreased by 68.89TN. The new quantity is 931.11 TN. The total change amount for this item is a decrease of$9,300.15 5. Schedule A—Bid Item A42—HMA CL /2"PG 64-22. The unit cost for this Bid Item is unchanged.The quantity is decreased by 260.6TN. The new quantity is 8,969.4TN. The total change amount for this item is a decrease of$18,502.60 6. Schedule A—Bid Item A189—Pitrun Sand. The unit cost for this Bid Item is unchanged.The quantity is decreased by 89.3CY. The new quantity is 2,170.7CY. The total change amount for this item is a decrease of$3,661.30 7. Schedule A—Bid Item A191 —Provide&Install Conduit 4". The unit cost for this Bid Item is unchanged.The quantity is decreased by 840.OLF. The new quantity is 12,460.OLF. The total change amount for this item is a decrease of$6,720.00 8. Schedule C—Bid Item C2—Comcast 4"Conduit. The unit cost for this Bid Item is unchanged.The quantity is decreased by 610LF. The new quantity is 14,790LF. The total change amount for this item is a decrease of$3,355.00 9. Schedule D—Bid Item D1 —PSE 2"Conduit. The unit cost for this Bid Item is unchanged.The quantity is decreased by 360LF. The new quantity is 1,460LF. The total change amount for this item is a decrease of$936.00 10. Schedule D—Bid Item D2—PSE 3"Conduit. The unit cost for this Bid Item is unchanged.The quantity is decreased by 80LF. The new quantity is 4,030LF. The total change amount for this item is a decrease of$400.00 11. Schedule D—Bid Item D3—PSE 4"Conduit. The unit cost for this Bid Item is unchanged.The quantity is decreased by 660LF. The new quantity is 15,540LF. The total change amount for this item is a decrease of$3,630.00 12. Schedule E—Bid item E 1 —CenturyLink 4"Conduit. The unit cost for this Bid Item is unchanged.The quantity is decreased by 890LF. The new quantity is 21,710LF. The total change amount for this item is a decrease of$4,895.00 13. Schedule A—Bid Item C015-001 —Directional Boring"Conduit. 2 This is a new Bid Item.The quantity is established per this as 1Lump Sum. The new quantity is ILS. The total change amount for this item is an increase of$93,659.75 The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by-.q Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑Yes ®No If"Yes"Will the Policies Be Extended? ❑Yes ❑No THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE Existing Change UNIT I ADD or ITEM NO ITEM I QtV I QTY I PRICE DELETE Chan a Item Total Directional Drilling Cost C015.001 Directional Boring 0 1 $93.659.75 ADD $93,659.75 Sub Total= $93,659.75 Open Cut Deducts A24 Sawcuttin 29.000 -1,860 $1.75 Delete X3,255.00 Structure Exc Cl B incl.Haul for Undergrounding of A35 Overhead Utilities 9,200 -379.7 $25.00 Delete -$9,492.50 A39 Controlled Density Fill 500 -191.36 $100.00 Delete -$19,136.00 A41 Temporary Pavement 1,000 -68.89 $135.00 Delete -$9,300.15 A42 HMA Cl ''/Z"PG 64-22 9,230 -260.6 $71.00 Delete -$18,502.60 A189 Pitrun Sand 2 260 -89.3 $41.00 Delete -$3,661.30 Provide and Install Conduit,4 A191 In. (city fiber 4") 13,300 1 -840 $8.00 Delete -$6,720.00 C2 Install Conduit 4 In. (Comcast) 15,400 -610 $5.50 Delete -$3,355.00 D1 Install Conduit 2 In. (PSE) 1,820 -360 $2.60 Delete -$936.00 D2 Install Conduit 3 In. (PSE) 4,110 -80 $5.00 Delete -$400.00 D3 Install Conduit 4 In. (PSE) 16,200 -660 $5.50 Delete -$3,630.00 Install Conduit 4 In. E1 Cen link) 22 600 -890 $5.50 Delete -$4,895.00 Sub Total= -$83,28; 55 Grand Totals Add= $93,659.75 Delete= -$83,283.55 Total Chane $10,376.20 TOTAL NET CONTRACT: INCREASE$10.376.20 DECREASE_ 3 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of'the standard specifications, the contract plans, and the special provisions governing the ttipes of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT X16,700,526.60 PREVIOUS CHANGE ORDERS ti 366,260.13 THIS CHANGE ORDER 10 376.20 NEW CONTRACT AMOUNT 4.17,417,62.93 CONTRACTOR'S SIGNATURE DATE 21/x, 81-2-8111 EJ VALSH,P.E., DATE DIRECTOR PUBLIC WORKS DEPARTMENT 4 Daniel Johnston From: Ed Schepp <edsc@grahamus.com> Sent: Tuesday, March 26, 2019 8:46 PM To: Daniel Johnston Cc: Seth Crites Subject: RE:SR99 HOV PHS:Change Order 12 JUT Directional Boring Attachments: CO 12 JUT Crossing Cost and Revenue Analysis.xlsx CO #12 SUBSEQUENTLY Daniel, RENUMBERED TO CO#15 1 have reviewed the previous proposals and the change order and noticed there were some errors and omissions.... 1. The intent from my perspective on the initial proposal was to establish a price for the LF of boring. 2. The Original proposal did not include two bores at 3481h.The PSE 2-4" on the East side and the City Fiber 2-4" on the West Side. Not sure why.... 3. The Original proposal did not include any consideration for potholing. As you are aware the potholing is Paid force account, but it was inadvertently omitted. Graham ended up paying out$43,400 in Vactor Truck for the borings.... 4. 1 recalculated the pricing for the bores in lieu of open-cut trenching and it is attached. 5. The additional boring of the PSE 3-3" (FWD 63), needs to be handled separately as it is a change to the contract. FWD 63 contemplates paying for the 3-3" at the change order bore length price,which is$15,000 (200 LF X $75.00/LF). 6. By paying the bore length price,the extra work sheet for bore pits and support would become incidental. 7. FWD 63 also considers paying FA for the additional tie in work associated with the PSE 3" Conduits,to-date Graham has not been paid for this additional work. I still need to research this and see what the impact is. 8. The KPG JUT Crossing Pay Items breakdown sheet does not include the 53+00 LT City Fiber 2-4" bore. 9. FWD 63 added extra work and time to the Contract,we can ask for the additional 3 days per this FWD or in Change Order 15. Please give me a call and we can discuss over the phone or meet up and hash it out. Thank you, Ed Ed Schepp Senior Project Manager C: 206 795 8149 CIRPLAHAM From: Daniel Johnston <danielj@kpg.com> Sent: Wednesday, March 13, 2019 2:52 PM To: Ed Schepp<edsc@grahamus.com>;John Mulkey<John.Mulkey@ cityoffederalway.com> Cc:Anna Schepp<annas@grahamus.com>;Jason Bottemiller<jasonbot@graham us.com>;Jason Medley <jasonm@grahamus.com>;Seth Crites<sethc@grahamus.com>;Thrall Hershberger<thrallh@grahamus.com>; Daniel Clark<daniel@kpg.com>; Kelly Clark<kellyc@kpg.com>; Matt North<matt@kpg.com>; Nelson Davis <Nelson@kpg.com> Subject:SR99 HOV PH5: Change Order 12 JUT Directional Boring External email. Please exercise caution. 1 Ed, See attached Change Order 12 for JUT Directional Boring with backup data.Two hardcopies have been mailed to Graham's Bellevue office. Please sign and return both copies or notify the City if Graham does not intend to sign by Wednesday March 27, 2019. - CO #12 SUBSEQUENTLY' RENUMBERED TO CO #1 Dan J Dan Johnston, PE, PMP Construction Services KPG I SEATTLE • TACOMA • WENATCHEE interdisciplinary Design 2507 Jeiierson Avenue Taconic, WA 98402 o 253 627 0720 c: 202.875 4840 www.kpg.com The information contained in this email, including any attachments, is confidential and may be privileged. It is intended only for the person or entity to which it is addressed and no waiver is intended by sending this email. If the reader is not the intended recipient, you are hereby notified that any review, retransmission, dissemination or other use of, or taking any action in reliance upon this information is strictly prohibited. If you have received this email in error, kindly notify the sender by reply email and delete the original message from any computer. Thank You. 2 JUT Crossing Pay Items GRAHAM REVISED OPEN CUT TOTALS- PER 3/26/19 EMAIL OPEN-CUT TOTALS Bid Item Description Qty Unit Unit Price Amount 24 Sawcut 1860 SF $1.75 $3,255.00 35 Structure Exc 379.7 CY $25.00 $9,493.60 39 CDF Backfill 191.4 CY $100.00 $19,135.72 41 Temp HMA 68.9 TON $135.00 $9,300.00 42 HMA CL 1/2" 260.6 TON $71.001 $18,505.69 189 Pit Run Sand 89.3 CY $41.00 $3,661.92 SAND ADJUSTED FOR VOIDS PER TABLE BELOW 191 City Fiber 4" 840 LF $8.00 $6,720.00 C2 Comcast 4" 610 LF $5.50 $3,355.00 D1 PSE 2" 3601 LF $2.60 $936.00 D2 PSE 3" 80 LF $5.00 $400.00 $83,283.55 USED AS CO#15 DEDUCT AMOUNT - D3 PSE 4" 660 LF $5.50 $3,630.00 ACCOUNTING FOR BID ITEM E1 CenturyLink 4" 890 LF $5.50 $4,895.00 QUANTITY ROUNDING AS OPEN CUT TOTAL 1110 LF 1 $75.031 $83,287.93 REQUIRED PER WSDOT Pipe Volume deduct from Sand Qty Utility Qty I Pipe Dia Area (FT) Vol (CY) City Fiber 4" 840 LF 4 0.09 2,71 Comcast 4" 610 LF 4 0.09 1.97 PSE 2" 360 LF 2 0.02 0, - PSE 3" 80 LF 3 0.05 0.15 PSE 4" 660 LF 4 1.05 25.60 CenturyLink 890 LF 4 0.09 2.88 3440 33.601 March 20, 2017 John Mulkey, PE Street Systems Project Engineer City of Federal Way Public Works Department 33325 8th Avenue S Federal Way, WA 98003 Serial Letter No. W16051-035 Project: Pacific Highway South HOV Lanes Phase V Contract: RFB No 16-006 RE: Directional Drilling Proposal Dear Mr. Mulkey, Graham Contracting LTD (GCL), proposes a "No Cost Change Order"to directional drill the JUT Pacific Highway Crossings. Based on our analysis, the cost to perform the crossings using the open-cut method is equal to the directional drilling cost. GCL proposes a new bid item be established to pay for the directional drilling of 790LF at $80.00/ LF equaling$63,200.00, derived from the reduction in the bid items associated the JUT Crossings.The following table breaks down the costs associated with each of the bid items to perform the crossings. Unit Bid Item Description Qty Unit Price Amount 24 Sawcut 1220 SF $1.75 , $2,135.00 35 Structure Exc 311.7 CY $25.00 $7,792.50 39 CDF Backfill 158 CY $100.00 $15,800.00 41 Temp HMA 45.2 TON $135.00 $6,102.00 42 HMA CL 1/2" 186.8 TON $71.00 $13,262.80 189 Pit Run Sand 102.1 CY $41.00 $4,186.10 191 City Fiber 4" 360 LF $8.00 ^ $2,880.00 C2 Comcast 4" 610 LF $5.50 $3,355.00 D1 PSE 2" 360 LF $2.60 Q $936.00 D2 PSE 3" 80 LF $5.00 $400.00 D3 PSE 4" 260 LF $5.50 ! $1,430.00 CenturyLink E1 4" 890 1 LF $5.50 $4,895.00 OPEN CUT TOTAL 1 $63,174.40 The following breakdown details the costs associated with directional drilling the JUT crossings in lieu of the open-cut method. The cost is virtually the same. DIRECTIONAL DRILLING COST Bore # STATION Length Unit Unit Price Wiseman 1 37+101-4" 90 LF $4_5.00 $4,050.00 2 49+10 1st Shot 1-2"/2-4" 90 ? LF $70.00 $6,300.00 3 49+10 2nd Shot 3-4" 90 ( LF $70.00 $6,300.00 6 56+701-2"/4-4" 90 LF $75.00 $6,750.00 7 61+10 2-4" 80 LF $55.00 $4,400.00 8 64+301-3"/2-4" 80 LF $55.00 $4,400.00 14 70+30 1-2"/3-4" 1st Shot 90 LF $70.00 $6,300.00 15 70+30 4-4"2nd Shot 90 LF $70.00 $6,300.00 16 74+601-2"/3-4" 90 LF $70.001 $6,300.00 SUBTOTAL BORING 790 $64.68 $51,100.00 Excavate & Backfill Bore Pits 100 CY $25.00 $2,500.00 Procure City Fiber 4" Conduit 360 LF $4.00 $1,440.00 Amaya Tie In 9 ea $300.00 $2,700.00 SUBTOTAL OTHER ITEMS 1 $57,740.00 SUB MARKUP 10% % $55,240.00 $5,524.00 TOTAL 790 LF $80.08 $63,264.00 There are additional cost savings in the traffic control bid items that were not incorporated into the analysis, however, the reduction in traffic impacts and subsequent savings will be realized by the City of Federal Way. Bid I I Unit Item Description Qty Unit Price Amount 13 Flagger 210 HR $51.00 $10,710.00 Traffic Control 14 Labor 210 HR $58.00 $12,180.00 17 Arrow Board 420 HR $2.00 $840.00 TOTAL $23,730.00 LGLRAH" We look forward to discussing this proposal at the earliest convenience as this work is on the critical path. If you have any questions, please call. Regards, Edward Schepp Senior Project Manager Graham Contracting, LTD WITH REVISED CORRECTION FOR PIT RUN SAND 3/14/2019 March 20, 2017 John Mulkey, PE Street Systems Project Engineer City of Federal Way Public Works Department 33325 8th Avenue S Federal Way, WA 98003 Serial Letter No. W16051-035 Project: Pacific Highway South HOV Lanes Phase V Contract: RFB No 16-006 RE: Directional Drilling Proposal Dear Mr. Mulkey, Graham Contracting LTD (GCL), proposes a "No Cost Change Order" to directional drill the JUT Pacific Highway Crossings. Based on our analysis, the cost to perform the crossings using the open-cut method is equal to the directional drilling cost. GCL proposes a new bid item be established to pay for the directional drilling of 790LF at $80.00/ LF equaling$63,200.00, derived from the reduction in the bid items associated the JUT Crossings.The following table breaks down the costs associated with each of the bid items to perform the crossings. Unit Bid Item Description Qty Unit Price Amount 24 Sawcut 1220 SF $1.75 $2,135.00 35 Structure Exc 311.7 CY $25.00 $7,792.50 39 CDF Backfill 158 CY $100.00 $15,800.00 41 Temp HMA 45.2 TON $135.00 $6,102.00 CORRECTED VALUE FOR PIT 42 HMA CL 1/2" 186.8 TON $71.00 $13,262.80 RUN SAND ACCOUNTING FOR CONDUIT VOIDS: 189 Pit Run Sand 1G2,1-, CY $41.00 -$4;486:1-& 83.3CY @ $41.00/CY= $3,415.30 191 City Fiber 4" 360 LF $8.00 $2,880.00 C2 Comcast 4" 610 LF $5.50 $3,355.00 D1 PSE 2" 360 LF $2.60 $936.00 D2 PSE 3" 80 LF $5.00 $400.00 D3 PSE 4" 260 LF $5.50 $1,430.00 CenturyLink E1 4" 890 LF $5.50 $4,895.00 CORRECTED OPEN CUT TOTAL: OPEN CUT TOTAL 1 �G3 3-74,4{} $62,403.60 c rn N m 0 O0 � gi N m 00 Re W u 0 iD 0 co 000 � D W dY 00 C:, v E �CIla r N 0 0 0 0 0 N CL P4 Mo O o 0 0 0 0 0 0 0 o rn (3) (n00 00 (A 0 r+ m J F^ I u Q _ o em u 0 0 C7 0 0 0 0 0 0 0 b 0) 01 01 N 01 00 00 01 0) 0) .0 ` � 3 0 m tA 41 L a t CL _ N IA > a t to a0 \ \ N - N M - Rt 41 � V1 ei rl N � e-I 0 0 0 = 0 0 0 m M 0 t 1� O) 01 m %0 .4 IT O O do m -e �e ICLLn JtD w N N u N 00 IM a 4 or43m NNde tinalloo cn O cn cn N O I� N 00 Ol O II O 'I O O Cl If II I! N r► N Uf N N ri N F do Q civ civ L ` a Q a a � c' .BL — 83A03 NIN .9£ o 2 u iv rn -tzr io L dAl J ; C W � „9 N t i W � 3 SllnaNOD 2 • • r '�IY'iCl� } o �,..!. 44C o a cV4C az 7 C V I. sllnaNOO SNOB 3sd � C a 0 F= LLJ c N Q NNYS llnaN00 F C V CALCULATION SHEET Job No. -_ _ _ _ Sheet I of 3 Subject By Date ._— Reference Chkd Date AREA= 1.167' * 0.667' = 0.778SF 4 It CONDUIT AREA = 0.087SF i Z z' VOLUME = (0.778SF–0.087SF) * 90LF = 62.19CF = 2.30CY tt 10 AREA= 2.333' * 2.167' = 5.056SF CONDUIT AREA = 0.087SF * 5 +0.022SF = 0.457SF VOLUME _ (5.056–0.457SF) * 90LF = 413.91CF = 15.33CY Zt ►xt Zhu P4� �i.ur� 3k��'1 �,��• L` AREA= 1.167' * 1.167' = 1.361SF O 0 l u 4" �` �H CONDUIT AREA = 0.087SF * 2 = 0.174SF VOLUME = (1.361SF –0.174SF) * 20OLF = 237.40CF = 8.79CY y ....J.., ti��I� CALCULATION SHEET Job h .�. Subject_ _ __.. —__._ _ By _— _ - - - — Date Reference Chkd _ Date S64- 7D AREA = 2.333' * 2.167- = 5.056SF z CONDUIT AREA = 0.087SF * 5 +0.022SF = 0.457SF z � VOLUME = (5.056SF—0.457SF) * 90LF = 413.91CF = 15.33CY -� t. .. 2- �I fi�a AREA = 1.167' * 1.167' = 1.361SF (� Q T'll tiu'" CONDUIT AREA = 0.087SF * 2 = 0.174SF VOLUME _ (1.361SF —0.174SF) * 80LF = 94.96CF = 3.52CY I Zy � 41 LSI i-3o AREA = 2.417' * 1.167' = 2.819SF CONDUIT AREA = 0.087SF * 2 + 0.049SF = 0.223SF VOLUME = (2.819SF —0.223SF) * 80LF = 207.68CF = 7.69CY Z 3 fZ 'l ZH Z 2`1�� CALCULATION SHEET Job No. _ Sheet 3 of -3 Subject _ __-_ By Date _ Reference _ Chkd Date 70 30 AREA = 2.833' * 2.167' = 6.139SF z CONDUIT AREA= 0.087SF * 7 +0.022SF = 0.631SF VOLUME _ (6.139SF—0.631SF) * 90LF =495.72CF = 18.36CY 2-2 Z `I 12 z y z r r AREA = 2.333' * 1.667' = 3.889SF Z CONDUIT AREA = 0.087SF * 3 + 0.022 = 0.283SF —� VOLUME = (3.889SF —0.283SF) * 90 LF = 324.54CF = 12.02CY zz iz � Zti Z 2g� TOTAL A189 PIT RUN SAND VOLUME MINUS CONDUIT VOIDS: 83.3CY (GRAU4" August 22, 2018 John Mulkey, PE Street Systems Project Engineer City of Federal Way Public Works Department 33325 8th Avenue 5 Federal Way, WA 98003 Serial Letter No. W16051-190 Project: Pacific Highway South HOV Lanes Phase V Contract: RFB No 16-006 RE: Directional Drilling Proposal Rev 2.0 Dear Mr. Mulkey, Graham Contracting LTD (GCL), has amended the previously submitted proposal as requested by the City of Federal Way. Based on our analysis, the cost to perform the crossings using the open-cut method is equal to the directional drilling cost, however, there were bores added to the initial amount and additional costs incurred by Graham to support these bores. GCL proposes anew bid item be established.to pay for the directional drilling of 1300 LF at $80.87/ LF equaling$105,131.00, derived from the reduction in the bid items associated the JUT Crossings. The following table breaks down the costs associated with each of the bid items to perform the crossings. Unit Bid Item Description Qty Unit Price Amount 24 Sawcut 2260 SF $1.75 $3,955.00 35 Structure Exc 684.3 CY $25.00 $17,106.80 39 CDF Backfill 158.7 CY $100.00 $15,870.11 41 Temp HMA 83.7 TON $135.00 $11,300.00 42 HMA CL 1/2" 347.4 TON $71.00 $24,665.45 189 Pit Run Sand 207.4 CY $41.00 $8,504.85 191 City Fiber 4" 360 LF $8.00 $2,880.00 C2 Comcast 4" 610 J LF $5.50 j $3,355.00 D1 PSE 2" 360 LF $2.60 $936.00 D2 PSE 3" 680 LF $5.00 $3,400.00 D3 PSE 4" 260 LF $5.50 $1,430.00 E1 CenturyLink 4" 890 LF $5.50 $4,895.00 0PEN CUT TOTAL 1 $98,298.22 (GRAHAM The following breakdown details the costs associated with directional drilling the JUT crossings in lieu of the open-cut method. The cost is virtually the same. DIRECTIONAL DRILLING COST Bore # STATION Length Unit Unit Price Wiseman 1 37+101-4" 90 LF $45.00 $4,050.00 2 49+101st Shot 1-2"/2-4" 90 LF $70.00 $6,300.00 3 49+10 2nd Shot 3-4" 90 LF $70.00 $6,300.00 4 53+00 RT 2-4" PSE 190 LF $46.32 $8,800.00 5 56+701-2"/4-4" 90 LF $75.00 $6,750.00 6 61+10 2-4" 80 LF $55.00 $4,400.00 7 64+301-3"/2-4" 80 LF $55.00 $4,400.00 8 70+301-2"/3-4" 1st Shot 90 LF $70.00 $6,300.00 9 70+30 4-4" 2nd Shot 90 LF $70.00 $6,300.00 10 74+601-2"/3-4" 90 LF $70.00 $6,300.00 11 53+00 RT 3-3" PSE 200 LF $27.25 $5,449.20 15 53+00 LT 120 LF $70.00 $8,400.00 SUBTOTAL BORING 1300 $56.73 $73,749.20 Amaya Procure 4" Conduit 360 LF $4.00 $1,440.00 Amaya Tie In 10 ea $300.00 $3,000.00 Wiseman Potholing 6 days $1,400.00 $8,400.00 SUBTOTAL OTHER ITEMS $12,840.00 SUB MARKUP 10% % $86,589.20 $8,658.92 SUBTOTAL SUBCONTRACTOR 1300 LF $73.27 $95,248.12 Excavate& Backfill Bore Pits 100 CY $25.00 $2,500.00 _ ------------- Graham Actual Cost for Added Bores 11 LS $7,391.36 SUBTOTAL GRAHAM $9,891.36 GRAND TOTAL $1051139.48 The boring costs would have been equal to the open cut, but for the added costs ($7,391.36 see attached extra work sheet) associated with the supporting the added bores. ORA"" There are additional cost savings in the traffic control bid items that were not incorporated into the analysis, however, the reduction in traffic impacts and subsequent savings will be realized by the City of Federal Way. Bid ' Unit Item Description Qty Unit Price Amount �_113 Flagger _ 210 HR $51.00 $10,710.00 Traffic Control 14 Labor 210 HR $58.00 $12,180.00 17 Arrow Board 420 HR $2.00 I $840.00 TOTAL $23,730.00 We look forward to discussing this proposal at the earliest convenience as this work is on the critical path. If you have any questions, please call. Regards, Edward Schepp Senior Project Manager Graham Contracting, LTD Ln 00 m m Ln a Ln N m a N �p z m rn o m m r V 10 m m h1 N 0 N w O Z Ofd O cl n p Cl)q � N M N I 0 Ln M N N a Q ri 4 a ri ri n1 ri r, p 0 W W --4 0 0 W W W N V VV V! V1 V} in -Ln V} to LF in 1/? V►Vl iR�/} V► h r' _ Ln v �° l n uCh `ni z Q o�C o:p Rj } W LD Ir-: M 14 0 W ui ZLWLI ¢` ra T N LO N m N N �1 Z h uj r U g CO a r W Ov � poG a 0u a a� QJa � � aQ v = f ce a :3 cr WF- uF VY V} H VF V} VT Vti. Cf J r ~ r Y W d J W Q Z z p CC J W Q a N n ^ J r 0 p m Q Q a ~ Q v 7 p m m p r C a ca � amo � Q ,� � W _ a ae 3 > > p ~ N vwi ac q p z p p oc p oC p a p d p m Q o N ~ d w w w w I_ - w F- w R w 0_ d kn a Ln O_ Ln n O_ to d Ln O_ h D_ Ln N H w 10"'o O 01,10 O O O O o L C � .ti 00 N O � M � N p U Ln m W Q O 2 2 -0 0 ul 13a w O Z > o g QCA La ] 3 Y O r li = D_' W Y a o = LL M a_ O V LL =3 L/1 0 Ln 00 Ln W C 3 Q O O m le N O O Q d V tb tb iD O O p Ln Ln J m N a x W U O V Y Y r W m � `- `-' Q Q )- O Lu o 0 0 Z Z )- O 0 LD N Ln m o 0 o m V) M N V U p N (31 LT I- O n O .-4 N n O O Z Q \ d w r n M LO Ln w u1 V00 w u1 Q) K O Z Ln 00 M ri M M I" O m •-I N Z Lu w Z V Z M 00 LD N CF N VN III N V. N O 0 LU 0 O Q W Q a Q Q U VT Vy V1 VT VT V1 in v1 V} V1 i!f Vy VT V} i/1 V} V} Vl V? VL V► to An V! Vf V* D 0 Q W M Ln LD ;r D1 N Q) Ln lD V) LN r oo ^ m v m o oo Ln m y p W- L O n L71 Ln M Ol V N LTca W Ln c U Il Ol Ln 1� Ln n Ln k Ln n Y1 Vi Q J � O O o z } x +n ux v} +n +n 1n in vy in m O J ^ Ln L^ Ln L+1 Ln N Ln u) N 7 Q j `n Lri ui Ln 0 0 J x � c� � � � c� c� Qt� tiQ o LU w w w \ w \ w \ w \ w w \ w \ m 0 0 0 0 0 0 0 0 0 0 W O C > e1 °U '° a Ln m o v Z W LU m E m ° 000 Ln H w 0 00 u v Ln (U N� F `1 O b O N a+ a 00 .N w .0 j M , W 2 tn Ol D1 N LO W O 3 N W yLi Q CL C n V N d (D2 Q. K M l0 d W Q d J d O Q W Ln Ln O N O N Z D: Ln v ? o o G ,4 m 0 m a Ln 0 �° Oa a 3 m u o z E u p .in I'mi m Q Y J O 2 \ 3 o v' > u m x 2 a W do m` 3 Lon u 10CIPCOW Field Work Directive FWD 63 Pacific Highway S HOV Lanes Phase Contract Name: V PW: AG-16-115 Contractor: Graham Contracting KPG #: 16044 IPS, IP8, & IP10 Locations Subject: STA 54+11 Date: ; 4/28/2017 Scope: After the contractor potholed for proposed intercept points 8, 9, & 10 it was discovered that the existing PSE duct bank was 600KVA and encased in concrete. It was deemed unsafe to intercept at these locations, therefore; the decision was made to relocate intercept points 8, 9, & 10, IP8 will shifted north=STA 54+45 to intercept existing power. (See attached sketch for approximate location) I129 will be deleted. Bore across S. 3481h St. with 2-4" &3-3"conduit to bore reception pit at the NE comer of S. 348th St. and Pac Hwy. (See attached sketch for approximate location) m IP10 will be shifted east in the walkway to intercept power. (See attached sketch for approximate location) Measurement and Payment: Measurement and payment for boring the 3" &4"conduits will be paid for via Linear Footage as specified in forthcoming Change Order for Boring: - COX.001 Conduit Boring LF Measurement and payment for installing 3"conduit from bore reception pit to JUT mainline shall tracked via Force Account(Time& Materials) under bid item: - D13 Unexpected Site Changes Measurement and payment for installing 4"conduitshall be per unit bid items: D3 Install Conduit 4 In. Attachment(s): - PSE Sheet 11 mark up Owner Apprpual: KPG, Inc. -Signature Date Ken Gunther, Resident Engineer : BY .amity of Federal Way- S1 nature Date John Mulkey Contractor Acknowledgement: By: Graham Contracting Date Dan Zimmerman, Project Manager Graham is in disagreement with the method of Measurement and/or Payment of this Field Work Directive. Graham specifically reserves all of its rights and defenses under the Contract, regardless of whether stated herein, and the positions stated herein are without waiver of Graham's rights, positions, defenses, and remedies. ❑ Yes ❑ No THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE.LABOR, EQUIPMENT,AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S)OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTESTTO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT.STANDARD SPECIFICATIONS. ! IA A f p f co r r aC I ` _ 7 T SA ig ul A N i y i "C E�E W el a t1ly Vv w IL • L 'S � O I. . . Y f✓ a� a� LU .e I 7 n O Ol3C)Vd 339 :qNI-lH') I `dA h SR99 HOV PH5:Added PSE Trench Across 348t St Three 3"PSE Conduits: Open-cut Trenching Cost with Temp & Perm HMA Bid Item Description QTY I Unit Unit Cost Total Cost A24 Sawcutting 280.0 SF $1.75 $490.00 A35 Structure Excavation 53.5 CY $25.00 $1,337.50 A39 Controlled Density Fill 16.67 CY $100.00 $1,667.00 A41 Temp HMA 1 12.40 TN $135.00 $1,674.00 A42 HMA CL 1/2" PG 64-22 24.8 TN $71.00 $1,760.80 A189 Pitrun Sand 10.91 CY $41.00 $446.90 D2 PSE 3" Conduit 600.01, LF $5.00 $3,000.00 TOTAL COST $10,376.20 SR99 HOV PHS: Change Order for Added PSE Conduit per FWD 063 uantit Take-off by Trench Cross Section & Length Assumptions Surface Removal/Replacement Area: 3.50' width at surface x 1.0' asphalt depth = 3.00SF (Asphalt removal width assumes 1.0' past each side of 1.5'trench per CoFW trench restoration detail and 1.0' depth. Area under landscaping&sidewalk using same conservative assumptions for simplicity) Trench Bedding Zone Area: (1.08' depth * 1.50' width)—(0.049SF void per 3" conduit x 3 conduits)= 1.62SF—0.15SF= 1.47SF Assumes 3"conduits laid flat with 4" bedding, 6" cover and 18" bucket Trench Backfill Area -CDF per City of Federal Way Std Detail 3-28: 1.50' depth * 1.50' width= 2.25SF TRENCH LENGTH TOTAL: 200LF as conservatively scaled per FWD 63 TRENCH LENGTH IN ROAD: 140LF as scaled per FWD 63 Bid Quantities for Cost Estimate A24 Sawcutting: 12" avg HMA depth x 140LF in road x 2 sides=280SF A35 Structure Ex: (3.50SF surface+ 1.47SF bedding+2.25SF backfill zone) * 200LF= 1,444CF=53.5CY A39 Controlled Density Fill: 2.255F backfill area * 200LF=450CF= 16.67CY A41 Temp HMA:3.50' wide x 0.33' deep x 140LF in road= 163.33CF= 6.05CY at 2.05TN/CY= 12.40TN A42 HMA CL%": 3.50' wide x 0.67' deep x 140LF in road =326.67CF= 12.10CY at 2.05TN/CY=24.8TN A189 Pit Run Sand for pipe bedding (excluding voids): 1.475F x 200LF=294CF= 10.9CY D2 PSE 3"Conduit: 3 conduits 200LF each=600LF ]ECIPC14 CALCULATION SHEET Job No.-.- _ ....._ ._.. Sheet of Subject _ By Date 7 Reference Chkd Date 12 BENCH REQ'D PER CoFW STANDARD DETAIL 3-28 e cF L MA I UHLINt SEE PAGE 10 o .> 90 irn 4 f I f-Tk 0 oa -1) G7 � I ir. ro ji �y — i \ ..e, a ��11 rte. i ZP 1etino% ���� r I + � •, 1 N r 1 i I VIm CP II I RETURN TO: PW ADMIN EXT: 2700 ID#: 3j CI a_ CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS/STREETS ORIGINATING STAFF PERSON:JOHN MULKEY EXT:2722 3. DATE REQ.BY:ASAP TYPE OF DOCUMENT(CHECK ONE): o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) o PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT o PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG o REAL ESTATE DOCUMENT o SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) o ORDINANCE o RESOLUTION CONTRACT AMENDMENT(AG#):16-115 ❑ INTERLOCAL o OTHER CHANGE ORDER#111 PROJECT NAME:PACIFIC HWY S HOV LANES PHASE V(5 340TH ST TO S 359TH ST) i. NAME OF CONTRACTOR:GRAHAM CONTRACTING LTD. ADDRESS: 13555 SE 36TH STREET,SUITE 120,BELLEVUE,WA 98006 TELEPHONE(425)691-3591 E-MAIL: FAX: SIGNATURE NAME:GREG RITKE TITLE:GM US INFRASTRUCTURE i. EXHIBITS AND ATTACHMENTS:o SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE#08100723 BL,EXP. 12/31/19 UBI# 601409487 ,EXP.08/31/19 '. TERM: COMMENCEMENT DATE:AUGUST 25, 2016 COMPLETION DATE:UPON COMPLETION(411.5 WD) L TOTAL COMPENSATION:$113,109.39 THIS C.O.1$17,d 6/T 473_T 'I?AL (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: o YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: o YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR o CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED o PURCHASING: PLEASE CHARGE To:306-4400-165-595-30-650 /. DOCUMENT/CONTRACT REVIEW INITIAV DATE REVI W D INITIAL/DATE APPROVED :PROJECT MANAGER 2 41,1 3�711 o DIVISION MANAGER X'DEPUTY DIRECTOR ( `GI DIRECTOR (IN '1 l ❑ RISK MANAGEMENT (IF APPLICABLE) 69. LAW DEPT �Y lotto f 0. COUNCIL APPROVAL(IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING ENTTO VENDOR/CONTRACTOR DATE SENT: ill /11 DATE REC'D: /ft o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED � �� r�F TIFPA RTr.r�T�rr �1 V � &SIIGGNNATOR(M.AYOR OR DIRECTOR) o CITY CLERK &WM (ASSIGNED AG# AG# ' ► V SIGNED COPY RETURNED DATE SENT: o RETURN ONE ORIGINAL ;OMMENTS: XECUTE"2"ORIGINALS. 4/2017 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG#16-115 14 March 19, 2019 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Pacific Highway South HOV Lanes Phase V (S 340th Street to S 359th Street) Graham Contracting,Ltd. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This change addresses time related to bid item work issued per Field Work Directive (FWD) excluding force accounts. FWDs requiring force account work which affected critical path activities, based on Contractor's last approved Baseline Schedule, have been addressed with Change Orders #06 for Pay Estimates 1 thru 16 and CO #13 for Pay Estimates 17 through Project completion. This Change Order covers bid item time for all FWDs throughout the course of the Project (001 through 214 as currently issued). This Change Order is being issued in conjunction with Change Order #13. The Contractor is only entitled to additional Contract time to the extent such work affected the critical path as set forth in the approved Schedule. Analysis of FWD bid item activity yields 25.0 days to be added to Contract time as shown on the attached CO#14 FWD log. This time was compiled for all activities that were on the Project schedule's critical path as determined by predecessor/successor relationships for completed activities on the approved Schedule. While time for CO#13 force account work was based directly on hours submitted for each applicable FA log,bid item work time additions required analysis of each critical path activity to determine time required to complete based on industry standard practices. Time granted(or subtracted for FWDs reducing bid item quantities), was rounded up to the nearest quarter, half or full day increment. Complicated activities involving several work features and/or subcontractors were assessed multiple days. As Working Days are rounded up to the nearest half, the total added time per this Change Order is 25.0 days. As a result, the liquidated damages currently assessed will be reduced by 25.0 days upon execution of this Change Order by the Contractor. Prior to this change and with execution of Change Order#13,the performance period was 486.0 days (350 per contract+48.5 per C.O. #06 + 13.0 for CO #10 IUOE 302 Strike+74.5 for CO#13 Force Account Time).Including time per this Change Order,the adjusted Contract time upon execution of this Change Order by Contractor is 511.0 days (486.0+25.0). Additionally, time-dependent lump sum bid items are adjusted to add these associated working days and extend their total cost(or portions of their cost related to time for bid items that also include one-time startup costs)by a ratio of 25.0/350 as shown on the tabular breakdown below.Also,bid item A95 ESC Lead based on days will have 25.0 days added to its total as will a new bid item addressing Contractor's time-related overhead (TRO). The calculated daily overhead rate is based on independent analysis of the Contractor's space, equipment, salaries and consumables which account for operating costs extended by added FWD III time that are not attributed to payable quantities. See attached sheet detailing expenses arriving at the $3,535.09 figure applied for TRO. 1 BI# Description Bid Qty Unit Unit Price Bid Total LSB Payment Cost Added cost Est Initial Per Day Per WD For 25 days A10 Field Office 1 LS $50,000.00 $50,000.00 $20,000.00 $30,000.00 $85.71 $2,142.86 Building Al2 Traffic Control 1 LS $200,000.00 $200,000.00 $0.00 $200,000.00 $571.43 $14,285.71 Supervisor A15 Other Temp 1 LS $100,000.00 $100,000.00 $10,000.00 $90,000.00 $257.14 $6,428.57 Traffic Control A95 ESC Lead 350 DAY $75.00 $26,250.00 N/A N/A $75.00 $1,875.00 C014-001 Time related N/A DAY $3,535.09 N/A N/A N/A $3,535.09 $88,377.25 Overhead(TRO) The time provided for completion in the Contract is ❑ Unchanged ® Increased ❑ Decreased by 25.0 Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Unless Change Order#13 and Change Order #14 are fully executed without reservation by Contractor, this Change Order is offered without waiver of the City's rights,positions,and defenses. Will this change affect expiration or extent of Insurance coverage? ❑Yes ®No If"Yes"Will the Policies Be Extended? ❑Yes ❑No TOTAL NET CON 1"RACT: INCREASE$ 113,109.39 DECREASE THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM Existing Change UNIT PRICE ADD or NO ITEM QTY Quantity Change DELETE Change Item Total Lump Sum Additions A10 Field Office Building 1 0 $2,700.00 ADD $2,142.86 A 12 Traffic Control Supervisor 1 0 $18,000.00 ADD $14,285.71 Other Temporary traffic A15 Control 1 0 $8,100.00 ADD $6,428.57 Unit Quantity Increases ITEM Existing Change NO ITEM QTY Quantity Unit Price A95 ESC Lead 350 25.0 $75.00 ADD $1,875.00 Extended Overhead per CO14-001 TRO 0 25.0 $3,535.09 ADD $88,377.25 Add= $113,109.39 Delete= ' 0 Total Change $113,109.39 2 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 16,700,526.60 PREVIOUS CHANGE ORDERS $ 193,150.74 THIS CHANGE ORDER $ 113,109.39 NEW CONTRACT AMOUNT $ 17,006,786.73 CONTRACTOR'S SIGNATURE DATE L117_011 EJ ALSH,P.E. DATE DIRECTOR PUBLIC WORKS DEPARTMENT 3 w E ar ar v0 v cu ,o -1 a, 2 0 o io Y p U _O O N ar O ar V' -6 a = ,C a7 Q. La O 1a p a, > 3 ar a) _. ar C co N y .Q v > u v a c m co E o 0 0 0 ar N u ? ` CU N f0 C u0 YO -O -O m CO CU c co o v ° c C c - c O Y C ; a_ v a °- 7 •L cv6 " 7 00 — .0 -Q 'II O ,n E ° v — �'La a, cu is E c p " v, 3 ns to_ a v v c C m .m m y v t Y Cr) 3 C0_•,"., ,u L > •t > •s E o CU ns O 00 ba -° 'n m YO p O d w t C c •17- U° is °u CU -a ,n O0 RI> C C E C N C N Cta C O O ',15. O (J w U y Ci rco-+ Ci cu N , E L., O E = in N O m \ ,-i u -a t C CO an co 0 �a O _c o E ° 3 C m ar ars _v " 3 v CU > ,n p > .c u •c u a ,n V C i/ U VS(O '^ ° `^ u N C ,n -a O V .� C C ° ° N a-. v1 I—a Y r •E O� d ar O (U 'O O N 'O t O E .Q 0 d V U Cl- .Q 4-' 0 C E u ar V Y a! .+ p 4-' O C O u CU , O c O c . a "a �"' • O co O 3 Y "O C 4- p 7 .. I C '.- �,-. Ql aa) 4"' -.-' V L N v, O O -a w 4- p Ou LA C C 3 LL (U Y L Y i 7 aur 'O .'^ v+'i Cr.,C 7 C 7 � E O ° u ° O O p O O O °. as a' o .o ar 0 ° v 3 v o O c o .0 o o o iO 3 3 ` 3 o c o c c ra L U > -a 'O C O U LL to U ' U .+ O O 6 6 O U Y U Y v O a E fO a o y RS u o > is 1 u a ;n -o a 3 a v., o '6 +- o a' `p -a a 0 a 0 -OO (U -0 @ al 0 j, y 0 "-t7 CI) °uE u ,O`r00 v �' co C E m ,0`r u Y ria E O C Y O > 0 ,n d al '6 O O O O O el' 16 O E O p O v O O O O O O O C7 E LL a1 („J U LL Z co > c a LL Z VI LL o LL M U U Z y Z F- Z LL V LL (J Z Z T T LI e, c L C L Q 0 O 0ra F- 0 v a O 0 0 0 a CO U RI cp U U U rO RI ail r,a c ,n u ,n ,n ,n u III 4-4 CD C YC -CW � Y E u0 .. .. .. E0 Lf `t 3 • 3 3 3 cia ° Li Li 1II CO (a CO CO CO f0 CO ,O CO CO CO CO ,O N ,O 0. a ta a a aa0 a 0 an' a a a a a a a a s E E E E E E E v aE EEEE E E E E w v ` ` . . . . . . v -° ar -a CU 0.1 13) -o CU vv a) ar CU ar v a) ar ar w E p CD E ;; E E E 1Pa E CO E EEEE E E E E I Y ..-05 Y ar 4 .+ Y }, .+ }, - Y Y •••=, .Z Y Y Y Y — O O O ar 0 O O O 0 O O 0 O O O O 0 0 O O z z z o z z z z z z z z z z z z z z z z V an ar '',.i" a- E CO Y RI E CC CC o N 0 <o >i < o co m a o of a s 00 a 0 0 of — N N N Ql s 1 N N \ \ ,-1 \ ,n N 0., m a m o z m m a a Z c a m z z a z m a a Z u 2E wO H Ix 0 O co. O O 0 0 0 O O O 0 0 0 0 0 O O O O U0 = O O O O O O O O O O O O O O O O O O O O Q Ca CO in CC LD 1.0 Q a1Oy c�-I c0-I c0-1 cVD f.0 0-I c0.1 chi cOi ci N N. a^-1 c^I w \ \ \ a \ \n. co \\ \ \ \ \ \ \\\ ci ci \ \ LL. N N \ N N V N N N 111 N Ol a--1 c-1 v) c\/1 I. O �.ILD H O O\ Z \ \ O \ \ N Nul N N \\ \ \ Ni \ O CI J W V W CC Q w C NVI N 4— Cr aa VI ri _ >•� - c o c + a` co Q L H O O N v O N u ,a .+ J 0. 0. a C v i = .Y M w N 4- W �+ CC C > 0 u CO— V) CO o s N a1 LL m 4.O In 0 .� C CC is U v c y i vii u N 0.0 n7 00 c ei > r•• O m E C a -'o ow m v v v •° L o C o ce O j O .0 O O c p aa) c 'O Y OD ,"O N O-O m U m 0_ W S p K 0 N Y' u (0 '.c .> 0 o ,n ,a o ar E a a U ar p '^ O p aE a =a m ,Yi, -a L Q` U v, > u v a I- s Q c o a cc al n raf CC O 3 o t ' 2 `° O a ar v °ar >CSI u ' • 00 a CI- +• v E ~ (a E v o v m CO � ° COCOo vv)i o 00 m o W =ao V/ y r CC u u ii u in o > a-i > yr a a u cc U vi Qv a .� 3ci N M Cr N O r 00 CIO(-1 IN CrI 'Or in LO N 00 a-I I-I r-I )-1ri c-I a-1 cri N = 10 ° (+9 a Z U a a nc 00 n Z v C a ." n oo 0 C a a v ° co -a m L a m +4 C .cis � a; c a — E Q v, a) C a 3 Ca ° 0 c 0_ C - aJ a I- W as a) .2 LL N of Q 3 > 0 v a) E 7 al ate, .on ,n v d Li,, L rroo cc \ ��-, Q O LL ra EJ L a) _ a v, u, 0 00 0 .0 0 - a) W a' al O_ L al O a) ri a) v ry .0 C 00 L .� 0. v, .-' U Q C a ,a Y O a p N z ), O O C _ 5 r0 a) -a '-I j N J .� CU o c a) .X ;; 3 E U m -a 6 L U T o H 3 c c v m o`_ o7 ar o Ya Q) ca E ,,, m m C ° ° Y C U ° f1 C o 00 ° c L ° c W '' -a a1 L a a CU rn0 ar rD Z N ra ° ? Y E a a O ° - LL 0 0 E c Y 0- :, a f0 ro o ,--I • .47' ° " -o U) 3 r20 E p z c ,n v EU. •° p a) O n 3 C oo v w m a v 3 CO Y r0 a, u E c co a, N m m c . " a w 6 L Y ro a E a o ° a O al 'y, E = a (� co O N ra O N C U 4! a f0 a d N 0 U p in "a to co ''� U L 0) C c 7 N O c al L a) �, a 0 al c ° E on E p -, m ra ,Ln CO v o a a4, L a C - U LL LL a, r0 O N i d V d L7 4,1 a. a V d .., r0 E •v (.7 a) O LL >•• >• c L v +, w O a) r0 a) a) o 'a • Q) > C - YO r0 00 -O L i0 L L • i C 0 C CD 0 .-_, Q a CD u1 -a O Q p C "- O d C °) °� y0 aL+ Y Y (� 0 0 N O u ?) -o N C v) CO .y > C O. OU QN c ^ .Q o L 0 ° > ° Y `D LL m f6 co _ `Q c - on ° CO .° N U - 3 O a) ,n Q 3 w w i U O U a . a O a) 0 N a) 0 a, N 0 C U C O 0 v, ` Q C a C a) ,-I C O .., 0 'Um :0) wal 0 U 0 a) s+ O -aa a) a) a) C a) v 0 U a) ++ 0 p 0 ,L., U a) O al 0 L C LL -a c O 7 �- 'O O_ Q C a O >- d 3 v rNa O a) 0 c p 3 3 LL E 0 ar `m a ° v a `o `o v LL 0 3 c -o j U 7 U LL LL . .:, L ra N N U ra LL d LL LL 3 Z d' r0 LL CC _0 LL d cill Q C ra4 _° Z. 0 0 0 O fu U U U U C ,n v ,n n � L L L L o , X L L C L CI ..-',- 3 .4":, ., W LL1 +0 C/7U U U U 0.. a a a a U 0. ra 0 0_ 0. 0. Vv, Vim, ,,n v, Q E E E E 5 v LA 0) v VI 4/1 IA a) E y a) a) a) a) -a -a E -a a a a a a -o ) E E E E E a) °: m a) m ED CCI +, - Y '474a) a) L y,, al y, y,, al a, O 0 0 0 a) 0) O O a) O O 0 0) O Z Z z Z o o N Z 0 Z Z Z 0 Z a, 0 CU O a` E .-. co Y CLO y CC CC 6.. = 0 rn O n v cc) 3 ¢ 0 m < o Q a Q -ILI N 1 \ N m .. N \\ inm m m m W Z W Q Z < Z Z Z m U v 2 L u p F O O co O O O O O O O 0 O O 0 1p 0 = O O O O O O N O O O O 00 O Q m m ce O j n N N N N N N N N n 0 Q - Q Q Q LL. O 0 O O ‘--r N 0 0 \ ,•-I \ \\ ,\i v F -' ("s1 1 IN - - - en Z en Z Z Z N ✓ Q •••� ,"r ,-1 ci ,--I m ,ti ,-i ,--1 O 0 - -I W 1 U W In Ce 0. Q W N 3 0 fnVI N ui OC a v O in 3 N 0 + uy n 0 _ CD IN Om .0 .L CU Q. r-I �-, + O t + Cr C N ra W4. d m _1 m 00 00 CO m V v 2 _ U C H- O) LL C tD H < •C aa, + co ra Y ,n c a; J a••1 0 a w 7 N 7 7 = 0n L 'in- ti > CO C Q YO > 01 > > O in C iC0 U ce Q 01 a a1 Y C Y Y ,--I 0 00 .a., U a) O W = 0 a Co E C ra C C a v m C CO f9 on CI LIl) >of W �o E on U i C •5 io m EN .o 0 CZ 3 a Q C m C C 0 c C a 0 0 Y W t h a) w Cl) V 3 l) V cc 0 0.0 in cc cc U- a OA N _ W S ate.. O Z y d 0 e-I N m d' 1..n LC) .--i N 00 0-1O ,-1 NM Q u w Z N N N N N N k.0 N N N m m m m = O U CO a Y O Y Na1 CL) C i ° a C p' C C v, N y, '� � O O -0 O` > LL CL ci a �"' 1>0 � Z 7 0 �[ c 4J Z 3 CO u, • ^ 0Z -c o O z = CUY o -° Lei -0 a - E cUa oN LID c .-cc v a ra a) c_ m c ° ° 0 o -' a 3 g m ro y ° c u L Cl) o0 y m ° ° Z o v v ° LL Y n c o0 E u c -0 c c of az ° .' 7 w 0 V a1 -- - C 0_ Ou •N o L m -0 '.-, 3 f0 C Y N Z a1 u 0 V d O m .O+ a1 U 3 OD m v, -o L .,, L a1 y; C '_ 2i CO .-• +' V, m 01 in -O �. �...� >. 0 •X a) ut C U = O _ o LL .� a1 c 3 - ° m ,Q N ._ C v U m '� ° 3 U C LL v, o o `C • c U a' l.7 00 m > �+ Y u1 3 a m C 0 c > a c m 19:, o E a II O c a m E .3 ° v o v v io ° H v > a o .� 0 v -a'a o VI u co .o C v v Om C M O D) C C E ru- ° v o L u o -0 0) O> V L a a L o a) m a) m clo m v ut o 0o U CO U p � 0 p C N o_ v 'ro o L' c o c U Q '^ a p ''' 0 o a C C c -o a) .> no m e is �o o x . 3 > a m .-1 Y U w •c Q) `O -O > a1 o L ut C C O o a s 7 -- N m o o L a1 LL ° i LL C C N ti- U C o 4- a1 ..- O` E m Y LL .., 'O `, U a O - a) C L 0 `� C 'm+ H C > •� .O Y .1-, L C Cl) a 'O > O L �v, OO a C > >.. 3 o p u C Y C •C O aj N �j O io •> O u O N O 'O c 2i -o O c ° O= ~ 0 N a ° ° 0 3 0 0 u > >. ° u N �1 CO° m u a', m u E c _° ° ° o n �_ o E a0 n 0 ea m 0 Q = v LL Q c o Q t Q u x a1 0 E 3 io Q ° a .c ^ v u v u 0) ai c v CC Q) .c a -0 v Cl) 3 L ;; IUo . v z a' o u a) c c 0 a ° a ° o _ CO . a E .- c a) cs a -o a m a'' 3 E -o ��, 7 '1a .LU+ 7 N 'O a) L O O �C f6 C O < a`+ o E O C O 0 a1 .L-, y 'O 7 L a! 0 U, - c a1 Vl Vl CC m CC {C LO 0. V La m LL Q . Uo . LL — LL . ) Q' m Vl ++ LL Q) Q O L 0 C, c .' 0 m y 0 0 a 0 0 0 all (..1-1. as 1E LE :E LE ...-. f0 U U U U U C v, v, U v, v, ut a Y Y x L L aL L L `= aW. 3 �1 3 y0 u 3 • m 3 cin u v u u ° CO � v a ° a u a u ° u u U aa a s a va'i E °v1' a o. E vv) VV, a E a 0, a a E E E E E v a1 a E E a, a) a E E E . v E E a) a) -O a) a) a) -0 E a) a) E 'o U al 0 '.: 01 -0 Cl) o E E a E E Ecc m .0 0 m E a r .0 �a .E E N .+ ..+ '._+ L Y .+ .+ L y ..' a1 O ++ O a1 O O 0 O O O O O 0 O 0 O 0) kr) o O O O Z O Z Z Z Z 0o Z Z Z a0 Z Z Z O v.. Z Z Z Z \ c m N. y ^ Q Q co N 0o D1 o O co O NI \ m Q Q ^ Q 4 N Q u\1 e•-1 L1) m D\1 Q N E eti - m m Q m 0 \ ^ m \ Q \ < v < \ ,-t m \ l0 \ m \ N \ ey \ •Ol a N U 00 < al CC Y CO 1-1 \ 44 CO < Q N Q m < 0 l7 11 '0 \ mm m \ \ 01 \ 01 \ U \ N \ 00 Cr co ^ W 01 Q Q o 00 0 Q u1 ,-30 -4 \ Q e-1 Q In 0o < e-1 _ m W e� \ N N N-\ e-1N u1 N m 01 \ m \ t.10ti \ N LG Q 01 N Q Z Z < CO CO Q Z Q V m < Q W Z Q N Q Q Z < U N 2 W 0` F re 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a 0 0 0 H o = 00 00 0 0 co000 1p d 0 00 � 0 00 0 Ca m CG — _ . CC o 0 D e1 e� .-1 e-1 -� e 1 e-1 in \ Q \ \ \\ \\ \ \ \ \ Q \\ \ c" \ LL ^ � \ \ \ � LID ^ v vo 0 ^ m \ vv N o y) N z N e-I N N N ,-1 N c-1 .--1 N Z N N N e-1 r^ a \ N N \ \ \\ \\ \ \ \ \ \\ m \ V d' N N N N N M M m 7 M M CO M Ct O o -J W H H ce U o In CeL.)> > 0 U U LU C C up m as .' in i1 '1 ^ '"'1 C CC N vv, vv, 0 C 06 O Q of p p '4 o NCA cu 0 c - e-1 > 04 _ d coR N v, > O v = N Q d d a1 al N OD c 7 m O+1 p o o -° + 00 W V/ Ce 00 C C Q N (Co o 'a' C 00 01 CU LL U 0 o o v a) o0 + u U CD m Tr cu < 1II N W l0 m m 0_ C 00 C f" 0 .' Cr) H H Tr c + ,n ° V1 o o c� o co ° Y c ra c c on a .' al Y w c . o o a) o C +� ° .... N c > V `^ c o E 'in .7, w .E L a1 Wct = p at m C t ar ° fa > C a ° '> > L o v1 C Q N O p U '6 0 VI i 2E o m .., m o_ V a1 a) V1 L0-0 CC CC _v) a)) CC els> -1 ~ al V V V m L cc a' = O m J a) O o o a1 0 3 `1 _ a m m E E o a e� u Q. CO'° v n N o ° v ° aE, E �' n ° o m cc > o +. LJ on# ^ a 0_ 2' 0. Z r- H V V C 0_ to N, V a LL V V t o Z = y C:). Q 1 v 1 lY ID N 00 0 0 N M In ID • ^ 00 Cr) 0 CC u C7u. Z m m m m m m m CO v v v a Cr ct v Cr Cr v1 U a a ac L E o m N- v 0 E E a �, ° v 0 0 z v o -o o f o a opo w o > m °c° > Z M a c 0 a CuuE d Q a - u o a u a a f0 ° o > a V a w u CO s a c 3 ° °o E ° v x c c c Q .> '5 ° °c° o v 4 v ry a) > 3 a C a) = a = 0 c v -o a m a a) is u C N ° -O a u C "O L Y c c a E x 3 ° a • Q o -, E v Y ,_ o -° v L = ‘1, O ° a a AO 0 0 .E O n o ° c ° Y .- C L N ° E ro V O 0 i Y CO Q O_ N rl 3 O C a ° ° 0A Y C a a O C 'O a O -O a -O u > c c 3 0 ro tv ° ro >, rII CaJ 70 0 3 o a -0 v o > ° v E '' -ao L" c > ro -, c >. ; 0 0 O a > c > o O o O O E ° > ra C N. E o ° c o a 0n CO0 Q �, o > m u-, ( -° o X a O O a a u p E _ L U a i a run u`ni On rco E E E O0 E o a 0 'uo u x 0 a) 0 0 U • v, Q c D O COcv a a n c u > x v v 4-- 0 c '^ rco L co Y L O a a CO a ro O c CO LL N O ro O u ,-,'-• O L.L LL U O O a O U O N .� O L > 0 + l) Uv a 0.) > >. 0 3 0 i 0 ° C no v CD, v Y -0 c E c > c s 0 c c c U a) c c a v c 70 a 0 3 O 0 0 O as -a -0 3 0 0 a 0 '- 3 OO _ YO ° 0 0 - '6 'n aO O O " O 0 Oc v O O L O o v 0 Y ..ci, U O m m v0i E O .'^ Q °U Oa0 a ° a a v a; a a 3 a u n u 3 0 u, a s E u ° c E E c CU a 0 a E a a a a 3 a a i c D - Z f0 v t • o " E a Q 0 u u =� u 'a O a as .� u v m - a 0 ai 0 E ra -0 t� •`� O = O O O L n 7 -O O O L(1 O C ° -o L .mi O O O °- c ' a c ra o a u- 3 n 0 a LL in o m u = a LU 0 H u- > a0 O L.L = ll at l.9 co O Q O F- 7., 0 0 0 0 0 0 0 0 O a PIII = a V U V N v, U U U L L-1-3. .� C v, v, �n v, tn u, ro (6 L L L L IE L L L L a a X t t L L L L L L L IV 2 W ,-+ Y .,.., .-. a.• �+ Y a� U „ ,. 3 3 3 3 3 3 3 3 C17 at -0 'O V -O -O -0 -0 -6 u -0 -O U V U CL ra roa) ro ro ° u, u, 0- in an N Va, in 0- N v., a O- aa s a a a a) ._ v v v -0 -Ooa -0 c -O -0 -o -o -O -o a -0 -c -0 a -O a CO E -a E -o a a ° as a ao °o a CCS E a a ° E a E 0 _• 0 vv o v a o 0 0 v o v o vv o 0 a o v o _ 0 Z Z Z Z 0 0 Z Z Z Z 0 Z 0 Z Z Z O Z Z .n 0 a U ° a) a a E a L ro y NN m `I aNa Q -6 0 ,-+ a 0aaa 0 0 a at m m aoa at _ N LU \ N \ \ \ N N N \ \ r--I 0 \ N \ \ v m a CO z a z z z a a a z z 0 0 z a z z u a 2 p H , O O 0 0 0 0 O O O O O O O O O O O O O p 0 = O O O 0 0 0 0 O O O O O O O O O O O O Q U m m 0C w N N N N N N N N N N N N N N N n Q1-1 \ \ \ \ < a \ \ \ \ `"1 \ \ \ \ \ `"1 I-1 \ LL 0 v v v \ \ O 0 v a \ LU 00 00 CO 00 \ \ LO v W c-I c-1 a-I .--I Z Z .--r .--1 N N - Ni N N N N .--I r^ Q \ \ \ \ \ \ \ \ \ \ \ \ \ \ V V at at at 00 V V at at at at V V u1 O 0 J LU V LU a a a CC Q a Q C LU a a a 0 LJ = C c c N N r0 'ro 'ro u a CC `—^ L 0 0 0 0 oo v a O0 -o Q U N 00 N +oo c0 v, Z LC) m U U al a) LU c L C O r^ O + .- 'i m ro c + O ra m ° 7 7 O L o 00 CO ro •v, 0 .0 H UnLC f0 m U if c O. d v1 v,L a) L a + C 00 'n On io Lj ^ c LU LU LU ° a c -o 7 a u r0 O N u � •ri' C a i m LL v1 > v o2S o2S O2S ° a) ,� .� N a a as Q > ro o _ cr J N LUea in LU 7 r0 r6 r0 00 a m -O a O V O r0 70 ll > a r ° 0a v O >0 00 >0 N -0 O N .� C CC a s 0 CC O cri E c n E E E v U `- " Y E v C W = O a ° o VI a a a a a L w > LU c H '^ 0 Q O O L o m m E `a a s c 0 L L v �, �p p p a COMM ra > > > 00 0 .-t O to CC co O 0 _ '47,c a `-, N N N 2 0 0 0 Q O U a y 0 CL y# "' w a c-r ra m ra Ln C a H E E ^' m O W c m a O W '� V~f 15 w co ii COO � a s CO O a a .>_ O ya a a CC m U > v v, Q x Y o Z V V G N N CO at Ln c-1 N LU N CO 0 0 .-+ C•4 m at LU LU N < "- d 0 LU rn m LU Ln ori LU Ln rn LU LU LU L to LU LU LU 10 LU = u 'p (7 LL Z Ln Ln • V a a Y o c -a , tr, 0 -O▪ •0 (0 Y a) ` Z (0 U a) >. L F- ✓ c 3 _a a) .1; v v io ai 0o co u, -O 1 c Q o .o v o a v • c Y c °�° v .a o 0 'O -° 'a 0 cc w c (0 - C 0 O O > ,,,, a) L U c 'a, no . m 01 0 O > v ca o o a) 3 c m - • Y .� m c CD u 3 ▪ -O O' m Y +' +t (o .1 v > u •^Y 0 0 co u) '-' p e-1 O v U m vl 'Q E 7 al O N -O i ✓ ate-+ 00 ` c p Q O a) a Y a1 o o .- c v C cu Y c LL o m V) a >. >a o u 73 ay+ Q) = ` O a) aJ f0 c 0 a) Oc 7 Y O Y 3 N (O F- i co _ .a>- vi m u v c -CH— u-- U cu`o U u N U- O v nO O in O aJ E N car= c0 C > d' (o a co N C co 2 CU .na_ CU c 00 = y c E0 v, (0 a) u O i a) 00 O_ w v c Y To Y L a N L > 73 0 3 •3 0 U a) ° C a+ a) p L N m f0 C o > c E Y Y > 0 O) a) 6 a Q v .uf Y a) v, '13 a) c , V O N •- a) > O u O V c N L1 O O co y X v U a) O c O ro •c c0 .O E E Y a L Q- N - L Y a v i m v ar Ea aci u co ns o v > c u a) E E a) o > -, ° o O T o M 3 ° m 0 c 0 o m • c o o o o c 0 3 `p 3 u ' in v w w . v .X -`o c 0 >. Q uo - .� .n al m , E Cl u▪ .v ^ o o v o 0 o a - o a)a) °' m o m c0 v v '� o o U > u c-1 u c u -0 u ca O c C '^ YO u O a% i O W c 'O IC '>3 •C O O 0o• ai = Q t < a) < °- > u •✓ 0 3 -a c Q n 'Fp u U' a) m o oo v C i 00 .. u a, u ,a u -a ° 02S 0 cyo v > v u .0D L i 'co • 0 O '- C C .c v .0 2 E '-' 3 a)j 4- o o o ° d O C 0) O w a) a) 00 o aNi k`51- ° E aL.. m Q 'o>o z 'Oi, Z 0 a C7 O LL LL -0 LL V CC _ -0 J (U in E 3 .-1 LL -° M L.LI Q Vc PEI < r 0 0 0 0 f0 V V V U r.i fQ L L L L CL Y Y Y )( L L L L W Y Y Y Y Y y r +• 0 .3 .3 Y 3 cuo Y Cn V a -p -p -O U v u -O u a U u a E a) a) a) co co co a) co E CO 01 V, V, 'n 0. a a ,,, a a a E OJ v v 0) E E v E a) E E -° -0 -0 v ° a) 10 a) v E CU .CU -0 ° E ai m m CO € € m °' € € a) L Y Y Y y Y a) L Y Y I- a) O O O O O 0 O O a) O O O 0 V z z z z z z Z Z (al : Z z "' Y m N ° Q \ a k-u Ni E a N Y (0 y Q Ni N CC �7 = rn CO a ¢ Q O (i a -+ oma a a Q a ma _ in N Q U' l0 N N l0 \ �, m z a s CO U z U Z z Z a a z u v 5 Lp H in O O O O O O O 0 O O 0 O O O U c = O V O O O O O O O O O O O Q m CO — CI CZ 7 N. n N. N n N n n n n N n N 0 w ( Q r-I LL N \ \ N l!1 V N N N N \ \ .-1 .--1 �i w - ,-1 ,--i .-1 N N N N N Z m m Q 1.11 \ \ \ \ \ \ \\ ID \ \ Li-, U' U' Lnl)") In in l) In O 01 J LLI N c V a) Lau N N li a) Q W C C Y Vf c a) O VW Y O CC co O v to kr) v H E m M C O + a/ C 5 o 0 u o Lc) cu in Cco CI -CCI. a ,-, 10 c N _ + 3 .0 , N c CC _ lc (o w 0 IdJ U co 00 CO c N � rn 154, LID u co v LL O N W Y 'O .0 'cQ ( U E 0 11'1 o c '-1 v O e� > p v u N E cu> vi a) U cn Y c no rnco _ °� o l7 `- f6 .c c v cu Y c V > ° W 0 2 a N o p c .m • k^ G v O v v, a) u v, 06 o CC m? rr c-1 Q O co w oO c-1 oo j .� 04 m O a ,, v o E Y E a o m m m m CI Zu d 00 0l O .--1 N M V in l0 N 00 01 0 .-1 • V w z �D l0 N N N N N N N N N N 00 CO C71. u_ U a. a` Y Y a1 F U a) C - C Y co c .� p u O O a) C y., 0 c d Y N Y O Co Y .0 co m O ¢ aNl "- C • aN) °u '+- '•' u = O OCD C 2_ c -, o 3 0 0 O C - •"-'O Y In O 0 � al C 00c CO u Y ° „o -° > v U C m as a > w v $ E c 3 co co 3 c 0 Yn v o c 0u a U ~ o ma , o .CO Co . ° v 2 .) Y a, u o � U v m — 3 al a, o o` E ° NI E 3 u 3 CowY v, u te+ 00 °_ c V CT Y O .B O LL o m 'C a) v O N ° O- NU `� >. O E d i C O N v ''' 00 O -o ,n 0) N Y i) x m O a v c . O '-'1„ E o_ E v ° Y E a) C •c j a) a0 v 'a) iO (0 ` 7 0 Cr -O .--I to N a) c Y a) T Y '^ 13 CO E u _ 0- c V C 7 a a) N L 0 >O 7 f6 fl_ a 'Q ° CO "° m a) 0 Cr m u Y 6 ID -° a. m O U VI v (0 - n u) u v E v o �' ° E E C > c o °J •E ` .c v N c 3 v -0 co aa)i a -° -° ° Y N ra c ut p O '° c p O :CS ai o '^ `0 " 0 o " VI a -0 o ..--° U `D •E o o o ns an o i- 7 -0 `o :° Z L a ° Co -o .� C v w v) L Y .._ u 3 o Y -° )n ¢ a) c m u ° ° u oo E L a U .v, co " L o ca O ° E Co N ;° ate+ 7 Co 3 v d LL C U CCoo C L o L 0 j •" j C s o" -O O °- O • 0 0 O c O C -I 0 > . Y J Z 0 3 0 3 Y ° cup 0 U c - 0 U ocn c ° v u GI v Q cli) U -° 3 `n N u u E u a a o` < a ¢ _ - r ¢ .N v E E ¢ cu v, o LL o ¢ n a) u 0u Co Q ¢ ° ¢ a) U U 2 ~ ,__, u O Lr:) 7 ,_ C -a '6 -o > m U 4+ T c a V 7 U Q 0 y N CU c � O C O O 00 O O u. co ¢ O 4-• ¢ ¢ C W C LL 0 V -,-,- °u co C O u- 0 O d c U 0 O Li, 8 E— Z. 0 0 0 0 0 0 0 • r0 U U U V u U U L CO L L L L L L t o_ a Y Y Y Y Y Y Y Co X L L Y r aL+ L aL+ U W LT-) W +•. 3 3 m 3 3 3 a - 3 3 C Co RI 'O -O Q. -° u -O -O O_ u -0 U U V U 0_ cu E Co E co Co Co o E a i-, a o_ a a °n) v v Cl) a E v v ar E v E E U a) QJ -`c -`° E "p a) -0 0 E CD 'O a) a) '�O co Eti 13 Y CO �o Y E Co E E Co 9 L Y Y L .4-.--- o Y Y Y •- L O O O O O O O co O O O O O 0 0 Z Z 0(5 Z Z Z Z V Z Z Z Z Z Z ad V o) en rn •-) Cl. Cr N Q V E ¢ N VI c, co 0 .--, Q 0 Q .0 E N- m ' rn ui YT. y ¢ ,, 0o m ¢ N C7 4, 01rn Q m a alo < O I -p 0 O 0 m ¢ m 0 v .......CO ¢ ¢ 0 m ,�-, cf -QJ N N N '1 0 N l0 W N I ¢ N m ¢ ¢ ¢ ¢ Z ¢ v ¢ ¢ v Z z ¢ ¢ \ ¢ v E o1- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I— c o = 0 0 00 0 0 0 o v o 0 0 0 0 0 00 Q m CO CC o N N N ^ N N N N. N N N s oin 1-1 1-1 r, LL ll'1 N l!1 C/1 LO N N O O N n 01 O1 V W \ \ \ NI NI c-1 \ mm .--, •--) e--I .-+ NI N t^ Q ll, �p r••• \ \ \ r--. \ \ \ \ \ \ \ \ V l0 ‘13N l0 l0 N N N N N N 00 J `W / 0 u 17 co V W T CC E W E Q 4 01m Y V N 00 v, 00 O_ p z m cc Cco° a) ° as io u Y 00 C .v, m c F- w p t O en N co E - g > o o c° CL a + N _ j YO 7 Cl) C Co ' c G W m — ° E Co o *' ° N V U w C N Y ¢ C )n v) c0 Y c Y LL CO N W H Q D Y O CO U Y Cl) 4 .� co 3k Rzt J v7 _ 0 co u _ Co al T ri > Y a E c to C =u Y 7 N u - O m " E 00 > ° ° ra co Y v no 01 w p to Y U O c C Co > i c > W = O c `O Y c a) .-+ 0 > Co 0 `^ o c "' i m v v U CO o 0 0Ca CC ca 3 = ~ E _' o ° ar D> .m-) E u 67 2 .--i v .- aIt O LL C N > N as O 9 > d ."i c W WWII V N LID U Cl) aL 2 CU in 0 U K U m d • Na N Q V a 0 N m u1 t0 N CO Ql 0 I-1N M V in kO o0 0o 00 00 0o ao CO 00 rn 01m m m 0) m = m o a u. Z V a a m 0) E Y v 0 0 0 V > 0 d a) E _ c 3 m a Z V `o o -o E OCD L ++ C > m al a)C CI al _� cc a+ O N E m ,�i1 U V CO CO c") Y C ,/l N 0 Y E L ,-i Z 0 N > 0n m V O m i X O 0 'u Y J C m N LL ° C C V > 2 '�- 0 1) O 3 Y m Q Cl m > .-1 J CO LI "t- m O 0 m O O o v m J I- Q. m O L N `-' < CO ci 0) E V 3 aJ m a) O >� V E �, N N d 01 a) 0 4-, c• oo ao --o o_ �_ v C i 3 0 o > `� ° v n 3 Y a) N m O O N O V D_ m O C Q m o O O O o2S E fl- ~ ° m m ° u O lml N w v aa)) Q ,n '- g -O o C ° a)E co ° 0 ° ° 3 v ° 'L a) Y 0 E N Oa v •m v ° o °o O O n 3 v' c y a ° opo a0.1 a) `o N- `- ° E ya Q _0 o E v v C -° O ° 3 .- '7 a m " o m ° m m V o — o E v a m a) u ar 3 v a a ° v o 3 ° C E .� V > N V V _ V - C C N 0 E m NO -O U) U) a) J Ol w Y "a ` r+ 0) C L 01 C m v m a) C 7 Z a) O- . 0_ N ° o ` .1, Y M O m m C Y a+ a1 o' J 0 o a o v Y v - v 00 a 7 o .5 v 88 m o o C o 3E o v o in v o _ v FL' Y o v O• C U C O_ O O_ C a) N ° C v °-00 O O ra C 7 V 'O a) •U 7 C 3 ° C U 7 > 7 Y • o v m a � a E a O ° v ° Nai $ >a `° = a .o ° o ` ° aea ° 3 Q `o 0 ,n .0 ,n on m '.' H ',� o a) on .° v m Q - o v1 Q m Q u a) O Q Y Q v V a ,.. y C > -p m -o C U „- 3 C u a) a) C n o n '� U U m L0.1 00 a) a/ a) > a) m a) U C 0 'O 0 CO 0 of a) -O `n ° a) N O -Q V U L C .C, V EL) C O i u - u -- ..... m 3 - o o .D -o v U 'x v a, C o 3 H = 3 ° F `o o v ° `o 0) `o c°0 U- Q LL ❑. < Z < U V Q 2 G_' 'O LL a) � C LL LL = LL U LL 3 LL O. LL V 0 O E V 11:111 oYo F-- �, O O - C 0 0 0 0 m V V Cl) V V V C1, c 0 o m E Vf o N 0 IQ L E .'r+ • •L-, L L E aV 4-;.. O Jd ♦, - x L L s+ V L L L L W �' Y Y �"' U N z Y N C t� 3 m c�0 3 a °u r 3 3 ✓� cc -o U U u a fl_ V U -o U - -o o V no -o Q CD N ra d 0.CO O_ .E E co 0- fa E Q C cu Vf w Vf ra 0- N N - a 0 ✓ E E E a E o E 0) 5 , -o v Cl) E v v y -0 0) Cl) a) .E E Cl) v Cl) -O +' LQ v, o -a a) 0 L E �a E E E E coo .`C 0) 00 m E (00 m Y ++ +-' L L +'' L ++ O Y Y 4' Y Y P. O 0 0 0 0 O O O 0 O �p O C O O 0 0 0 Z Z Z Zoo V Z 4 Z Z ri 3 as Z Z Z Z Z ) a) V aa)-' I- O frl < 0- m en 4 rn cc O E co In Q Q as \ ^ L E m tY m N n m n 0 m Y. al a) n r-. \ r-- N I 00 ,'i In CG = 01 < a m a a s a ^ 001 O II •G 0 Q 01 01 \ 01 00 t0 00 01 0 N 00 CO Q 01 0 _ N LID l0 u1 l0 N Nl0 N u5 N < \ N N m Q z < Q m < m Q Q < < CO < Q z CO Q LI v 2 WW 0 O 0 0 0 0 0 0 0 o 0 O O o 0 0 0 O F p O = O O O d 00 4 d V O d O O d d d 0 V m CO 0 0 N N- N. N N N N N N. N N I. N N N N VI ei ,-1 ,--1 a--I ,--I ,--1 ,--I e-1 ,-1 e-1 ,-1 ,-1 ,--1 N LL V'10 N Lf1 V 00 m u1 O a0 a 00 N <-1 1.11 �.� y) N m ,--1 ,-I N -1 N N Cr) N e-1 N \ rl \ N F- \ \ \ \\ S. \ \ S. \ \ \ fV \ O \ W Q N CO 0o W CO 0o ao CO 00 01 01 01 01 01 O CI. -1 W V W CC 0 W D I- Y N 0 n O _ O ,l I- N co N Z f+11 N + •- 0 0 0 CO O O < .I-, Q C CO + 001 - >. D "Co. d • C N H U V Q C -0 VI C Y C N N 0 m E W E o_ O m o - o N CO N m > ain I.L C tD H u v a) V c V Y ^ ,▪ N-1 l7 co o v ,,, m J „qr."' w m aa) N m y 00 C C �p In m H a) w < Y !'I > -- v cc ,n M N M Q) p V N N Y E •� a) • O 01 cc C C m u m u ▪ fX m N 01 C on - V m V 'i 3 LE-1 0 VI C 0 on I- ~ 0) In p o 0 Q Vco m v N• Oa) Ce f0 = r4 C O 0 N a) en N 00 0 ,-i N 3 Jam-, 0 - U O 3 a it H 0 m m N N c 1 = a) N .> W L f~/1 a+ w dl m m m m a CO a0 OS la O a) CO u, pp w _ V V > U U U U V 0 V C va)) Q I-1 y a 0 Q I� 00 01 0 ri N m V VI l0 N. 00 01 0 ,-i N 0 0 0 0 0 0 0 0 0 0 ,-1 ,-i ,-i I •u •O Vi LL Z Ol 01 Ol ,--1 ,--1 .-1 ,-1 ,-i -4 ,-i ,-i c-1 ,-i Al ,-i ,-rti -I a a o Y 0) ri,C C u L) N 2 LYi -.Zr N X00)) w m O Q O v w0 ▪ j s N o l0 C O Oc °_ ` > N 4! = Y Zo ca O d Q• , c c >o N N T ^ E 0 �. O U Q co Q E H '^ 3 O CO c O- 1., \0 O N C Y 06 Q E CO N O f°0 VY a, v o o Z •� ° o v u E 0 3 C Y v v 01 s as V O C Y CO IA .0 UU i.i 70 T v O .Y M C OU 3 ° - 3 -o O m O N N Y C U a) �- 00 U O O Z ate+ aJ 41 �, Y O H N Y 'O 4- LL C O a+ N u Q op La _ca - c o m 0 00 O y O � 0 O O a`) " a) c 3 O Ln .E Y ;2 N C O C a m •c ,i X N `o u i E `o C Q c o o c a N •- c > ° QJ m E Y a) LL f6 LL vYi ° V Q C E Q OU N LL D C .- '00 — •U -0 E 00 ac u �.+ O Y N v o) y,, u 7 T O c j L c a t10OU O w oCD -0 E 00 3 is ° 02S ru Y ' L o > •E v ° L " 3 > aJ Y u 'E Q ra rfl oo v n. o a v al 3 3 C v tJ a • v = v N c C v a) v_ o ° 0 o o L7 D ( 0 •=CU Co Ou,) _ C 0 ' c o c o o T ° u o ° ° r 3 m rn 8- 0 O f0 Q CO 3 ate+ 00 cn Y C .t' f0 ° Y a {Y.1 O C N ° U T Y y 'II Q E Q O oo a) T O vi �,,, C 04 3 - Y C O «, N C C y "' iJ LL d C 0 f6 LL C (6 Ql C o0 C C •,-;-., N O w- -O o U c "a 0 O 07 7 O ?` L 3 of v a) 7 'in op 7 of 7 Q O a+ O y� O 7 in C c47, ui > •- i, " c ° LL > N 3 Q >r O '35 '� O -O --v c CO u C O T y O ra a c u �0>) oo: Co `. -0 ', Ln E > Q o v Q o m o ? E O �° o m Q `o- u > m O O u 0 a) -)) E .� _sa a m ,.. .n u Oc N O p V) a J 0 Y u > co !4-1- L.) LL 'O 0 3 f0 `1 U c cc a) O ✓ O > '� 3 LL V) U LL G U- -• f0 ci Q LL -Q U- U 0 v-y c Y °it Q 0 a a 0 CO u u u u -c U N N VNa m r s r Y Y YQx U L ttY LY Y Y3 3La.] rV u -O Q u u -O -O u Y U -O U a co a) E (o co a) a) r0 (o y co N Q Q N N 0. Q H 0. E E cu v E E v v E E v E QJ a) -O a) a) -0 az o) a) U 0) E EE E E m E H t Y y 0 0 0 0 0 0 0 0 0 0 0 Z Z po Z Z z Z z Z Z Z Y 'n \ a ° Y Ln cc -.a o a M1. E ? o Lo Y m E ro ci m cu a s a cc oC = \ \ \ a 0 o 0 0 Tr Cl 0 0 0 Cl Q < 0 _ N N 0 V N N N \ N 0J m a a s m a a a a z z < m U N 2 o F 0 O O O O O O 0 O 0 0 VO = O6 o0 O O O O O O O O Q m CO- 0 0 CC W J` N N N N N N N N O CO N ci -1 g-1 c-1 LL H 0 \N• 0.-i N LO N CO O !) W ei N ci c-I N ,-I vO `'1 im HQ Lu OCi m OC 1 � O,--1 O1--. Oci Oci Or-1 d r-1 i1 O ° —J LU H V CC .-ICi J + W N m V CM N < CC CN C O \ ° Oaa O 0 v N 7) Ln " Z o + rq m u� N E T a1 w 0 • r H a, Q 3 In 0 0 c J a a C N a) �o C v O 0 W o OC - m > C o o Y Q + a) L LL co In Lf) C N U U s LL �p V1 OY co a0+ 0 -p y + i cn Ru co tt J N NJ d' 0 -i v w N co Lf1 T ~ Q a-1 0 m C C S Y 0O rn cc 04 E L' o o_ o v m = 01 04 C 3 l.) In i W = G c a. > vo ' o > LL a n 0 til O CI Q N T Lry N C o2s LL w 0 CC 3 = � 'Y^ `n = o t oo E E CO r Cl- r a) ° �_ O m v) in < m W =pp V~) 41 JY m 'u. z Zt per, 0 m v Ln LO N 00 Cli N 0 cm Q W CJ > 0 e-i 1-1 .--I t--1a--1 �--1 ci N N N N '� a LL Z .--I c-I ,-Ia-I -I ci ci .-I IN 1-Ic-I o a a O m o z '6 _ -O Y -0 C _ a�-I c c - -p •Z E .c• o j -.2 "06 x 0 0 v, C O Ou O -O O -0 E .Y N r V T p p Q a) u 0 O _ c = C 0 Z a — co a to N a) -c -C CO 0 00 z co U en >_ 'O c-1 m N > vi v C en - -O a) E N a a''''' Y C t Y V p O C U y -O 3 m a) y C N >' C Q T . - "0 m E 7 .--I 0 Y O 0 p a) co y01,, N O c;) O p 0 v rco m "O N 7 m T -o a) r1 J+ 0 > a) -C Y a 1 a 0) O : -) > m 11) C c < v N — E " "' v 4- a) m 0.) 3 a 3 a) d a a .^) > a) N Y `° O E .0 m ^ a, E r E .*- m ` o m o s >3 C a) w E W N m u -OO ' u m O 0 v C 6�! U > a . U fl OC m C O E s D Y -Q C CCD u N 4-) c E u O C a) a) .'n ._ a U Q a) m ' 6 o La a, E `� N u d0 LL �J N V y G) U , .4:-. O Z N i O. co V v4. v u O ON ` _;--14 -1 >' v ' C j O m73''''' x moa u Q o '•, $ v E N a a �^ io p c p ° a l�7 a x '� aJ 3 v0 Y Y a0 a N m v, an a) E 3 4.-' o E a/ u o c w> m Y N C y C O O a C Q/ C an Q m C y a�j i t O •� 01 C a)as -o a) O m 0 < Z Y '6 U T O -C O O 'L'' a) 'n E as ..) C u 10 \ O U 3 u 0 -o > 3 E o E m c 3 `p 0 ` c Q v Q m i o a o p N )a m l7 Q ,., CU ,., H s ° •> „ U Q > v a) m a, — o v 3 o c ; •ai m a) •`-) @ u N u a, °° c o `.- CU O ` i m a N a L Y O a) u 00 i d 0 5 O •p Q w ,_ ` ,_; {[ a) m o in O - -O — o Y p > m C C a u O c p Q/ Yu_ U 11° v u- o uu It ro a •.> 3 3 -c a 1° ou s up .'O_' ° d a` 0 3 o ate) V C PO ° . :. 0 0 0 f0 U U U M t L L aW • u .-- Y Y Y X Y at -C W U y, `U .. 3 3 m u 3 -0 4.4 U u u u O a Q u o Q v m m m m a) E E m a) �, a a a a a V) E E E E v E a) E CU E v E as E a) E v al Y Y Y Y Y Y m O L '-,C Y ~ a) O O O o O O O W O O O o z Z Z Z Z Z Z N V Z Z N aCU 0 a) Q a IP v E C n a Q m Y \ m E m� , m Ce c- = 0 o Q Ln0 rn a Q z C .-) < o z m m Q Q Z Z ai Q Q Z Q U 2 10 a) 2 LU p` F o o 0 o 0 0 0 0 0 0 0 0 o o = O O O d O O O6 r V O O p m Ci CC W n N N I-- N N n N N IN 0 ri ri ei ti ,-1 N ci .-I LL H Q I-1 to I.0 1 O O (N N N .--1 m 00 a--1 r7 r-1 N N N N . e-1 c-I sr. IL Z 1 \ \ \ \ \ \ N \ \ \ H c-1 ri .--1 a--I 0 N \ N NJ N O 0 - LU 17. of W Q W C I- 0 _v 0_ cc U > Y H ^ c .--1 Y a) CC — N > O ` CO Q1 d K O _ o dl Z u 0 m N U, O > 9 s a a o CO v v U T ON H p a a y > 0 m N a, V1 N .N QY 3 a) m c > W '^ CC - ;? co ' ..' w 0 H cc LLiii. J N W a) 3 V 0 c ,_ w a > •e i O ^ U p O @J m 0 c c vii v) no O obi v m w m N Y 1°-)° 0 v .-1 W o u v .5 N v am Q m >. 0 VI 3 c a) m j. cc Y roo as O co NI •tr re m a a ei _ Y N m v m > ">_ �, _ o0 W SOp I~if U Z U UU U V)) H UU U U 0 O Q w d o a V1 VD N CO 01 O e1 (N m .4. i.) N N N NJ N N CO m CO m m m xZ j '6 W LL Z .-1 .--I I-I .-I a--I 1--1 .--I .--I .--I e-I ri a--I V a a Y -o no a) C a J O CU ;� ECOr-I al > �_, O O vi a, N < vi - f6 m N c 0 0 C O N Z To ,_ ..... = - Q p 0 o a 0 „ m N v N 3 � (o v v m r U (D O T fa � 'QJ C fV O_ N O CU e-I _ a -0 m .0 Ms C .Q N a N Y U c (r6 '"'I C •C Y C 'a N vi E O (a T O F (Co (a o Q O O - 4„, c O 0 O V > C c 0 3 Q 05 V r -`o v 'v ° a 3 is 'n Q a a °' a) a) do 0 O 3 c > 3 o Cr, > _ - v v` z c o Y ,E m 'ao o L o N (o a) ,- a >, m -a r`i on a) a) U I- a 3 3 a) 3 .X N o T o 0. oa m E a .E E > i D v7 E c o E a) a 7 a`) a N N . C N - C co (� Y Y a) a Y (0 T .= bCD v O o N O a) • •17 0 co R. f0 a m N ~ O U aN, a ,_ - •N OCD > Y OQ 0� �,,, U •� N J OO �' Y d 7 .ai ^ N• O- (o 0) 00 N U (0 CO V (� a v Q a ,_ > o a `i .a, t a)C oC a) o c-I NCr 01 IN E Q 06 m VI m N N i, 0 Q a ,�, (o Q E .• w -a U v o .0 0 c o ,o O ,- 0) N 0 C _ N O (0 �a; > N T c y LL O C O O L ,- Q 7 �„_ O N m (moo N Y U N (D N Q co Y 00 7 N 00 C "a C 7 00 0 C -a N -a c -a N (0 67 Q F- T vl p C t U �m.,1 N (N C •70 70 +L-, 70 t U (O 7 Cru O C 0 • C -o YO .--I 4c.,' 7 0 J 'a 00 7 C d O O C `+- 'O O a) N 0 O N C O a U H U a) 0 3 U -a Z U V 7 O ° N N T v 'a Z ,- U 1N7 0 .0 U a - a O a)) U a 0, O • a 0 m C C no E N N N N a) C a .� u Q 7 a a a • a ._ a p L .ti 'O C -, 3 a O o f CI U a a) + i c c Q rm a ` ,F, N 0 o N U 7 CU Q 0 Z U ` .0C .c 00 o o o can 3 c 'X 0 7 3 0o n o f 3 (Eo In o a, .. lO U. t U. U ll Q U. .c LL a7 V LL 00 01 m (a U V) LL .-�I N LL E LL L LL .--1 LL 'a (11, V = F-' 0 0 0 0 0 0 4 4 L_.,._,- � u u v u v v C N V, N N N N CL W _C Y Y Y Y .1,W Y Y Y Y� •, Y U 4-, Y ++ 3 3 Y 3 m 3 n. m • -o -o m -o U -D U Q '0 E Q 'II fl va va Q a Q al �a va va, E CUaNi E v E aNi E a vE a v a) v` v` a)- `a a ) v` a v 0 E -a CY • CO (0 E 13 06 a) .c a L -C (6 O O 0 O 0 O O 01 0 O ry 0 O Z Z Z Z Z Z 2 0 06 Z .-I oD Z Y N a) CI d E .-) co 00 VD (cco y ar ' Q a die O a a \ O• CI17 L0 O a ,-I 00 M 3 a N O N O O - V1 N t!1 IJ N m N v m m a z CO CO a m z a a a a a c u C v E W o 1- fx 0 0 o O o 0 0 0 0 0 0 0 — u O = o Ti o 0 0 0 0 0 00 0 00 0 p m CO - Ce. Y.I• ^ N N 00 00 00 00 00 00 CO 0 O .--I c l ei 00 .-1 .--I .-1 DD ci a•y rl r-1 LL H ........ .-1 .\-1 e-.1 01 N (\V Q \ U) ' l\O Tr � IN (I�� W \• \ \ \ \ \ \ Z \ \ \ \ \ V < CV •"I 'N'I •N-I .--I •--I '"I N .-I a-•1 N .--1 O 0 J W > al . W Y >, t u 0.7 U (o Ce3 .� N -C W > 5 v C X Q = C M W W 0 O M 2 le IA Q an 00 ,ate, CO+ 0 (�/1 0000 CO 01 M ,� C I- a! z O+D 3 N ri a1 C N N _ ,,, • IA O Y 00 <LO LL 4- CC III � U a) H F LL LL L ... N Q t N Vl 0_ cc CG K OU 00 J a a ▪ C ^ 2 ra C N N 0 m a° Is W N V o 0 u1 LL a + .O o o (0 +-' a a) C rj 8O U N N .Y m (p Q J �p V1 'in 00 w 'i 00 0 O to to N iztJ ry W '> C C Y a L C c l0 0 V1 2 a.I > ei 0 C N a) In V)i r E a) •u, c .0 o v v o > > 01 rt 01 W = 0 ct civ a a Co m (0 H H 0) a 2 Q V1 9 0 v co (o a 3 .-I J 'a -o _ Y 00 O �. J lG T N N C c •(o co In CC O 3 = I a v m a w W c 3113 Ct. v >_ >_ c v co E a0 +' L O X Y 7 W ^ LL O O O_ e2•1 LU VI J 1/1 Z V a 0l0 n 00 al O .--I N M ` 1 v Ill l0 N Q .. d O m m m m v v v v ^•1 v Ti. v v = (u0 d LL Z •--I ,--1 .-I .-I .--I .--I eti ,-.1 .4- a--1 .--I .--I r-1 U o. a Y -o ra ro 0) 0 al N U W co _ o ac) 0 n o- o 2 . 0 c E • 3 a) 3 > v 0 ._ ._ o y - oo v 00 a`) oa ° 0 c • TS 3L. ii0 0- C a) a) CO CO `O ms C C C .-'4 -0 0 o vs v v y E E _CO. 3 ro `0 ro o` E'- CO °' " L `1 -0 U U a) 0 Cl) c rY0 LL .moi Cr rho 0 0 'C m u w Li) >. V, N E ra Y u 7 00 >ro v c c u 00 f6 ^ `� ° E v L U U _ O W j al '� Y Y' 0_ 'E O O O 0 O 0 0 C C .c N T '0 N -Fp- 'Q E ro -0 w a1 O o v 'fD U "O f0 -o ro O •= Y N N a a Y aT, Q w 3 C j YO . 0 OCD O 0 v'ni a C N 0 EL �c -0 `-i o X 0 o f0 v1 Y c-1 E E . E v a 0 _ 3 C '^ `0 c `o a, 0 0 a) c c a, 0 a v v v v v E Q v 0 C J N 0 3 0 0 > O O > > N -o -o c CO LL v .-1 al 01 c 3 .Y E 0 Y Y o _ o v o v `o o Ln 0 ..- ,a n o o E -o (.1 c�0 ,cp -o c -a 0 0 0 Q C Q C N ,L.., 0 0 a) CU v rC0 0) 0 v 0 ca 0 v U To .- o a .y T ° IL o `o •� `0 0 0 0 3 c - c •o m 3 .- °L. c Z LL v) co (c0 :t ito 0 >. C Y 0 Y 0 0 0 >, Y E al Y c a Y o TO >. • °; ° a co o _o C o c 0_ c o. C . _o c E c E c -0 z a c a o v1 -0 7 7 7 N > Y 7 a) 7 (1) 7 7 7 a1 '0 ,n m r`') v o �. o E o E co , LL u o U o 0 0 c a) o c 0 v d 7 7 >, U U Y U a) u CO U CU u CU U 0 u 0 j0 N _ 7, U 0. U ,_ U Y U a) a. -2 U Q u o_ U -0 'y L u .y Y 'n a) c > 3 Q ^ Q -0 Q 0 Q �, o f vJ ¢ v Q v Q C CO 3 Q U c u� L CO L N N Vi N a) fB CU O) v W CO Y N d aL-+ a) C a/ ) m a) OJ c E 8 (11., 3 o a, 3 > E Q Y 0 z E o v a y_ W 0 y C a) Y u c o 0 N L- m `! 'O L 0 t.• V) LL = LL uO LL �O LL C -0 > • V) LL 3 m LL 3 (Y) LL 0 .. 0. LL UU L N O c _C alms-- U .3 -Y E 3 U U U U to v -0 •n U U U U ,,, c .n Cl) Cl) u, v, 1n vi L vii L L L L r Q. Y Q1 a/ Y C Y X aL.+ 'o 'o :.,..4LL .L. L cc� 3 CU 3 3 3 „ t/) CO 0. 0. -o -o U -0 -O -O U CL E E 0 0 CO m Vvl C C to 0. Vf N VI 0. a) Cl) v c c vv v a) E 0 0 ate) O `o m E aY' m LS r�o E v a- Y al o 'Y a) +� v F— o 0) o 0- 'n o- v, v 0 ¢ y ¢ Y o o a) 0 0 0 o 0) '7 00 0 Z LL LL Z Z 0 Z Z Z Z 0 O Q03 Q IIn L.- 0 C MCr) c-1 a ¢ co \ Q \ 10 01 Y to E m m v Q Q Q a) O CC l7 = <\ rn \-r < m .-1 rn V m 01 LI) C) 11 -a 4 v a o v 0 v Q 0 u1 v 0 u) m ¢ _ N \ N m N r1 \ N N e•-1 e-1 \ v m z a z < < a < a z a s a s a a z v 2 H o UJ cc 0 0 0 0 0 0 0 0 0 0 0 0 0 0 u o = Tr 000 0 0 0 0 0 0 0 0 0 0 0 Q m CO o CC auCOCO00 CO00 CO00 CO00 CO00 CO00 00 CO CO 0 � Q03 � a � a U. ll1 V1 \ \ 0 10 CO 00 \ N \ N \ Lai N N Z N N N N 2 N e--1 <-1 Z Q t-I Cr N N N N m m m M O 0 -J W 4n >_ aa)) Ha) L V � W OC a Q W V1 C C C Y to a) 0 Ce — C L L a+ 0 Ln • a, Z ~ COUCO O Y Y J V1 In t.r) Q .0 H o 7 7 Lf) N C C Y + I- CL d o ro CU V1 CC .0 +-+ c `^ Cr) > > + U I- CU co0 - rn IX •j O W C v a) CU y Y o _) v' aa) E v ¢ O 1.L lG W U U N a) a) L.. N O ▪ J 1,11 m a) 00 00 a 19 C + e-1 > O >• C « `n 00 r�-1 C C C E + ¢ CC O 01 r0 O .0 .'n N O in a `O `O LO •-• v~i W = O .4- 0) 0_ w LU a o+ v) 1- U U U a E Q /0�/ > � .4 07' > Cl) M > >- LI) vi1LU i 1/) 0 .o CCU Lim _ !"I O fa O O a) E a Y c 4, L Y # _cpa O 3a +, F- Qv Cl)a) m ov 00 v u0i W Lp p Vim) y < Q cc CO in ,-1 CO m m m m - u w = Y O a 4) ° co � U) o In Cr) � � � � anin = fJ o W LLZ .--1 e-1 .--1 in -, -I c-1 `-1 in o '-r c-1 c-1 CO a` Y N 40 oo 0 o Q O p T Is 0 „0 co Y a -6 -o °2S Y C m o o To 'FT, = a 3 u 5 aLL ea > a' 3 .c >- a 'O a' a' ra (6 o a' a ,, d ra O `� u > ( T fl Q c a C a u a o a o E a a v a a o 3 3 Y E 3 c o > o x a rs J '^ - o > a > o E Y f0 -a rte° -o " a o c 06 , a o . o c c 06 0_ a L., 00 a c O m O „, l7 -o O O v, v -a 0 rs a E - c . ss 0) V o 0 Ou co aaa) `v L 0_ s CE Q t= m a .a) on Q r u OD o ro Q a co I= Q - p Y a' -II m v m 3 v m r` v Q 7, J Y a. a) ctl C °c v o a o .° v 3 Y v 00 o o ° o �. E u o o O L m E O ° O 5 o N 0 = E rs c . c n v ._ a c S +. LLO c Q O ' o E ra " m V o w o Y .° o .>_ -o E ° o ° o v Q v V O E vu v a O c a ou as O o p` \ s Z 6 c o 0 (.1 a' 1' ,--1 in > c T 00 _o f0 a -0 a' ,� -6 c ttO s 2 o m C c m ,-i o > _c v o ra c c -o co E > '> u m 5 N ra a u m p m = _ -0 ', - a > y, C M a O p a C C O -O ; Y c-I `O a v O U C ra f6 a c o c ° 0 °- E u -o v 0a a = c -' a' 3 0 c 0.1 E a m i ° a n y_ 06 a ra -0 c a c o `, -o a 7 c Ca 0 O a _C u E -O c 00 ,n 7 0 7 Q -O ›. m 7 Ou u L 7 `O OD 'O 7 C Y O CC ''''' 0 ° '-- _ _ Ou CO u O a' cry -o ~ CO "CD MI - " '^ O- t O Q' 3 ✓+ u m Ou N Li c c a Y u ,,, �,, u 3 u u a c Q s O a o - a c o is c Q E Q = Q E Q 0o Q LL a -o a c ° a a a p v c a o Y a a' -0 a CI) s u SJ Q 47 C 3 u lap 0c E =o i '�. > c c v o �„ p a' '6 O C C 'C > n, y a) T O o 2 C O a' O O c LO E `o O cc > O ED S LL -7 Q C 1— Ln U LL _C LL CO _0 I u LL m r0 C2 -O U LL = ,-'I ll m r0 ll U 'O LL co C C o 3 E E 0 0 0 - ra o a) a U N V m o - _E- Y a a x -o` m m -§. _ y W -Q u Q o o Q u 3 3 U U — ra s a ° E o E Q v "10 .1., Q 0.) Q E C v a E a a E v E - oco as a' ,J 5 Lr,, Y u, ,,, a -o a a) -o a O ,c, u E E E E O l> Y O L as co co Q _E O O a 0 a O O O O O O O LL ..-+ V CO -O N 'o V Z Z Z Z Z Z \ 0 N) 0 ,--1 Cr a \ Q OL .- m 0_ ul N m c-I cr E ,--. in 00 < Q _ co Y res in\ m V +. Q Q Q Q Q O II -01 N V O t0 O� < O O LO 0 0 lO a CO Q Q Q COul Q Z Q Q CO Q Q LO c-I < < u a 2 W p F Ln Ln O 0 C) O O o O O o 0 0 p = O V W i- V O O O o o o Q v m CO O CC W 00 00 00 00 00 00 00 CO CO O • ,--ic-1 N ,-I 00 00 ,--1 ci c-1 c-1 ,-I LL. - Cr) t0 U1 O \ \ U1 tO N 0 00 y1 ,-i c-1 N in Lo N N N m c-I 071-ct m m m Q V V LJ-1O c -I W V W CC 0 W Y `^ 0 H vO H 0 CI d I- H O C ,-4- < N W r^ cc O 0a' a V N + c LL = kc vvi o+ E Q o < 0 N o ra N W C O } lit T C > • J . r O a) n 2 rn rs ca HcLO a a 3 r • O rn C - Q m 3 a cc al E ra 0 a' > O W = O 0 o m &&I > L^ p o V1 O p E x 0 '`o c rs > 0 t.0 ra in c w cc 0 OC m D = _c _c E n3 v E v C a 0 a xe s ro (5 0 0 o o o - u +• 3 00 D o T C �o ra ac' W "app to d U m < S 0 in < LL LL LI Z = •O L' p `-! Q a O O c-1 fV m C Ln lO N. 00 Ql = C. -o a LL Z Ln U a a -O -Y.' u 00 d i ° 3 m ° c C n ° y v c- :oC > c `0 m r-po ;� 3 0 „ r >. E 3 E v .f0, o a Y m Y p °' O> v .Yn C E f0 C C a) 4! co u v CT w m 1 V 75(0 fo = 0 .0 is c C O • C CO E L 7 O a0.1, -0 v M 4 O CU a) -° v a) C ° v1 .f..0, 22 Y Y N L (.7 a) M 0 _° C — CO r6 �, >Z Y a) -° Q 00Ln v C 0 D_ 7 L T _p (O E co C ° z C ori f` �+ c Y a) O -p C 3 N L Z — °' s, u c 00 CL a) .O ro + i 0.0 a) c +� y o a o a) v — x E a 7' > c CO 0 v m .� Y 3 0 a`) = m Y • a) v • v o v ° ° E 7. a o 03 ° .1-, CO v U 3 070 E 3 ° 4-' `1 -° — N ap, 00 O al f l lj C C a) U Y -° m -C 00 0 00 d — a) .,_ c c ro 0 a Y E v c v 3 E c -o c c o2S ul a v 3 v C IV o o23 00 a) o c °� c a) -o o 0 f0 v N a) 0 3 �c o `1 n o Eu E u ° 00 3 u' O 0 u a) .7 3 v v m ° 7 0 (o `0 `0 -o >. E 3 7 u .Y p 0 7 ^ ° c a 3 0 - o �' m u 3 Y v `° NI v ,°J, E w m -° $ 02.0 o aU CU Ei °C° -^ Y 3 f° o m °_'0 0 0 a — u v > ° `o o a > f0 ° s r o E To m °' o 3 0 -� J •o 3 v c m < a) L •C -o f0 L.O ° U U L `° O N ° E p E O Oal Q o ° .. co a) ra a co ~ .n N a) C Z CO .- ON E v L E 4J m -o u a) -o ,L. 0 Y _° }' (a E O -° a—p, Q — .--1 N 00 'a+ L r Y LO C C c -° m co c c c 3 m L C w r' c• 7 0 7 E C a, •00 3 `n c 0 0 L C 0 0 0 c 0 3 ,. 0 ro o Y .1 O > U O !6 F- (o 7 of N '6 c .0 u N aci u .- "a 0 m a) u a) Y L u L) `.- a) yv,, al C u > 0 a) N u 3 '° u a) O `p 'O 0 a) 'o a, V w- 0 I• D ` co E L Q. 00 a) -° co _ V1 V 22 c `1 < N a) E Q -D. .. fo .0 f0 1:$0 ° 7 < p >- Ou fII •7i) (0 C V a) T N L •f0 'O ) 0 u c 0 a 7 U 4) m a) Oa 3 0 .0"'c'12 L l��J c L. c E U 0 ° .> Z c `J � (;J �O R � U C aL, a) < co � LL ° � Vl (0 LL G O C I- � C LL V 3 LL 3 > (0, O� C Ero ° ca a, •a) U0_ 0 - O C t l `° U N a) N Y -0 Y O .J a cU YJ u 7 N .1., p Y y, YO •rL, LI-1 pCO ° Y ° .. 0 : 3 iv rte•) u U U 0 a 0 Q .:Tc' c - O Q 111 .�i1 "O upi E E ° E .E E E v a, > v y LL N p 0) p a) a) oro 111IIi •° O Y 0 al a/ E L L Y ° ~ UC O -_°p N O N 0 0 O O 0 0 0 .-1 3 (o .-i 0 Z 0 Z Z z 06 a 3 z V) v ti 0 r-i . v w a) < � m ui c-. a Q ...- P_ m c < a Jr) Y a` Q - -0 U o Q C Q 023 u toE m in .0 Q a - o uai m E QQ U, ro « QQ cc = 0 7 Q 0 O U` al m y,, O Ol Ol CS M 00 Ol M ., 11 -p o a c Q Q Q 0 o0 o rn m a a 0 a c 3 — N 0 (a \\ N N N N c-1 .-•1 ,IN c 1 0 Eli a s > Z z z < a Q a a a < < < U L., N 2 W 0 H Cr Cro0 O o 0 0 0 o O 0 0 — 0 0 2 ,may ,.y O O O o O O o0a, O Q a0 CLI ' CC la 0 00 00 CO 00 CO 00 CO CO 0p 0CO c-1 .--1 .--I .--I `•i e-1 N .--I03 e-1 Tr (ter W N N N N N N M .•-1 VQ tl) In LII In N u-) In 10 to o 0 J W F U W C c Q W aC > Y H NJ 0 a)2 023 03 0 C o Ln M 0 N z Q ro W a a — 3 fO o W c _ u CO > > N v LL f I �D W '°CU Y 0 a, + 'co- 7 a ▪ J 0 .n 7 lD C U m L c (0 00 -o _ Y !"1 O O > E C 00 0C 01 Tr co u .n C Y m -1 m W S p V c c > '> c m m >.O SO0 7 a in 2' D_ i 00 03 u L • 3CC ra = .-� U a) a) a) C 7 .0 m L V Cr_. Ct. L 4 c 0 c Yi C a C > W =pp V~1 N �-1 U co LL m Cl) w V) m U 0 Z4.1Ua O .-1 N m a to lD N 00 Ol 0 Q 3 N N N N N N N N N N 00 = 1.! 'p c' ,i Z e-1 .-/ .--1 c-1 .--1 c-1 r1 c-1 .-, c-1 U a a. E y -0 -0 , CC6 N ro C a) -C C 0 a, m L -0 3 o f 3 y C 0) C O Q a N • v > N r` N Ncu ro — C p O a) -0 0 QJ Y •-• .� `~ U' L o N C CU n C O r0 '= u O a ro o L 0• 0 • a E .--i U V N O U 3 o ° V LL N 0 (]47 a N Y ,C rd a s N ` a l7 U Q O L T O C OD 0 -0 u r0 Ln 4-• 13 C Q v 0 N D U 0 N 11' N ro a .o c a) .E - co y o ro N is .� ,r`i v Ln 3 vi ld L7 v -o 'u > � ` fa ,, C Ln U m ,-1 n J 5 v0- Q a, a v 0 m r, v a Q ~ Q ° v 0 O o v L 'MI E, C o o � lN7 o o o O Y Vf C Lr C E -0 N c LA o a) a d ✓ tr N y LD C a) v N 0 a) ra r9 C • _ r6 .✓ L o a) G v C O C C lJ W ate+ -D u L O_ V Cl Q O O a) fa - u -O O a) O- a) ro a) 00 O 00 a) rO .� N C ..- ro rua = .-1 m co E c c e ° v a a c o m y N Y L v '3 c a o o To 3 rn X "' ro ro ro o C v c o5 a, — > U o L'' — v n 0 3 Ero Q ` y a v E aN d ° ° o ra a°10 • LL 2 7 a`) Y a, LD `o C 0 CL' �_ U = a) .0 ate+ Y CO to Co V Vf v Vt Q. C ra .� 6 d f9 T 0 3 N To -0 - ro tv c ro -0 a) c 0- c -0 O v v a) o -0 3 ro o E a .(0 > o ° Y 3s.- 'Up v 4f O, 'o `0 0 r`a - N m 0 3 - E 3 E _ a) a 3 LI a.+ r.+ Q O r a1 C fl_ N u •o0 ~ O To ; a)LA —o coO_ -n E 0 rT0 OCO 72 rE N O ro c 60 ro ro •-- Q rO ? C t . E r0 C L N N N ✓ c o O a _ v - v o 0 C y - „ -a ' O a, ‘-- -0 a, on a, N o N 'ro v a o o O o _0 7 2 v L 2 ro p 0 .> -0 0 .- a) -co u -0 0 0 C a) > Ln u > c u ro � ro co - Y a `O c ' m 3 -`o m io ro 3 u 0 �_ n N 0 N v o N u a ° v `o f0 `o LLE CO• uw -0 o -0 > 00 Q •'C OU > N COco U � } 0. f�D N N V f0 Q V 3 ro N CON O N O 'O c '�O O io LL ro a) ro O O L J u ro r0 y a) ,O p N L .�.- a rn Y E }} L a o 77 0 N Q v c 5 u (0, t p L a1 L N < C u < v 0 > N u — > X 0 O O v f., N '� .C U- L h- F- -c 7 Q M u Q C L LL ro N ro CL LL a) U' Ln 4 .Lo u LL N ro N . LL H U C, 1 VL c � C-- '8 CC F 0 O 0 r0 To U U L L 0_ Y X Y Y LU O + Mua 3 C.n CO Q u a. -0 u u -0 u CO E a •E v m o a ro LA v E C) vE E v E y a) E 0 a) v `0 a) E E E E 5 0 0 O — 0 0 O 0 v Z N Z Z Z Z Z in N Q 0 N . V) L o a a a m c a v o 0 0 cp o o Q Q _ E Q Q a --D .- - - CC ro N N N Q CO O N `-i CC i+— Q Ln < < 0 r+ Q Q Q Q l7 -p s - er C O Q Q O r+i m V — rn N Q N N N O N N m m Q Q Q Q U Z Z Q Q Q Q u v 2 H o 0 0 0 o O o 0 0 — O 0 I V O N O O O O O Q m CO CI CC w 00 CO 00 CO c0 oo 00 00 .--1 _ .-I , ti QLI. 4J▪1 Ln Ln W .--1 .--I .-i e-i r-1 N \ \ Q l0 LD lD LD LD l0 n r-- 0 O C -J LU H U LU CL 13 j Y to OC v) > • N a) Z O I c c a o p ..0 I- a ._ J d d C c W `^ CC N O no CLL- Ca13 W c J :Iia Q a co ri }' O O h- L O 01 'O L N a) ro = Q1 Q) to bD C C u W O o_ v c v ro ro ro QLn O O a) _ _ J J LL ? J W H ? F- N N L Ce r0 n e-1 co c -0 L Q ) N 1 0 • d rn O T u ro rO ro W pp v1 CC Z m vt in in u m 0 2 .O Z uw_ ' d .--1 N M V (a) lD N OO Q ar > 0 00 00 00 00 00 00 oo 00 _ .0 .O d Z LL i 1 ci - c1 U a a Y c 00 cco O m aJ 0 `- a) 00 CU aJ m - C 'O o OJ YO L O• O 0 Q ° '$ 5 c on > a _ a a' v E � � E L LL a, }, _c •O N vmi +•' O_ vYi C. �U aJ 00 O CU 3t O_ V Y U Y o O Y s LO a, = C a U > a, U O' 3 a a, o o .E O o v '° °° m '^ a n E p L._ a < a p E :_ E Y v c 3 0 .� c m g -o aJ m N c c a 0 m aai 'm LL r: E 0 a p -c 3 is oo v 7:-) m -" ° 7 U ° w E v 0 c U` y 2 is .c Sk °- y O a m �.+ c O +_' ut a aJ aJ N m u •C Y 'O - d O `J ro In a' fII c " E '�^ v Yo 3 +� C ?' ro O`J �° p ci v o ai ,� Z �" 3 (s..-) Y O Y CIO LL aJ v > d m 0 m O V C u n. -O u C of C c .�' Y O C O Jr' - v O- •0 7 -a a a ' a .o w 0 3 .Y a v - 0 0 c 0 'c 0 c E a ,' c m rro L O a, o` C E a o u v U` U m u, o o y Y a c N ▪ 3 -I? E c z • .n 0 ut 13 E v CU •Y m aJ N V •C �O ut N 0_ L c Y 0 0 :; — O m z i' a O 'E c .X aJ c -os .N . U a E N c v a m E �' ,o z 3 m O Y u ai .O0 v E .° m e c on ;, c o m a 0 v v m - s CU c 3 aP `o `o 7, ,..a) -0 ti c on c aT• O -0 v O a, �O > •> Ou 0 O ° C e a' O �e a N o_ m O• v Y • o on aJ ,v,, Q v c z LL = CO `�° c s OJ m Y m o p v m m 7 E E p C c _ 7 L D o x --Y ° ^ 3 E " o` 3 ° O u E v 1.0 `o C + v CU Y m CO m • v, a' OJ y O m C of . > of c O ,-1 Cu !O a, 0- , a o u O c CZ 0 -0 3 '6 C 0- > ±.: < — * V vt O a oO 'x w s as Y 3 c c v 0 p o0 o C d co v OU c -a C ". E c0 w in .S 0 col > -6 U Y a -gyp m -C -0 > '4., N m 7 p 0 .N 00 c p -0 -p LID c-i '0 O `o o I- c _CU Q c io w m 7 110 3 ° E m fo c E +-. c -0 >. 2k On V- Ym Y C Z m �+ m O aJ Y 2 v °>, o v , -5,,, O a O -Ow -a O v ° o " p ty v z c O ai m Y m -o o> o f oO o °�' a° 3 3 O 3 m .E LL 0 o U- o = 17 0 ' x E v L' in m (iii, 0 t s c s r r r Ems- O .1-, = C is 0 m o �, p a a a O a a a a m m m L' m io is 01 POI CJ_.i _c v, u u u I_n u u u u CO Y Y Y L Y Y Y Y a. Y Y aL-+ U U V Y U U U V W L.L.1 4, Q W O O O O o O O '5 Y Y Y � Y Y Y CO CO a, CO m m m m a, CO m m m m CI. O- v a a a a a v a a a a a E E v E E E E E a, E E E E E N CU "0 CU cu aJ aJ al 'O CU aJ al aJ aJ E E m E E E E E E E E E E F Y _ •�+ Y Y Y Y Y Y Y Y •✓ J7 ra O O O O O o o O O O O O O Z Z Z Z Z Z Z Z Z Z Z Z Z Y VI CU Y 01 O O at Q E ko w m -C E Q Y CU < \ cc QC O l7 = Q1 c:11 O1 CO m Cl 00> O LO N II MI 0 0 Q in 0 ,--1 0 m > m Q Lr)N � V Tu 3 _ N N -1 Q N < I Q Q Z Q Q Q \ < Q 00 Q Z 00 Q V 2 73 OJ 5 O H O 0 0 0 0 0 0 0 0 O O 0 O O O = O O O6 O O O O O O O O O Q U m 0 Ce 7 W 00 00 W 00 W W co W W 00 00 0 e1 e1 e1 ei ei e1 LL \ e\-I m l\O 0\1 O \ \ \ \ 0\0 up �� 1y .-i ,--1 .--I .-i CO \ \ \ \ \ N N r^ Q r•-- N N N r-- N 00 00 00 C51 OlCI O . 0. —I W 17. a) IA V o c W a CZ N c Q W L ° W N a m \ a/ 00 Ce — m c m co v, `0 3 O '^ \ O CO 4- O ` N V N Z aJ Q a vs CC w rael ° ° _ c 0 a rt L F- a 0 v C w �' U 7 J- d N O O CU Y VI m O > ^ CJ co Lil 4JOC Z n LL O V1 " OJ m C a 7L + O- J e-1 0LO c O y C Q rl y Jri 0n — r0 a 0 Q 03 CU a/ '- C O_ CO GO C y 0-Q CT OD on a CO m Y c CO N s W = 0 CI el 10 m OLrs V m C OD ° m 171 • V1 0 _c cU U Q NOD m 00 r•-• C Z M Y L CC ea T J — c OJ C •fc0 cocN c L Q O 3a 't _ co a c E E v E t7; OA 00 N 41 7 >. 7 W .0l 'V~1 n n 0 a m m m 2 2 CO = I m ID 'x qt Z V V d Cl <-1f1 ICI N 00 Cl 0 ,1 Q F: 4) G 0 N COM V 00 Cl Cl Cl Cl Cl Cl Cl Cl Cl Cl 0 co = U Q 0 LL Z ..-1 ,-1 c-1 c-1 -I ,-1 ,-I ,-I ,-I e-1 e-1 N N V a a Y a a E — co W _ Z Y co C v Q Jam, Y• ` a) > ..., .0 4J +-. — Cl. O a -o— `o a) 2 E Q o0 0 .�-, +L. ,_ N • _ 0- w ,_ >.. C C EO CUoo a ?i Oa ` ro O a, v M ` d d Y O N C co N O (.1 a) .0 U 3 E L on C T. v aN`J `v .@ 3co u 3 C c E ra T ra Eo ▪ _c o p Q u u a u 3 E -13 av m u _ as W 23 Y a c o a, a Q on v :L ? v E ° u` C v 3 d °p °' ` a. N CO 0 N Y ro Y C 7 u a) .E "O -,-, CU N L 'y. a. U N _° c vui Y O' V V '6 in N O CU N u U CU CO 0 C Y 'Y _ Q 3 o v o C 01 u OA a, T C 0 Q ,. N aJ o .Y O N *' O C V +. 07j r0 4' -p ami r; C13 X v a w In o = 3 fa ° a o = uo •• ,_ 0 v t, Ln m y v C C .1-1 m u E O 0 o0 O aT in a) O C LL C ... E O C u 3 a) U p 7 C '- a. E N 0 z 0 7 N .5 O C ra .0 C C C Y C eti O .3 > L) 00 Z a) a") f0 CU O Z O ' ra-N — O .0 ra ° O N O m " c '"' _ Y `_ O d ro o (N c N .c u u c 7 E 3 N y 10 op E -0 co m a a) E 70 'E C U rCa n 0 U co °: l7 rn CO j o y C 3 L �o d _ d Q U 7 Cr o ... j +-' E -0 co u a o .N v r0 C > " r LL N U U ei i+ CU N V O O 7 N "O — N 0 a N x O 'O O - - Q 4-, oN Q to 0- .N Y Z u U c CO m a a) ro 'N v •N l7 '.., v U ': L.0 N U c ✓ € a y C .--1 Q U a d. co a) ° C N U GJ L N U) 7 4_4 a1 CO = C Q "Q 0 C 7 `�' N O E •C. _ "_ -O C O -0 c a '-. a 0 co U C O co ra a N mi ° ° 'O LL LL 7 00 a CO a) 00 • ` N O U 7 U ..., 00 a) U C N o E U d '� .. `m a v v a f° a) C - > E a aJ — -O -`a U 'O x -a O) -O 3 N =p c O N Y a) C N O CU Ea' O a) 'c,•13 N ` a/ C a) Y p a1 C a > 'Q 'O Z E 'O i N 'O C p J p O Q E ,> O p OJ O 'D 7 N ° O '6 • OL rn 3 < < d ° m Q d o a C�7 �° is 3 v ° v` a v >i a LL o (ill O c C C t Y Y Y V Y YC a a a a a s i co a co a COPEI ra CO 03 CD (,t C u U U u U U ° u u u U v `v v v` v v` u` u Q W O O O O O O O 0 0 0 0 �+ rj u U u u u u u u U U r'.) u u MI co co ra ro Co Ca CO CU ro CU ro CO O. a a a a a s a a a a a a EE E E E E E E E E E E E a7 0a) a) a) a) a) a) a) a) al a) a) a) E • E E E E E E E E E E E E Y }. Y .. Y Y IP Y i. Y i. Y aJ 0 0 0 0 0 0 0 0 0 0 0 0 0 Z Z Z Z Z Z Z Z Z Z Z Z L,1 Q1 .1-, W 0IN O N Qa E V v O _ CO Q _a < 1D Q Q - ` E 06 m m .m-1 m o2S 0 l7 = N 01 e••1 W 01 Ql \ n a \ 01 01 kJ:. Ol 11 -a 1D 0 v a o o v .-1 rn v 0 < o m o N N N N Q v N N \ N N CU m Q a a a Q a s � a a < Z < a a Ho 1- c, 0 0 0 0 0 0 0 0 0 0 0 0 0 u (2 = 0 0 0 0 0 0 0 0 0 0 0 0 0 Q m CO CI Ce W 00 00 00 00 0000 00 00 00 00 Oc-1 ,-4c-1 ,-I ‘--100 N c-1 c-1 0 N U. r�/1 Q N 1.11N LU Ol ....Cr, ^ l0 V N v Z N e-1 .--1 N N e-1 e-1 e-1 N F O O O O O `i ei .--1 .-1 .l N N V Q ei e-I ei .•� e� —1 `i c-1 1-1 .--I e'i e 1 CO J W U WCC N to Q W o/J Y 111 C 03 1.11 LU IA 0 m ^ "O p O In4. C m C 3Z o Y _ Oa COCU �n N i o C coo ra rk a a 0 o c 0 `0 af0. u •° Y E W- d CC > •- oZS V v Ln r`o j ar CO 0 - C VVI LU co C fp CC N 2 04 E Q. CO J C T C +-, `H E w ra N LY 1i d a_o +, O a) ro C O Q U ei 0 .-1 .-1 ra as v) v i N O U Y N eiCr/ u1 v1 a ra �o U Q u 0 O: x 01 �-, m O O a m ro T J i Q V 7 — W V y W N O V )< N U n 'CU 0-N N CD T T a1 a.) >. J l0 o o v c 0 n c +4 3 m ro CL 0 . > • Ci- Y ca m E v O CO` v Q a '> 0.1 '� Y W by LA d m 2 v LL LL Q w O O in N • ± ate ' + � Z Vu C. C N m Tr D1 IDN 00 01 0 .-1 N m L. Q ,a) > Z O N 4-i0 o o 0 o 0 0 .-1 ee-1 .-I u C if NI 0 N N N N N N N N N N N Ct. U a a Y a, a, p O_ ., a, _0 a, 5 oa — ` o _0 C .3 -o o ° = c 0 _• 0 N on 0 E r E— v _E = a, o 0 rn N . O O vn u i C C a! c rs 0 w a -Q nova y g v n — ra , v U 73„ O N 5 a, E C -a w N (..) o 'O E —s C a 3 > ra IC u• cv Q o ° Z v rn O OO O ? -0 a, `o m 0 f0 .J 1 LL Q C E is O _c a PEIroro To r a V X < W O r rf) V ra U CQ raQ CE v E ~ O Z ul a O L. E _ s E rro v O n v O cu m as2 W o w rn o 0 0o O z CO O 0 2 O cr, N N CI v CG CO CC � 00 O LL ry ........ W \ rq V Q ,--1 O C J W I- U W CC w `n CI o CC LI) O `^ v al) o m p a I— v « 0- J o 1' - i CL) v U LL ra t0 W a, 0 0 Q N cr J a-i CI v0i L t t • > Ql La = a, (0 ((0 r0 Ce 0 (1 a_ a p `^ O O To 70- To o TCC co J k0 i O 3 d Yt pap V ( V Y W = V~1 " _ Q Q LL oq N Z v a p • v _• ' .o LoLL z aa` Y U .O N CO NOOO 0000000 OO OO O)OO)O OOO O W OM W M06-WOO O O CO 0 0 0 N NO 00 W O COO COO O O W 00 C M CO O)O V ,aCO m O O CO W N-N N CO COO M O N 0 r N N M N CUN N r O N .-M CO V CO N.M O C) M.- O V O r CO M W O)n M E:51p mM()cr) .- CO mmO,- )NR el H O ~ 6-NN .- W C.) 69 EA 69 69 69 CA 69 E9 EA 69 69 69 ER 6969 6069 69606964 69 69 69 69 EA TO N 1 N . CO . i 0 . . 1 . h OOO) co Coi OO n O N 69 EA EA E9 69 E9 EA 69 69 69 69 EA 69 EA EA vow). EA 69 EA U3 EA 69 69 69 Eq C N E m N m o o 0 3 a Co co Y re O W EA 69 V3 U) c o ma ca+) o .� C N ,- N 7 U a) NCONO O p MV CO m . . . . . . . . . . . . . . M a N m M Np M c I- NN m E 69 699 69 6EA EA to).EA 69 69 69 E9 EA EA 69 Earya- Ea 69 69 69 69 69 69 69 f9 'm Q I- W Y o ^Nm- CO ?.O N 0000 m J m MM OMD CN Q' '-O 69 EAU EA O F- 0) OOO O N W .. 0000 CU 'c a CO CO OD .0 7 '-N N N 0. U) U) d 111) A is CA c J o d1 a p 69 EA 1-9 EA 69(A 69 V3 E4 EA EA 69 EA EA9 669 V) E04-64(.4(.4 69 69 69 Esi EA W = a • a 01 0 J 0 a) Z c O) 7, am, I- C to W T= _ O 3 `o s =, c C 0 c cco p I0 as ° C., E d a s r R O O O O O O O O EE) O O OM O O O O V L V = 00 O O 0)O O O N O CO OM 0000V- a) lE � m . • • O� V l(')(A O O U')O N 1CD ' O M ' N tO r Nm- Vd . p oN .-- MCOCEO rCh m V O COC7CO W CC] OC UE i- M — a- O co ,_ N V -N (0 EA EA EA 69 69 69 69 N9 EA 69 EA EA EA 6969 EA EA EA E9 69 69 69 69 69 69 EA 0) C O CO O O O O O CO CO O 06- 0000 t `a ) OM N N OD O N. Cn N N. O N.CO N O O N NCO N O .- N U CD d Kco d A EA 69 69 EA of EA 69 EA 69 EA 69 tato EA EA EA EA U E O V. m y •" M H- WO �o�OU�i � p � a) m U E E. CU o0 00000 C.- o o m n 000(0 m CO n N N-r N N N co O O N 1.-,.....C.-,- U '� O N OD o.� aaa .L.1: 0 020 m CU CTU C7C Q ) o m lii m 0 0 C m '43 ° ° w °- ° E m -EL) ooQ 4--' U C m p O ° a v oW ow o amal5 oj0T m a U O a°) N m w a) o y ° m CU m c C CD = O C C ao Q m C O c c N Q O O m m . -0 a) m °L O. O o 1- 7 C o 76(-).0 O m c O W E co H H m U- m O CD O.p X m > U C U3 c > -Ca n v v E ° p? E' orno = gym C =-&) m p « a c E m M m m " m ) `E o 0 m y C k. m m a =-5 .6O L 2 O C7),, N O O W a) m E . C = c c O Ci U Cn X ° 1. N o d c m n o a)L c 1- Q U U= m - E . . . _a_ 0 , .,---1 .2 , w rnO -' t `o EO1-d - o , '� ES ES 1-t cmi U'`c'`czO o° m = 60 ..2- 00) =0- 6.0.0.. 0 ,,, 6 = m = .3 .=,0 „, 1- 1- 1- a .012 _ p -m O ma o)m o- aE) m OE)m °: m O 20- 2- m208 0 `y m o ami o =' 2 Nm E)LS20 21-1-1- m mo °6 c1-¢ HaEHa~ E T3000 VU t L m ,= 2— C1..% i a T O c V _ m C CU -o-o a 1- L H E m a) m m a.o o a E U c Y E m O m m m , Q O m d o a) m a) a) is 1- O E cl= a) O ' o2aaWuL1-WJ 001- mmce m0O U 2a o d En wmac E',o — Pia RETURN TO: PW ADMIN EXT: 2700 ID#: 3 1 1 C CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS/STREETS ORIGINATING STAFF PERSON:JOHN MULKEY ExT:2722 3. DATE REQ.BY:ASAP $. TYPE OF DOCUMENT(CHECK ONE): o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) o PUBLIC WORKS CONTRACT o SMALL OR LIMITED PUBLIC WORKS CONTRACT o PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT o SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) o ORDINANCE 0 RESOLUTION CONTRACT AMENDMENT(AG#):16-115 ❑ INTERLOCAL o OTHER CHANGE ORDER#1,3 PROJECT NAME:PACIFIC HWY S HOV LANES PHASE V(S 340TH ST TO S 359TH ST) NAME OF CONTRACTOR:GRAHAM CONTRACTING LTD. ADDRESS: 13555 SE 36TH STREET,SUITE 120,BELLEVUE,WA 98006 TELEPHONE(425)691-3591 E-MAIL: FAX: SIGNATURE NAME:GREG RITKE TITLE:GM US INFRASTRUCTURE i. EXHIBITS AND ATTACHMENTS: o SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE#08100723 BL,EXP. 12/31/19 UBI# 601409487 ,EXP.08/31/19 '. TERM: COMMENCEMENT DATE:AUGUST 25, 2016 COMPLETION DATE:UPON COMPLETION(411.5 WD) i. TOTAL COMPENSATION:$73,701.78 THIS C.O./$1 �i ,j,I1( TOTAL (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED o PURCHASING: PLEASE CHARGE To:306-4400-165-595-30-650 1. DOCUMENT/CONTRACT REVIEW INITIAL/PATE REVIEW D INITIAL/DATE APPROVED t7 PROJECT MANAGER y 3 (7 REVIEWED o DIVISION MANAGER S DEPUTY DIRECTOR /-J "-;11,-141 - (1 "I1 C/ DIRECTOR r1t I l o RISK MANAGEMENT (IF APPLICABLE) y� In LAW DEPT PYIAI �I r(/) 0. COUNCIL APPROVAL(IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING )SENT TO VENDOR/CONTRACTOR DATE SENT: 2 / Jq ) � 9 DATE REC'D: Vini- o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED ENT SIGNATORY IR n ) 2 i ��ITY CLERK 4t 11 ASSIGNED AG# AG# —116 MJ n IGNED COPY RETURNED DATE SENT: q. o�q,1.1 74 o RETURN ONE ORIGINAL ;OMMENTS: XECUTE"2"ORIGINALS. 4/2017 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG#16-115 13 March 19, 2019 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Pacific Highway South HOV Lanes Phase V (S 340th Street to S 359th Street) Graham Contracting,Ltd. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This change addresses force accounts issued via Field Work Directive(FWD)that have been paid to date which are over the bid item value and affect the critical path per approved schedule from Pay Estimate #17 through Project completion. Additional Time related to force accounts paid in Pay Estimates #01 through #16 were included in Change Order#06. Additional time associated with added Work documented in this Change Order is reflected on the attached spreadsheet.The total hour tally for each day on each force account activity pertaining to the Project schedule's critical path is equal to either the longest single duration of individual man hours OR the charged working day total as recorded on the Weekly Statement of Working Days for the applicable date— whichever is met first. This Change Order is being issued in conjunction with Change Order#15,which covers bid item time for all FWDs through the course of the Project (001 through 214 as currently issued)' The Contractor is only entitled to additional Contract time to the extent such work affected the critical path as set forth in the approved Schedule. The previous analysis with Change Order 06 included a summary of force account dollars spent as they compared to original bid item estimates. Time spent up to the bid item value was not added to the Contract per CO#06 as this time was already budgeted in the base Contract. For instance, all labor hours accrued for A209 for Unexpected Site Changes were considered Base Contract until A209's total reached $20,000. All labor hours applied to A209 past that point for critical path activities were credited on CO#06. However since most of the applicable force account bid item values had been exceeded by Pay Estimate#16 which CO#06 covered, that analysis is no longer necessary. The only exception to the above is B056 for "Unexpected Site Changes — Lakehaven"which only had an estimated 3.5 hours left in its original budget after CO#06. Thus for simplicity, all force account time pertaining to critical path activity per this analysis will be credited on this Change Order and added to the Contract. As Working Days are rounded up to the nearest half,the total added Contract time per this Change Order is 74.5 days. As a result,the liquidated damages currently assessed will be reduced by 74.5 days upon execution of this Change Order by the Contractor. Prior to this change,the performance period was 411.5 days(350 per contract +48.5 per C.O. #06 + 13.0 for CO #10 IUOE 302 Strike). Including time per this Change Order, the adjusted Contract time upon execution of this Change Order by Contractor is 486.0 days(411.5 +74.5). Additionally, bid items that are time-dependent are adjusted to add these associated working days and extend their total costs (or portions of their costs related to time for bid items that also include one-time startup costs) by a ratio of 74.5/350. Bid item cost adjustments based on added time are depicted on the table below. For example, the A10 Field Office added cost is $30,000 (per day portion only) x 74.5/350= $6,385.71. Also, the ESC lead bid item based on days will have 74.5 days added to its total as also shown on the following table and updated bid schedule. As the same rationale is applied,the costs per workday in the table below are identical to those in CO#06. The Bid Schedule update on the following page also includes costs previously added per CO #06. 1 814 Description Bid Qty Unit Unit Price Total 1.513 Payment Cost Added cost Est Initial Per Day Per WD For 74.5 Days Field Office A10 Building 1 LS $50,000.00 $50,000.00 $20,000.00 $30,000.00 $85.71 $6,385.71 Al2 Traffic Control 1 LS $200,000.00 $200,000.00 $0.00 $200,000.00 $571.43 $42,571.43 Supervisor A15 Other Temp 1 LS $100,000.00 $100,000.00 $10,000.00 $90,000.00 $257.14 $19,157.14 Traffic Control A95 ESC Lead 350 DAY $75.00 $26,250.00 N/A N/A $75.00 $5,587.50 Time provided for completion of this Contract is ❑ Unchanged® Increased ❑ Decreased by 74.5 Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Unless Change Order#13 and Change Order#14 are fully executed without reservation by Contractor, this Change Order is offered without waiver of the City's rights, positions,and defenses. Will this change affect expiration or extent of Insurance coverage? ❑Yes ®No If"Yes"Will the Policies Be Extended? ❑Yes ❑No Changes to the Bid Schedule—Pacific Highway S HOV Lanes Phase V I.) Schedule A—Existing Bid Item A10—Field Office Building. The Lump Sum Amount for this Bid Item is increased. The new amount is increased by$6,385.71. The new Lump Sum Bid Item Bid Amount is$60,542.85. The total change amount for this item is an increase of$6,385.71 2.) Schedule A—Existing Bid Item A 12—Traffic Control Supervisor. The Lump Sum Amount for this Bid Item is increased. The new amount is increased by$42,571.43. The new Lump Sum Bid Item Bid Amount is$270,285.72. The total change amount for this item is an increase of$42,571.43 3.) Schedule A—Existing Bid Item A 15—Other Temporary Traffic Control. The Lump Sum Amount for this Bid Item is increased. The new amount is increased by$19,157.14. The new Lump Sum Bid Item Bid Amount is$131,574.57. The total change amount for this item is an increase of$19,157.14 4.) Schedule A—Existing Bid Item A95—ESC Lead. The unit cost for this Bid item is unchanged. The quantity is increased by 74.5 Days. The new quantity is 473.0 Days(note that the 13.0 days per CO#10 IUOE 302 strike does not apply to this total). The total change amount for this item is an increase of$5,587.50 TOTAL NET CONTRACT: INCREASE$ $73,701.78 DECREASE THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM Existing Change UNIT PRICE ADD or NO ITEM QTY Quantity Change DELETE Change Item Total Lump Sum Additions A10 Field Office Building 1 0 $6,385.71 ADD $6,385.71 Al2 Traffic Control Supervisor 1 0 $42,571.43 ADD $42,571.43 2 Other Temporary traffic A15 Control 1 0 $19,157.14 ADD $19,157.14 Unit Quantity Increases ITEM Existing Change ADD or NO ITEM QTY Quantity Unit Price DELETE Change Item Total A95 ESC Lead 398.5 74.5 $75.00 ADD $5,587.50 Add= $73,701.78 Delete= 0 Total Change $73,701.78 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of or relating in any way to, the Work identified, to be performed,or deleted pursuant to Change Order except as specifically described in this Change Order. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 16,700.526.60 PREVIOUS CHANGE ORDERS $ 119,448.96 THIS CHANGE ORDER $ 73.701.78 NEW CONTRACT AMOUNT $ 16.893.677.34 CONTRACTOR'S SIGNATURE DATE EJALSH,P.E. DATE DIRECTOR PUBLIC WORKS DEPARTMENT 3 .' c 0 'O 0, a O u c C"w c > u O u u u 0 o c E o Z c c c c a to d c a O O O O U o u u c c o o 'o a c o 0 a a 0 c 0 0 0 o U U s m o2co 0 o 5 O c c U 0 0 0 0 o ` a v ` a a y « m U 0 a m m m c0 0 3 O O 3 c O O .�., c d c c c `-' E E a m o a m o E U v c N W c d d m u n m c o c m m c m -o 74 v a > L r o i o a v ` r c 'c - 'c _, � z a n w E c ? 0 0 0) H H F a a cc a a` ¢ LL 0 3,Y20 0 0 0 O O o 0 0 0 0 00 0 0 0 3 = 06 0.6 05 0.6 5 5 oo 000000 000000 00 00 00 .n a N 00 o 0 0 0 0 0 on o o ,n U = N m MO O O O ni - N O in 0 0 0 0 0 0 ,n 0 0 0 0 N o = .4 NI ni T ni Q Lei T V N a V N m cc 2 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 VI ut N 3n of 0 0 0 0 0 0 0 ,n ut O O o O O O o o O u1 N v1 o N O N a a a 00 00 00 00 00 00 00 00 00 00 00 00 e a .4 a a ,n Ui O N N N N in fn rn N M N N .4 O rl ti .4 .-1 .4 •-1 .i .i .4 00 00 00 In m K C C C C r0 c C c C E v 2 E E w E v E o w ry `° `° `° 0 01 0 02 LL0 0, 00 LL - N N N t N N N m N N N N m N N - N N m N a a m m 1...., N rI N m N t0 Ni m a a N rn m N A Ni N m 01 19 n a a no. n o. a a a a s n a n a D. E .. ", n a a c n a n m ' d 0 0 0 d 0 0 0 a 0 0 0 0 a 0 0 0 0 0 a J a 0 a a 0 0 n 0 0, a s n d a a n 0 m n n a o n c O 0 o c 0 0 0 E 0 0 0 0 E 0 0 c O o E 0 : d . O 7 7 c O 7 0 > > J O c O 7 R- J 0 > > O c O O Z N W O O W O O c 0 0 o d O O 0 0 O 01 0 0 0 a 0 0 N O a O l7 l7 l7 l7 l7 l7 l7 l7 l7 c7 !7 l7 •- 00000 am, t7 l7 U' l7 U� 1. l7 l9 i•• n 1. 1. 1. l7 t7 l7 l7 l7 l7 l7 l7 l7 l7 � . . 000 � < 00 � � � . l7 a 0 0 0 0 0 0 0 0 _ 0 0 0 0 ' O O O O O _ O O - O O ' 0 0 ' 0 0 ' 0 0 0 _ 0 0 0 0 0 0 a a `w v n `w `a `w `a `w `w w 0`, `w v `w `w a`, V aaaO. aaaa� aaa ._ aaaaa� aav a� -t, ,g � aaa aaa � m 0.O.O. 0.0— 666aU o o o o o o o o o 2 o o o o _i o o o o o 3 o o 0 o 3 o 3 S O O 3 O O .S - S O O O _i O O Ll f, O O O O 0 CD 0 0 a � - - - LLLL a a a l7 l7 l7 2 c t.- 022, 7:,; 15 _,.2t0"c o :: « 0, a a`, "a34 v m _ ..°3 E 2 d o 0 W a N y 01 w 7,-, y N w 0 a y d c 'v0-, 0 o ` Cc U, O C co T 0 m . m o0 30 O C .' c U N W o? a«O o 7 .a O y= 'y D 2 0'N p u a> o t. 0 -y o a m Co' a c c a x d a re 0 m m x , Y l7 2 ¢ o • T c Y .o N 5 V 2 c y a u 2 c ...1: Y a Li a v o m m "0 72 o a o -5 $ o s c v_ a n E a, a s o'a _ ,„ v 0, N a .0 0, o . v o ._ 0 N 3- 0 0 m t 3- 0 0 0 00 c u 0 E a c m 3- o 3 j ,, ( • a', 0 o, E 2 0 0) 0 o a o Z U a H U a g H W m a H IL m a U g t- W CO 0 > 0 Y' g 0 > 0 - m Y O 3 II 2 Y 0 « f =, f z o m m Y cc r- a Ln N N N N N n N N N n N r N N 00 00 OO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N NN N N N N N en a N 0o O CO .4 fn V ,n ,n r\ CO - - in V1 V1 V1 Ln •i N m .\ N N N IN N 00 O. O. N o .i .i 0 0 J c Z 0 0 C o L O 0 O W U 0 0 LLI Ly m U an 1 1 J Co N N m m W m m m m m c m m m m m m m m U L d c c c 'C .0c c c c Ce d E m N L L m .0 N M CO L C. L CO O a, Z U U U 0 0 U U U U U U U LL t a .0 w d a, d 00 00 v v v d a, d v rn J N m N N V N p Q N N N N h N N N a1 � - v -o „ t v a a a a 0 a H .�. .�. c .�. 0, 0, d .d.. .�.. « d' 0 Oaf 5 o Ot°,'' « « « Q N E g o a a X '4'1 m T. a a a 0 O. a a O. >S t0 Z v v ill (0 m a v a, a v v a v 0, it ce m D # E c c c c 3 c c c c ;; a; c c c c O ; a v = 7 O 7 w 7 7 7 7 7 O m n L 4" .1-. 0, 01 0., m t\ 01 01 Ol Ol .�.. « Ol 0., 0 Y.I 0p V1 y -0 O N O o O O O 0 0 0 O 5 O N • S O m Q Q Q Q Qrs' Q Q Q Q Q U U a a a m Z t a Q E S O m o o ry m an. ry D ry co on o .. U 0. 0. Y a Z .`oi .^i .n4 -i m m m rrvn m m m m en m m m a u C O O m C_ v m 3 p m o`a3 u u o v �' 'c 0 u u m a c «O n C V O C ° C C C C a c c 0 c 3 L. O N m p E c b- 7 0` O LO I- + O L m p a O T- d 5 + + + Z o . 3 a E n c a v 3 a .w Q t ° 0 0 m w a o o c 0 a uoi- `0 c 00 g oN c ° « + n m n n .+i O J `OF w C V N N N N m S E v tom v a O ro m O a C 5 C LL CLL C < — " o. « u o 0 0 0E >, o « o d 3 m ac � o 0 0 CO 3 0 0 o w o ° m d moaN m , c ¢ a ^ a a s as E ° °o c o oma o O 2 at - > E w c yc y c a L C a iwL« u CO O 0 �LL L a 4 ,0 7l =la s a a a a 0 _ V `N L9 o rc 0 0 0 o O O o 0 0 0 0 0 o O 3 x ad 00 00 o6 00 00 00 00 00 06 00 0o o6 06 a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ux 06 0 .: * 0 0 00 10 * 0 0 0 0 Oz x v, 0c x 0 0 0 0 O O V1 O O O V1 N o 0 V1 O O O O V1 V1 O O O O O O O O O O O g O O N O O O O o 0 0 0 0 0 V1 N O V1 (p 4 W 00 m .i .4 O .ti .-I .-I O O N N O O O V O .-i .-i oi \D b rl .ti .y ." .y .y m ,0 20; V m 01 W n O V1 OO W N ,O N 1O V1 0o V1 K C C C C C C C C C u Cco co co co co ro C ro E a w w o co aEa v wm 8N N u W W a O ° OE ,2 O E u cE i 0 E 1. 2.2 O a) Li. t ,i 0 0 N N N N - N C N c N N 5 - - N a N N ry a N ,- N - 00 N N - 00 N r., To 0 N N To 0-^, n n n a m az az antra m m N a,,-, ,-- a a m O a r 0.44 a m e e a a ..- -t -4.N a a .- e e aa a n > > > > . a 2 `a 2 `w > > a s 5Q- 5 ,3 °- 2 ,32 °- °- .35 ,3 °- ' 25 °- ' 235 °- ' 325 '- ' 2, 3 00 ✓ 'o 0 0 0- - - <, 0 - 0 - 0 - 0- 22,0 o a o n o o > 2 a > > a > a > > > > Z U, 0 2 0 0 0 0 0 0 0 0 0 0 t`0 0 0 0 0 U, 0 o O 0 0, O O 0 0 V, O O 0 0 0 o O l9 0 d 0 0 Q l� l� 0 0 0 0 l7 l7 l7 l7 V' l7 l7 l7 Q 0 .6. 0 0 0 0 0 0 0 0 0 0 0 0 0 - O ; O O 0 0 0 0 0 0 O O O 0 0 O O 0 0 O O O L ' O 0 0 0 0 n• ` 8 ` 10 N 2 10 L N F N N N ,«O a ` i` 6- 1«O N 8 N « m a ` " 4-,' a 2 r2 ` a T. N t, t5 N N N d d E N O O O O O O O O O O O O O O O O O O O V a a L a a a 2,_' `L 0 a a a a a a 2.-0 a0 a a0 a s a� 0 a s a� 0 a 2.-0 a s a� 0 a s a� 0aa O 0 0 3 0 O o 0 O 2 0 0 0 O O O O _ 3 O 3 O O Ll0 0 0 3 3 o O O _ J O O ' 3 O 0 O J J O O O J J O O Q O o E. OOY E , YC -'• c c ma c GO L >0'" H0 w 5 ._ °c E a - w " " Ca E '- _ « 1y Cocc C • ¢ c ° E 11015,1-ATO s -C ° o ,n o > c E wa N w w c N t aa c w m wECa E a Y C d C N - a N aYVaO wta s a L w O C w 0 a O C a a 0 C a a 0 w UwO , a amaYa m m m 13 a 7 aw JO a¢ O7C7 Y 2 Y CO lc aY CO a � _' $ o J EmN L w o 9 N CmcEmmw EL ma d tg mwE • do Z ¢ a NHo m HoiLm > N .a Y V ] K 0 00 OZ a aaNa o0 r 0 Oa aCi AE ] Co LU AE LU 00 ]C AE aC m 0 LU AE 00 00 00 CO 00 00 00 CO 00 00 CO CO 00 00 O 0 0 0 0 0 O O O O O O O O N N N N 04 N N N N N N N N ry N N 00 00 00 01 N V1 ,0 100 N M 00 01 N C I^ V 0 J I- z p 0 V 0 v1 < m w u IL L C m m m O 0 m CC a E a c ° 0 y co ?CI V V V y V V LL C , 00 0 5,2 i;,4''- C N 5 C Mj N - 1-1 > N U U L U W = 0 c 00 0 y > c o y 5 c c 00 5 0 u, O O O a a a 1O .O a a O O O 0 a, ,p Z L 00 L w 0 y d L 5 y L L L L - m m E a °: 15. c ° A o c o 0 0 0 0 3 a 7 7 7 u a 7 7 a a a a L H y +-' 00 a 01 Ot 01 01 00 01 01 0o a0 W a0 W m N y W o 0 O O O O N co C�0 co L7 1 '° 'o m a u CO a a a a s a at < < a a z Li u a < w m = u O N M O (0 N 00 01 0 N m O V1 m a LL o ,.� m m M m m m a v e a v a U a a Y Z M m m m 01 01 01 m 01 01 m m d d d C d V V d d V u u o d 0 V C 0 0 V C c c VO L O C . d d d Op a L L n ` U V V m U L d C c to io 5 0. J o d 0 0 0 o m m m a i o z. v c c c @! • ry O 3 3 m w ` +, d m om 3 2 ' = = 5ELL o o a > 5 N ° O D 0 r.,a °O '" = mc 3 Z a Ol 'cr., d a '« 0 d C 0O t n a a a g c U m = to 2 v v -d _ - - `O 2 « m o c o J m o to Ill ° n = c o o f L + v ° m w `w a o w o n a y r ry c v a m v m st m co ir. to a w ac a U ° d `a,. n a o a L �O T E d d d `! co W m 2 L o a s atf c 0 0 0 _ _ o a _ t'' a a a .5� - '� ° r a a, m o i c c c o o E F c o 0 > w 0 a N ivt of uo C d C 7 U L C — w d l7 0 O O o O O O O O O O O O O O O O 3 x oo 00 00 00 00 9 9 O9 6..-4 9 9 .0.1 .9. 1 m ca 00 00 Ln O O O O O LA O O O O O O O O O O U = 0 0 0 0 o v m on ni o 0 0 0 0 ci 0 Oz x L K x 0 0 0 0 ut ul O 0 O O O O 0 0 0 0 0 V1 0.1 v1 O O O 0 0 0 0 0 0 0 0 0 0 0 ✓1 Ln u1 u1 N N V1 of u1 u1 N 0 0 0 0 0 Ln v ry c m m .-I W DO 0p N N .-i .-1 .. m m m O 0 e m m m .i V1 V1 rl N N m m m m m .-1 .i .-1 O O N N N b b b m t0 W W 70 K E Ln Ln in uat N Ln N N E C e E C Ln n n c a c a C C .4. c c v c n no S e no E CSI ° Ol c c c c E c CU E c E —' c al E CU c E E• E =' E E c `P- LL u �° IN l° o CO ° a n a > > E c u c v E c v m c v v c n 2 2 n 2 c a 2 c a 2 c c E Q 2 '5 v y c n n a E 01 c a a n n a m d d n n J J J J 7 J 7 6 01 O J J O o E LO j O j 20 .22. „,7-22z20 .720 .72 .. .. 2 .72 a d o d L� J J O a j . o J J 0 to ZO 1, l7 ° E 0 0 .� o o Q o Qo ¢ a o o o `o a o kD o o o d 0. 10. c c c C c c c c c c c c c c c c c c c c c c c c c c c c Lw, 0. C C c W W U 0 o o E 2 « « « « « « « « « « «- S b b b b b S •b b YC t b 2 " " at0 mma u a s n a v w d a a i w a w v w w a d i a a a a v a a a w v v v a w v at mn= _ a n n a O O O -, - O O w w . w w w w u. w w w w w w w w w w w w w w w w w u. w w O _, O w .0 w 0 0 -1 -1 0 c, -.4C v a vr O 0 E w cu E N 3 L v . c c vc vc v L 2Ov L 'O L V L 'O v L CO,0 7.13 cc . `^ c0 cm J CO CO O . v ac> .- d W L1-1 N a` c - o° `opo ` Yo° ` xo° o y o° aEoo` _, paEp° aEp° ao` pEp° ` Yo „ m E o o` „x v m,, c ic > > >m243E > EEEE > E >m0om > aCOamLLm1- 22m2 ~ 2 ~ 2 p ` � ~ Z2 ` 2 2E � ` � H � .3 m > � K f l7 Ym >'m a m o L L 1- I- N cLn v1 ~ >L 1Q 'ZHr, On 'L >L % LYY > C >LCmCcCLNmL ~ c OLCWEL Z 0 Y Lmz ¢ ° ¢ ° fz ° 2 ¢ ° fz ows ° x >owsowmso ° >ws>° 2s> J xW � Ez > °H1 IT no CO CO n n n n n Is, n r n CO CO CO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N VO I, W CO lO \ \ N \ co 01 OOO l0 l0 co 0 0 J H z p m a Ln s V v1 v v a i Q N N = N N S {Wj t0. c ` c c . c c u c m c c ° c O m z u u u U u u = u v u u LL C -° « a w. v v a ar « v v w a w .w. w m ce Q d « « lail « c « « d d cu +- d m W D O E a 11')' I a Qt a a a J a a a .....N " a r' C O p 0 J m : a m x m o CC O ; a z o v 5 c 5 ° 5 5 5 o o 5 c L v 7 ¢ 7 7 7 7 7 C 7 7 7 C C 7 C n W L0'^ ly • O NI 01 N. O 01O mO m m 'a (.00 o1O 01 NJ 01O N CO CO io m .--I a 01 a a a o o a u a a a a s a CL a z u u C` . 4 = a = O(2 l0 DO Cl O m N ut 10 n CO 01 0 Co Cl. < o v v a v .n n .n LI-. .n In III VI a to V a. o. Y Z m m m m m m m m m m m m m m m m v a u c ; u II- 0 LI = oc CL o z au oc c 1- c o c > _ n = o 9 a 3 n ~ 0 + -N a O- L 'O C O o 0 c a c v v C8J u 0 o a ° o a °, > 03 a N 3 a oS N N t „y > C 3 c N V ti V L N m 3 as MI e. - o a :9 0 o s ° r.. v/CI 0 3 v • 3 z o o N c.,. 0 0 3 Q o o o J oo N E c 3 a o o no o a E-. c E Z a a 3 0 > E c « 15 m E a a 0 n a 0 cr. N E o I = va = '> m m c 3 = m E o 3 w o a u a E LL n o o LL c 3 j a —▪ a a• r o ° > o E E a c •c E c m a, 171 DO 3 `w m E a Ei m E E '" 'm" E • w w N 5 a E 6 w 0 o N o E o a 0 .... LL F x z 1n in O ¢ 1O N ao 0 in 0 • 0 0 0 0 0 0 0 0 0 0 0 0 • x o 00 C0 06 co ao ao 00 00 00 0o 00 a 0 0 0 0 0 0 0 0 0 0 0 0 u x o 0 0 0 0 o Oo 0 00 0 o 00 I- s O 6-1 o 0 0 O x tri v a a e N 0c x 0 0 0 N N N 0 O O O Ul Ut 1n 0 V1 111 Ln N V1 O O O O O O O O N N O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (J t0 10 10 .-I O O 00 00 tD V N N N N O O O O O O N 00 C0 00 00 ai lD 1D LA In 00 00 00 00 N N 00 00 00 00 00 O - - - V O O O • C • C c c c C c c E m co aE co E ae E * E E * 00 a E a o a 0 CO a o a 0 o N a 12 10 1° m .° I v 1° 01 LL 1° 0 c >13 I c N LL Q N N N N V N N N N IN ry > ry — 00 E E 0 E n a a n w n n v. 8E- E- 8 01. T2- 2- . 1' 9- 9' 00 =rorn a c > > > > n a,44 E E E 01 cm , ro Z 1° Fr, n LL o o 'o 'o o a a 'o 'o o 0 ao o a o0 0 0 0 0• o LL o LL 0c, a 'on 'on a pQ lD o l7 l7 n k''' 1. l7 l7 n l7 n 1. 1. V'a 1. 6 6 l7 n Q• - - - - O O o O O ° O O `0 O O O O O 0 0 ' ' 0 0 0 0 0 ' ' 0 -- ,2O O L L a v u .. m a a 0 m .' ` v .' " y y " a a`+ `Li ! ! ` « « .. E E m " - c m t'. a ...°02 LI - v a a o 0 0 y y y 0 0 0 y y y j y y 0 0 y y 0 0 `a ` ° ° a a a a a 0 0 a ` ` a a 0 0 u = a s n a n a s a a n a a 0 a a n a n 0 n= 0 W a s ,a0 O a w 0 0 0 0 J J _ 0 0 0 _1 3 a O O z .., 8"8"3 3 0 0 0 3 3 O O 3 3 O O O O O 3 3 O w w w 0 0 3 3 LI0 aLLI� C � Y f• . To ` m N o a Y o .E Ill I.`a m a o E a o _ `o ` E '�° m E w o W Le-2 o ry m v E t, p` C .� v m¢ m a .L.. > L.'c w r y L , 0 •c_ y m 0: m y pa m �1 1. y t _c 0 _ >c y m s 0 to cm .E. 72 3t Zy E °. ocu a '' 'a°iyv 3t cv at cm f-, v Y w 'a^ 00 . ' 9 3t c Q >. . c J Ol i E D T E v O ` L ,.-3 -C a J O 1.L N > > a a s 1+ a 212 '2 .31 W O -L5 ,'22- N t0 L a a Z z 5 O ¢ Y 2 is 0 0 2 3 2 0 0 zs 3 ¢ r u 1 0 0 3 0 O f 3 Y K 5 H Y N U Y 2- c' 0 0 0 2 3 00 00 00 CO CO CO 00 00 00 00 00 00 N N 0 N 0 N O O 0 0 0 0 \ \ \\ \ \ \ N IN 01 O 0 \\ N .-I •e. N N m \ m \ \ N N N N .'./' .: e. e. \. e. \. e. e. CO0 0 0 • J F Z D 0 U vIA < 0, a a a s a a a a a 1.1.1 rte CC a E J r 9_ r t m a s t m O a z LI u u u u u u u LL c v a a fO a s a a a a a M J N �' _ O _ _ _ _ - _ _ c _ H an an V V H .� > a a -° a -o -° ..:u.,,' cc a yl o • p . j i0 o a 0 .a a s a a a a a • J 1D Z O L 9 °'L d d c a 9 9 9 O 3aR v = a 7 as 77 7 7 o 7 7 L - <39 CO 01 1D03 01 01 01 of 0) 01 01 W pO V1 W a r 00 O In 00 0 0 O o O O 0 • = g E. [0 Q Q Q Q Q IN N Q Q rq Q Q Q Q Q Z u u .- Q w O l7 03 = . a LL o iD iD IN cn 0 n n m lJ o. o. Y Z m m m m m m m m m m _ a a a c U co a 6 0 c C U o3 U i- 1D d. p F F c 7 .-i E m Ln o 4 a o a E a m ^ o U a a u a a V., + + + o o c a c "; o v v n e c p o > - o c ro c 5@)o 3 o a E o ... a a ° .. o ro To To° rNn U a a ▪ m a a 0 o 3 a a a� n o c 3 3 0 'c a -0 ZN 3 - ^ a c v v v n n o a a o a a = 3 a E m a a v Y 5, a 2 a Y 3 .5 3 = 5 c x a a a v ° c n ° ° _ o .a i a a s 0 3 a 5 m a s • y v c a o a v_ c c c • a .� a 0 ?i _ .L5. « « 0 SR g N w '^ 7 a'` ' o a u Y v 0 u a « « 3 N C 0 m '^ c w 00 Q c CO. c m c c 00 00 v E o 9 ; s o c E . m 00 E > S w 112 o> a ° m `o o `o O 'E o f o 5 o r c r E E E a 000 0 c a v .".7i2. 00 a .... a -, 00 00 z s � 0 3rc 0 0 o 0 0 o 0 0• 0 0 00 0 0 0 3 = 00 00 00 00 00 0 00 00 m 00 00 9 00 a 0 0 N 0 0 0 0 N V1 0 0 0 0 N 0 U = a V O .-i m .ti o O N O .-i ry 00 O O ~O G O N N _ O O K I O O O O O o O o N O N N N O O O O O O O O O O O O O O o O N N N N N N N N N O O O O O O O O O N O O O u 1D 10 1p 1p ,0 O a st d V V V V N .-i .-i .ti m W m a0 ."i .'+ O O O ry ry ry N N N R V .+ .-i .-i .+ N N 00 O N N N K c c c c c C c C no g E u-1 E N E co E * E E E * a a s 0 a a a p 0 a a a 0 ° a ° a LL L° `° ao m 1° L° `° m a N N C >C , N N N > S. F N N O N N N 5 c c N tV c y n N N N _ N In a a a r v- E c d a a m a s a c a 5 a a m a m a O a a N m a a m m N a a m a m E � a E, o o a a °1 n o a o a o ° a a., 01 0 o a . o 0. D a o c v 0. 0. . a o o 0. 0. .' 0 c c o o a o a a 0, `, v `., ro m Z 'o 'o LL`o o a a 0 232, < ,2030 a w o a 'o 'o a 5 0 'o 0 o a o w`o o '0 5 0 0 o a , 0 0 0 ¢ 0 l3 3 0 3 l3 l3 0 n �3 3 0 0 0 l3 3 3 n L n F 0 0 c c O c c c l3 l3 l3 ¢ 0 0 0 0 0 , r r l3 l3 L <,_ 33 ¢ `o 1-,''! o o - - - `o `o `o o :2- - - - `o `o `o `o `o `o `o `o o `o `o `o o 0 0 0 0 0 `o `oo - - a a s - - - a a - _ _ a a a a s a s a a a m m m a a a 0 0 " G, O, a N a N " ` a a a a a a ° a ° a a a a ° a a ° ° a ° a a a a a a a a a a C C C o n a a 3 3 - - - a n n a a = = a a a 2 a a l n a n n a c c a a 3 3 a n n n a a f a n a a a a O O O O33 w w w 0 0 l 03 0 w w 0 0 02 0 0 l 0 l 0 0 0 023 0 0 3 3 03 0 0 0 0 0f 0 3 0 0 1717 U' 0 ¢ O V aF c ° c ° , c ° c ° = E m c c > a m m E W LU -.'"' v o E o Y o E o Y o E ._ o f r 3 N Y ° x ° c ,, o ',, ,, E N m cco >o `o cov > o p �, c -oo1c0v > mcam in a c ini ro— c a5 - o 0 '° o o m m a m o m >, 7w a0 ` > a co a ,. I- z l7 -, o 00 v m ,- s 0 - s0 00 mm olJa 0 a > ta rta > N -1 J0C O 2' 4, CQ7dL > 00 L n N a > 0NmC ? cr0, Cao 'n > L ZSYHoNOU ,2 > C N a UY0 > SCCfo 12 2 H0N a UY0 0JfKLYm > 2FOJ0m0 > Hm 33 U . 0 00 00 0p m 00 m 00 N N 00 N N N N CO 0 0 0 O o O 0 O 0 0 0 0 0 0 0 N N N N N N N N N N N N N N \ N IA 1D N O O 1.0 r, IN r 00 ^ O N 01 N IN a N N N N N N N.N N. .\i N N•. O0 rl 01 N O 0 0 J H Z D 0 o a n V . Q m w A a v v v a v v v v a v v m m m m m m m m m m uo m m (J L a c c c c c U c c c c c c re a EL L L L L > L L L L > L L L L O y Z U U LI U V - LI U U U = U U U U W C v a a a a - a a ill a _ a a a 0 M J � N -,13%;' N -.7'2, N 7 N N N N 0 N N i'''), N .-1 > ,_ a -o -0 O -o -o a a o a a -0 -0 ..- UJ N .a. N c .a. Y « c r « r CC 0 a a 9 o o w = O a E v w a, ar c, w w w w w w w a+ ▪ y3 O O > n n a n 5 a a a a 5 aa a a m j R a a• c a a m c c 5a c a a a a5 c 0 ; 0. 7 7 7 7 7 s 7 7 7 7 z7 7 7 7 L F t" ..• 01 01 01 01 a1 ^ 01 a, m a1 ^ a1 a1 01 01 w p0 N y .a O o o O 0 000 0 0 0 000 O o 0 0 • S O m Q ¢ a a ¢ Q a IN¢ 0 ¢ ¢ Q Q Q Q Z u " a Q w W r O w O N 10 ^ m °1 Om 4. N ,D ^ CO a LL o Z ,- ^ ^ ^ ^ ^ opao op m m m CO CO CO V 4• m. a Y m m m m m m m m m m m m m m m • a u a • -8. 0_ 0.u c 0. = O 00 u 0 u m a c c om u a c L o c a m n u 0 m u wm a O u c = o , u '° � ° u+ 4-, 01 E cr o' m V� c N m m c E S R Lr. O w N m 0 mL c OaTa uJ m o . c c c � 3 a c 3 o a C z m Y Li - o o c 0 a 11 X LLL 5 0 c a+ m m = °) E a a s a o v ° n - in a E a « 5 m)w, a, 00 ., a .. ,, c E 3 v v �° ° 0 33 N 3 o 0 0 0 o fa = ° 2 °' o a s 3 v o N > o e° 3 -o t c u 0 CO E c E o 5 c a a 3 ` m J ErN E o' °o' ` `o ac o Aom3 .0a m c • d n n m m -j - n n0 > v n E c a v w v ima) o e° n u _ O NN z s n cc utin 0. • O > O O O O 0 00 0 O o O 00 O j = 00 a0 a0 00 00 00 00 DD m La La 4-1 .e.I X X ca n /.11 O O O O 0 in 0 un O O O O O u = O O O .i m N W .i .i N .i O O A. • r in O O Ln in in m � O O = N 0 0 0 C = O o 0 0 0 0 0 0 0 0 ut ut 0 0 0 0 0 0 ,n O O O O ut N O O 0 ut.i .n .ut ut o O o O o 0 0 u1 ut0 0 0 0 0 0 0 0 0 0 0 N N N N N .-I .1 .-1 .i .i V V .i .i .i .i m m N 1: W m m O O .i .i O i .i .i O .i O .i .i .i .i .i m 1O .O 4 O O O m N .i .i 0_ C C C C c • N 2Q o C C i'.2 a a °E) n a E u c oEi v u 0 t°0 u 0 0 2.'. °i u 0 u c O N F F U V w0 C .V C u 0 0 c J° > > Jo c o o > > c 9 c > > o m ; m v a a o 8 o > > > o o 9 E a m of o > > L' ; 8,- . 2- 8- 5.' 852, 2-c m z 0 0 0 0 0 °1 0 o ,2 o ,2 .2 o n n 2 ° ° o o 2 n ° ° 2 , n t ° o No a p ¢ •a 1. t7 1, l7 ¢ p. U. 1, ¢ t. 1. 1. (7 O l7 O O l7 c c c c c c c O c c c c c O C `o o` , o o o` o` , `o , :°. 0 0 - - - - - •- - G G , :-- . `o :- .5 .2, °", :c'. ..6, :- a) m o` °` o ' .2 .:321 .2: :- o` `0 `0 `. , 7 N N d _ _ _ _ T. _ _ d W E d i _ _ E E _ _ _ ) °`� d u 22g- 202222002- Tog) a 5 w 5 0 a, « ' + �. + : T. v 0 o 0 o m ar 5 ` ` , a a) 22 8 b 0 °c1.22` ` i E w a) `o •• u Kaci-0 -0 a a a a a a n w ' L4 L4 d iL W 6 . N a 6 = v a a n_ m _ = a a a o.3 O O O � � O O O O � � O � O � � O w w w w w w w O � O � � � 0 0 � w w 0 0 0 � � w w w 0 � � 0 0 0 0 � Q (1111 U a ¢ W �[4— _ o 'YoEc .HocEmN " c f o o E E c c _ r c _ v n c ° 2 = 2, ,-. 0 C SC = p ° pD OY c 0 -° > r cpYt cDo c4 pO ,, o > 2 3 V7 WL J WL - 0 2 w a) wtd > >m L 2 a lJ >OC U, NL W2a, . - 2o �, = CN 9tOt ° > t 2 sv oa t. >fcoivvva s 7 , mcc > '" ° '^ n 9, n2N .a .c- > n cccc . N v ,, o . c Z Nc c E >. ¢ Jv 8 `.27. 27. 2 E V E — m -= L ma L 13 > Jv 0 L N >L J N L 'N zs r v+ v s r0vir _• r ¢ m ° ¢>¢ ° > r O a u Co- xU m s ¢ rO n. ,O u 2 o ° > cc O u ,n i2 Ne m m m " °o m co 0o m °o m m co m m °o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N N N m b b 1, 1, N 1, a a °1 O\ O m N N \ .i N N .i NN M rt .a) N N m rn n rn t1 m N d 0 0 O • F C Zm n03 CO OL a • V o V an u to amW m m m m mm cm mm Va E c c c cc c cc c r L L L co " L L L L L L O a z u U u u u U U U u u u u U u • LL C d d d d d ' m —, N 5 _ i-1 _ _ N 5 _ _ N _ _ _ _ _ _ ~ 00) 01 U U 9 v v 0 L 0 U V N 'O 00 w = o a E a a 0 a) w a) 0 a v 0 a) 0 a) a) O '^ 9e J x' O x o a as x a a x O x x T J LD Z y a) W W W a) N N N N O! N N N XM rl C C C C C C C C C C C C C O 3 a 4 y 7 7 7 7 7 7 7 7 7 7 7 7 7 7 L r t ... Ot m Ol On b 01 O) Ol O) O1 01 O\ °) l0 W e°H y a 0 0 o O O 0 0 0 o O O o N )n '• x i°'o m a a a a u a s a a a a a s m Z u r a` Q S d = O O in m o ut .° n m 00 o A a LL o mo+ 0 m m m m m m m m m m o 0 0 U a a Y Z m m m m m m m m m m m v a e U a tai U C 0. U a V a C c 0 a u C U o U c o c , a a • 0 o o F 0 L., c o a c 0 1- Li. ~ O Cn U °6 O a J E JO : O d O - N �i V' L CO O H K N + N a U J LI U m t + t.0 n n a o C LI fO + a a in m a n V •a O m ww m M o m U o « m , > b_ 0a (o C e c = m M U V p Ln o O _m - c c c o E z c L '^ m ~ m ° 0 3 U o 0 o ao a o ,`. E m C L N Lin 5 d a S N 3 To n E «To w 0a a 3 o c ° o a 3 3 3 �e 0 9 ° m E a a 3a ,p -E. 2 Y ao T m a2 n m E - - o . ' c a o a sx' L ca: c a Y E E - 0 8 rt = m 3c o c E `0 3 3 a a E. a 0 - a . vc c = 0 .0= T o � v 0 e TL) e o U o o v m 2 a o o v m m w N r (- S 2 a 7 K m N N Q N u ac V1 N C (- O 3 Q O O O O O O O O O O O O O O O O O O 3 = a0 9 OC co 00 00 OG 00 OC 9 9 DO a0 a0 a0 00 00 00 d in O O O v1 O O 0 O V1 O N in in O 0 O 0 0 V = O UD O O m d .ti O en O N O M a N O M .-i - 2N N N O = O O O N K I en O O u1 in O O O O O to of 0 0 0 in V1 0 0 0 0 0 0 en N in O O O U1 to U( Un of u1 O en Ln en 0 0 0 - 0 0 in in W 00 00 0 - tJ m m en 0 0 1p lD tO tri O O O en N N O O rl rl rl .y a a en m m .-I .-1 .-1 .-I rl rl rl N O N m M M a a N .-1 N N a a M m m M •4 C C Cro c C a t ns-0 E w E al d a) a! LL C « LL LL t o «'.i: bC LL OF co y d D (p (p C a) N N N N NLL Ey c (N A N N n N N . a a m am aaM .n 0, as v ` 0.1-nen -, en a man 0NNm C Ey c' ._E = yCE aNma n a n n n vv > > a 30. 0 . nn0., > > an00 a a a, a 0 v > > a a 0 > > o. '5 a '5 a & > > V z ' ' ' on00000000c00000000n00v00000o000QooQyo000o 0. U7 (7 t 00 n 7 0 t7 7 07 07 . 70 7cccccc 77 a ' ' ' ' Q ` ` ` ' ` ' ` ` ' ' ` ` o ` c co ` ' ` ` ` ` ` ' ` ` ` ` ` - - - - 888 ' ,'_ 88 . w . a a v a` ai mw` v y w 2 a` ` ` `w vyvw vda da _ _ _ _ •_ b � 2 a a' aT mu 0000 o aa0m 0 a 00a a a o 0 O o a, 1 v o o 1.::, 3 « w aaFa VO mma 0 a 01 O a n a 3 1 OOOaaw= = 0aa0 �° OOOO193aOa O3wdwawwwwwOOO2 « ,F, O c 0 V a' a � yaco =n N 0 v c wa' o o E mt ._ 0 -5 v E v NE o ._ o E < a< o E =Y ._ auCo 9 t N � - „, = � a '" a0 �rrao " o " ra � rNzwa � � c = v 0a+ 2cLoam2u � x2 � . izrw2i0 > v � « LL7, _ LUv2a `nvxI- al Taom '' = aa ' ovt� oN ow0 NomON0 c a y - ° c >.0 0 a c Y 'O v ` 0 .0 C v v v v y y = = m c c 0 v a "a-, V v Q 2mN -' aiNV 1.1: ,c 0oyL p LO 9lD 2 a v3OZaOY - 2OHOa. V NS Oa mNum 3 l - 6 pV O K O a0C > 2 5Oa V3O N00 c0 00 00 c0 00 co c0 00 00 00 c0 00 a7 co c0 00 O O co O O O O co O O O co O O O co O O N N IN IN IN N N \ N N N N N O N Nn a0 0 0 O O 00 T O ry \ ry ' N a - a e a a+ o + m v o v v v e o v v m 0 W O J F C > Q w L. tJ N a m m m NQ ai ia+ v v 0 c a m an cv v v U t °' mc or, c c c c m1? c 0 c c CC o co 0 as E L L L > L L L T r L L co L •"' t t Q d Z U V U U U V = U U U V U U LL C v v v w y v v v ~ v 5,' a v c v a J N « « « a_ �. j « ._ .My > 'a 'a • a v a J v -0 - 0 v '0 0 a U v v C O CO a « m m m m « « « o « '22.; v « « W = o E w c c c c y ” o. > y y a Vf 9 O O n X a a n n 5 n n O a n �. iC Z y y L L K L d d d O W go U! if, W N N o N •� C a s a C C C 0 ; . = O 7 M 1 O• n O 2 O O O M W Lao N 9 8 co v( o .rmi o 0 0 o 9 ry o IN 2 R O m m m Q Q Q w m w 3 w Q w w Q Q Q Q Q Z u u a . Q ;C d = 0 0LLM aa n b n 0sa co m as o Un• v N In a V. ti N 00 0O .tJaaYZ a a v a vaIN a a a as a a a 0 N U a u " U u+ a o 0 E c c c m u a ° ° o ^ ^ c m u ry o .. -1 K a M '� N O CI. C 9 o m u - a 'N m O u o 10 to a a + + c cc v m m o >0.1 LA .a. a u v in O O C 0 U -0 U -0 L .. U O O I- n ° 3 9 « � -1 1.-3 1.1.1 >� oc 4To To 173' r. U JO c ti p, d _G n m m ' 0 0 y U r N ° ° O O E m a a s a .0 m e 0. E0 T T r c E - ETr O a a y m to m s M `^ a a z m o 0 3 m '>ti - n a E o o a c o > a a` a a L 3 c m .- w ,) a 3 E a E ? c v 0 � v " a E o a 3 6 « o :o m > > .a. « 3 c E O o 2 O .o oo v .2 a o v c > > nn ° o o - 'do � -o - m m - E E c c V 2 m O > p C p o a o Q a `, co v .O C C T a 0 0 0 o a c a Oto O O s -O ° ra N H a r _ a E a - t t a o -a y a a o `^ o` o4. o a o a ° ° ✓ r 7 vt 0 r U > U N U to U . co - O • CI . 000 O O O 0 0 0 O O O 0 0 O O 3 = m m O 00 Co ti • m 00 00 OG m 00 m 00 ao N ti a ,n ✓1 Lro 0 0 N 0 0 0 0 0 O ,n O vt 0 0 U K 2 tD a O O O V 0 O i 0 0 10 .. N .. • O rf Mi O z • 2 C I ,n N 0 0 0 0 O ✓1 to N 0 0 0 0 0 0 O O O O O Ln vt 0 0 0 0 0 0 0 0 0 0 0 ,n N N N ut O O O N N N N O 00100 O U t0 a O a a a - O O O - N N UI a In m m .. '-1 .-1 N N ,- ,i ,i In M 10 tD a 10 a .. N .. N .. N .-I .. .. O O O - fn T T .. T T C c c c • c C c C c C E E E m a * E E E * E oe E a o a a a o a o a N 0 0 o a `° ° ° �° v ,° a ,° o ,i N 77 = - N E T N N N N N T N '� N N N N N CO aa n .n a 2 m a a a a = u m E a > >a n v > >n a a a ma ca . E a a a m `, .a .a . 2 > >a n > >a m 0 2 J O E o, N d E c o o 0, 2 2 O 2000 c 0 0 0 0 c 0 0 O` . a 28, 2 0 o c O 0 o O 0 2 2 z0 l7 l7 O` l7 O U, U, a O` u E 2` l7 n LL Lo t.o1. 0 0 1. 0 a 0_02, 02200.02. 020000 .- 0 0 a a o `o ' `o ' `o `o o •' o` `o `o,'- - `o `o o ' `o `o `o o •' ' P. `.. - `o `o P. o o `o o o `o : `o o � `w `a `w `a a `w `w a `a `a `w _ `w `w `a a a a a U a s O o m m m O N ° U1 011'.x. « a N a o o a y ~ o o y o o N ` ~ ` ° ° a Gl N ° N ° a W d ° ° N W ° u a a c a m n n ¢c a a a_ = a a a u a a u a c U u u c 3 T u c ° c o o` 0 c a o ao j O V -o▪ ` -1 O u N m O la.J O O O a.u O u1 m + ° ♦ C LNN C = °O ♦ in N a d , L C• a J a- O` ~ a n J L z in a L > o = a u a e 01 N u H .. o m u c m LU a 3 « a m 0 3 3 m o °n a ° n 1- S c 1D in , T a °i To o 3 m n Z o ° v ; 'o 01 , m o ° -5; 3 > m m o z• c c Z a 1:1- - o - > n 0D" > 0 00 s E o a.,-. t -0▪ - O E vl a c w a a o o w 0 N c t u v < v o. a p O d ^ m a _ E c °i v o o c ,Q o ; E N 3 T a T c 3 $ c c o y ` a is 0 a "0 o o > ,'? o v ° o o co n m T aci w m Y Y m E v c c a ° m e E. c ° 3 3 c 5 0 C _ c o o v _ o ., w c c « 01 c Y n E E m o c c ar c 0 00 u 7°11 2 ¢ w 2 uro ' a '1` a v u = _ • 71i a° u° O o 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 s • o 0 0 o ry o 0 0 0 00 o in in o o In o 0 0 in .n in in o u = .. O O m .. O .i N N O O O O .. N .i O H C O K S O N ut ul O Lr, ut ut ut in ut 0 0 0 0 0 0 u1 0 0 0 0 0 0 0 u1 N O V1 u1 V1 N N V1 in u1 in In u1 N N of u1 u1 O O N N u1 u1 N (7 m .. .. _c O O O m to m m .. H H H .. O .. N N N N N N N a a N 0 0 0 0 0 0 0 O ci N N N O N N N .. .. O O O O O K c c c c c c c c C c c c c E E E E E co E a2 CO a; CO a; E ae CO in o in o E g E .. N N N O1 01 al 0 N O d O d O N b a it .c- a, W 0 al N t°i LLL t°i LL l°i LL LL co LL co LL CO LL W LL a) W d d 1p 1p u u C u u u C 0./ O m N - N N N N — - — - - - is - T C C T C T- - 1 a. a '° m ,a `° m n m a Na `° a m n n mo a la « m m m .c m m .i m « m m E al " E a ` E u m a m c 01 c n n D1 n 01 o n n n n 01 a n 01 `l a n w ^' n c n o ^' n y w . w °1 n n o 'Til co v > > w y o o > > o y y o > > aci n v n a n n 1`p n n `o aci aci z o 0 0 'o 'o '0 0 0 0 0 0 'o o' 0. 0 01`0 '0 0 0 0 'o a O l7 l7 l7 t7 t7 i7 l7 t7 t7 i7 t7 n l7 a l7 t7 n L, ¢ ¢ ¢ I. l7 n l7 L.9 l7 l7 l7 l7 t7 l7 l7 l7 l7 a C7 l7 a l7 Q l7 ¢ l7 c c c c c c c c c l7 l7 ¢ Lc o ' ' 0 ' o o ' o o ' ' 0 8 0 $ . , 8 0 ... . 0 0 ' o o ' 0 0 ' - - - - - - - - - - o , 0 8 a d 10L,' d d N N (50 d c N N d ''''g N N 5 ry al al N ~ d N c N N d l'': F c m m ''''2 V V •V V •U u V V V V N c d N N O O O O O O O O n m O O 0 0 O O O O " " '`' '`' '` '`' '�' '`' '`" '`" O O U . d 0 W W d 0 a s m a N W al N 0 a a m o 0 N a 0 W a 0 d a 01 .1° N a N v a n n n a s a aaa a n a a n a s n 0. w w .. a a a a a a a aaa O � O 3 3 O � 0 0 � � 0 03 � 0 0 0 0 � 3 0 0 3 03 0 0 � 0 0 � 0 0 1 ▪ w w w w w w w w w 0 � f 0 0 if v v v � o o> O a d E E Z z � am W r-c; cu i 0 0 4 a° _ c E c ._ E c Eo N E a. a., E N v E w E . w c JJTi, w N ea E ._ o o ` oc o oc o -c ` ° N y c oczgo v c mo ` ° m ° m ° m ° p ozpop c smEsc • ¢ o > a ¢ szzTTT Z _ °'Vaw0dva7 aO a aO d ma i v ma v m` o a m a a 2 co - 2 7-- 2 i > v m` - U > 0 - ` 00 0 VI � 2ccc = � 02 vw0 nal a 0 arJ o Sl t : t 39t 3 .c 39r c t c n c cL3 a ` E o . > o N L o S' L o m o > > o o t `m w > c0 : > 0_ 2 ' i L L " >L L° 1i L > E cw z oo2pzc . c. , vra< ulnazssi- lnuoo , ocoo00 , 00 , 2 ° � cC ° cz � OHOoc m CO 00 0o CO m w oo CO 'ao m ao 00 CO co CO CO O 0 0 o N 0 0 0 0 0 0 0 0 0 0 0 0 N N N \ N N N N r. \ N N N N N n r W co\ . ea- LLC) N CO 0\1 .. .. \ N N lD tri• Leo In uo N N N N N \ ..-- Ir'-'o' W N Ol 01 N Ol 1l1 N N N V1 N Ol a O 0 J Zv a, ro v v E V U an « Q N = W to C w al al al al v v v v v a al 0a0 Gala 000 p o0 oa o0 CO m m co m aD co m m (J L al C C C u C C C C C C C no C C C to co Q a E L CD tO L L = ro al fa 111 L L al L 113 L pa C L L L L y Z U V V U U U U V U V ▪ U V U U V d al Cu 7.0 ~ Ol 01 al d al d al = al d « al « O M J N V1 VI N = V� VI VI V1 N ul V1 Oc0 5 5 N N N • "'1 v 'V `o w v v -0 -0 i._°2, Tc a , a va aa u a aW• = Oa E a a a - a a a u a a a O v1 O p 7 n n n n n n a. a % nW a n a n ce J 1D Z d 5 d 0 X d d 5 W 55 a 5 5 5 cW AO - c c y c c c c c c w c c c c O .G r t « of 00 m n ko 01 Co m m m m op m m m m m W m In y . O O O co in O Lin 0 O o o .m. o 0 O O 0 1-7 = '°'o m a a a a m a m a a a a a a a a a a Z u u a~ Q = d = o l7 ro m o a In k° to co m 0 N m a to n LL o m m a e e a a a a a a a In .n In in V a n`. Y Z a a a a a a a a a a a a a 0 a a a a U a n a C u n VU U u a O o o v ° u LL o o c y a > C J ° L Up C O ej O ^ V ° V NV, C O C N p + C 0 u ' d ° J . °M N NN ♦ ♦ -, C VV 0 00 MI MI. Zm ` Co - • ° m,n « daV b C N 2 « , 3 o E i 3 c « - a N L 0 m 0, - 0 c Oi o-V. M p z a - n To a30 > = 3 d c NE c u u 3 330 n a C � ' L.M * Cn m Y ,T, ' 3 . E ..da o 6, oWo m -• v f o E o v C CM n N 3Ln,n o a3 2. °Z « o w g°m v" a a 3 a 3 v T. U p O 0 o « c w u a w - = a o oww 3 N c o 0 E vc i -n e y V o E a s tr, E d dY c c2 > C o v m m o ° 3S • a, E3 �e - w 0d y " c , Lr, c 2 _ °' ° m3 w r o . e v ' c ca - uoE « « Ew E - o g v00 `o o `o o o cE a - c o n m `o cw o Et '5d ✓ o _ o > > > o - Q _ T i p 2 a3aso c `dojoon � d Tc r p _ LNN5 O d mW N 3 E Wm = co f ' Jj c O m m o ✓ O L ut ¢ n s zv, ut CI 2 ut c in to - ;n > i-n V i.7 in 0 3 so 0 0 0 0 0 Coo 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3 _ 06 4wc60oro c6ro00 0 00 0 0 00 00 0 00 0 0 o o n • o 0 0 ,n o 0 Coo ,n o 0 0 0 0 .n .n o JO .n o O o 0 cc u = 0 0 0 ., ri ,--i ni .-i0 0 0 0 .i uici 0 0 0 N .i 0 v v ,b r N O = cc = o Vf ,n 0 0 0 0 ul 0 0 0 0 0 0 v, N ,n ,n ,n 0 0 0 0 0 0 0 0 0 0 V1 o o Lo ,n N P O o N Vf V, N N V, ,n 0 0 0 0 0 0 0 0 O N Jr ai N N O O ,i M i. .i ry .i .i .4 .i .i 0 0 0 N N 01 O, .i SO .i .-, V, .i M .i O O O ti a N N N ..i ,-i O O O O O O O M M cc W K C C c C c C co * ae ,°ter, * E * E * E * ° ° E e E * N N d 0 0 a 0 d 0 d 0 d 0 E E d 0 d 0 c _ ,° co co u ,° ,° ,° m d d ,° w LLo 00 u O ry ry 7 u fc0 - u N N T C - U N u N LL N c T c LL N 70 „u - u N T N T N N a Cr a a 01 v w w ta w a w aa) E cu 01 aci a s `w w a a `E .=' a a n = E E E n = w a n m m E E E E E a, O O J O d a m C 6 O c r J J c 5 O J J 0 J J O d J C o n Z o o °- n LL a o io 0 0 0 '0 01 n o 0 01 0 0 `0 0 0 0 n p d `n o` p `o o `o n n O l7 t7 0 ¢ n l7 n l7 0 t7 n 0 l'. V t7 n t.7 ¢ C C C C C ' . ' , ' C C ' ' 0 . C C C C C c ¢ O ' O O O O - - O -5 -.23 O O O O ' C O O ' O O O O ' O m - - N ' ° ° °.. O O S - - - - - n o `1 `! « « « u « y u u u « o N...° d " o `1 N T" o N `' - - `' ,«o d o N - u u u u o o y a m m c u w 0 o ., w > w `o w o y ` ° O > y a`+ E. i i o .t " ° v `d i ° y `a+ h h « V a a a a 6= Ol n d = _ n n N n LL 2 6 6 5 , N 6 6 6 a LL d W d a a a c n a w w ., i .0 a+ O 02, 300 O O w w O � w w w w 0 0 O � � 0 0 � � 0 0 0 � � 0 � w w w � 0 0 0 � 0 0 w w w w w w v ¢ d > v 0 Q C - 2 0.oc a z W .O y N -0 -o L J .a.',3, h ` ....2. N ,n L N N L o E ° m m c E .d„ c = 'm E o!" m ,°10 i0 m o ° N 77, E % E c >' • ° U 0, 00 00 0 m¢ 0 -0 ° Z ` m Y a j�O 2 ` 00 2 >'« m S 0 �° _15'0 O c W M m T ,6 00 0 o 0 `o a Y VI ot72 w 01 c .6- m •m � m % 2 m >'',am` '' l71 -°oic` % t7 oac` a' m CI IJ 1Ovv° � T 'c° °1 -' im0ac•` � 22 2202 m w 3 3 3 c , 3 0 c 'n c E v 3 u 0 m 7O 3 = ` u v 3 03 V > « 0 = ° > « v 3 ,0 3 c c c c ,n « ¢ .O p d d d c L W > d N Ol > > d N d > d .'-� E O 'y L c E O d > d L L N z ,- v ,Ras' „', zoos> o2c.o 2 ; oo3dua W 002U $ 0ox2R- ,naW �--;0 000U00CL OST� o .c CO 00 CO CO 00 CO 00 CO CO CO CO 00 CO CO CO CO 00 CO CO CO CO CO CO CO CO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O N N N \\ \N \ N N N N N \ N N \ \ N IN \ ti .i NO.i r e-, ti.i N ,!1 ,A ,D I� N .Ni .Mi .Oi .O- .,n., .i .O,i O M .i N N N d 'n R u, N ut ,D iO �D ,D ,D ,D,D tD `O ,D 0 0 0 0 D iO ,D ,D ,D ,D ,^ O V O J I- C Z > O oo v E r a V c « 1,-1 an `,2O Z a d a d v a v a v a d v yr ammmm 000006 m m m mm mm o m 00 0 0 c c rc CL O d Z m N m N N N co m m cp Cp m m L L pp CO L L U V U U U V U V V « « V V U U U � U U V U U U LL O t0 V « E H Y 4 H W T 01 01 g N d d d Ol d d d d d d M J N c "X Vt V1 «O «O N N ✓1 0 ✓1 C N N V1 ✓1 N V1 "4 m C 'O 10 -0 a a a a v v N y a '0 '0 -0 '0 ...7. U V 'O U "0 "O W = o E c « v v v vf-i w w w w w « « v 00 01 ti �' m v a a a a O Vf o D C p a a a a v a n a a y y n a n a s a a a a n n ce >S e Z o O w i w i w x v 5 5 a 0 x 5 5 c, i n i a a w w w N = ' E a, 0 c c ° ° c c c Ol c c c O 3 a u a. OC o > > 7 > 777 7 7 a i 7 O O 7 7 0c O 7 O 7 O 7 .0 ,- t', « ,o .i m m m o, m m m m m c ,n m m m o c 00 m m 01 ,° 01 01 W .u, d L . 0 0 0 0 0 0 0 O o M M o 0 0 O O M o O O V, O O Z = "Ti m a a a a a a a ¢ a a a s a a a s a s a a a a m a a < w ma = u O O ui ,o N CO CO 0 Ni M a ,n ,p N JO 01 0 .i M a ,n ,c CO 01 N d < O N N Vf VI ,D b ,o .O '0 ,O tO tO ,O LD N N n N r n N n n n V n 0. Y Z a a a a a a a a a a a s a a a s a s a a a a a a a m I O C w > > m d um u .0 Y u O w O 0 3 v 3 u w ° Y L p y0 Isw m c O V c c w > w u o, u _ m o 3 m on u ° a o a al u c O c N Y d C O N C a V j v a n w o 3 0 o a w o - m ° 3 m w x o 0 n 0 c E 1, v o 5 °c Q ° c o 1- a w N w .N-1 O D v 0 * .m~. 90.'' v L c c p ^ m w w a z o 30 ^. o c3 � � c n vow ci aw � 3 � v V `o a 3 n o c y 3 o c > 3 aE 3 Y0 y0j 3 a E a " ¢ a cw 3 0 ` L 01O > c 0 a a o c = yp m a > E E .. o c > a c z o - aotiv o oE � � c 2. o o 03LL u v - o I. > 222E ' c a v E 0 ^ a 2 ca 0d c 0 > na> 0 N 01 cm • 0 w m0 w o a, E o ` 7 5 $ „ m a c 0 r, cc2 tt 0 ', 0 s o c 3 . 0 a3 0 > oi, -0 -0 w a > o c 00 % w Novl a nEL c a = m = ° a 60 00 NcLLLL LL pE 3 3 LL S6 o 00 vi uz = m u a o z L., v 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 10 = 0 0 0 0 0 0 0 0 0 0 0 o o 0 0 0 3 10 N o o N 1n o 0 0 0 o 0 0 0 0 0 0 0 0 V = .4 O O 0 N N N .0 O O O .4 m O O O O . 1- N O z 2 N 0 m N N 0 N N N N N N N N N 0 0 0 O O O O O O N N N N N N N N O O O O N N N O O O N N N N N N N us N N O O (,J .'. .-i 0 N N N O O O N N N N N N N W m .9 .i .-i .i .ti .4 .4 .i .-i O O .ti .'l .'i m a fn l.1 1� r n1 N N N V O O .- !n rn O .i .-i K • Eu N (° O ac C c % NE E 0.1 $ Ee Ee E N aE e E a N d W d W ` .0d a0 °l Wd w w W N dLL 8 W LL LL LL cou LL co LL LL co O w w w w wcc al 10 al al an cON ro LL _ a va cnacscacw ca0a0a cca > > aEa = . = EE6- m c al al n a, , ,- a, a a a aw a aw a a an °l Zc cw g ca g aE a ° LLLLac n = o > > o o > > o w a = w n . o o > . > 0 o > > o ' o 0 ' a a O 0 a o a0 0. 0 0 7 co 202202 '2 ° l7l7a ° 7 o7 t ° cQ1l700o 0t= 10 ¢ ¢ 0 0 0 0 0 0 0 0 ` 0 0 - - - 0 0 L 0 L 0 L 0 0 0 L ` 0 0 L 0 0 .0 - - - O L L O ° O u u 7a° a w Oa .« « « 3yayasyaaa a > a aa .- - « yasyay - « «- 1VJ ns a n0a a 0 a ag a a0 = 8 w a 0n 000a000 a a an ° > a s ° a a0 = = w a 00 a0 a 0 0 al • 0 0 0 OO OOJOO OO www00 0 0 000 1' OO OOr2wwwO0O Owww O Po v mE ENE E E m E a ro aw N m a N m c ° v .2 m . a m m m r. m m c o w Q—,— w o E c ' 2 ‘. . 2 = N 00 Y jaz _ ti zN s. 2 -0 '8 8 .5cNC0 YmNOa 0 d Cc a 0a a OaOOc NOc cz l cy c a00 « a mL OT z y c ). am amLUam ° am (9am � 0 mam � Y w >Y_ a ^> > - am a oam y ° c 02r _ y >.Y 3f ,om v 3 v 3 2' 72 3 N v 3 c3 c N v „+ c a c a, z v3 ucwV yccNc c > « c c « Z¢ � Ow Z O LT LA ALo � L0 �d VL >2 § a> Ld L Y a m YW 5 m HE N g O i 3' > O L O aY N > g Y - m Y HE VO • C m m co °o 00 m m m m 0o co co m m 00 co m c0 N O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N \ \ N N N _ N _ _ o N .-i N N N N 0 0 .'I .'1 0 10 0 10 0 N 00 N N N N N N N N N N N N N N N N w 10 10 10 0 10 10 10 10 10 10 0 10 10 10 00 10 0• 1\0 0 cw 0 J H ° Z > O L w V V 1n < M W N . w w w w 'o',',W w w w N n w w V L cm m m mc mc m mc mc mm c c c oaC m m c cc a co O W z LI LI U V ro Li U V LJ V LJ V u LI Ll ILC b v w w w w w w w w w w M J N _ _ _ _ _ _ _ N p.I > ,_ c U 9 0 0 0 U 0 U a 0 V -0 a fli T. w 000 Ea s 01 a a a a a a a z 0 a a a a 0 a x a a a a a a re' >S 10 v v v a a w v w 2 V v v al v v a 2 v 0 A a .i E c c c c c c c .w. ;; c c c .w. c c ,w, c 0 3 a A w 7 7 7 7 7 7 7 7 7 7 7 7 7 7 L " 01 01 Oa' 01 01 01 01 01 v w 01 Of 01 w 10 01 u 01 "I m 1n y O O O o O O O O c c o o O c N o C O Z IN IN = a E m ¢ ¢ ¢ Q ¢ ¢ ¢ ¢ V V ¢ ¢ ¢ V c00 ¢ V ¢ '.- Cr w W = .E 0 0 m V N 10 N 0o 01 001 O N 10 N A a LL o ca co 0o m m m m m ro co m m N m rn m cn a m V a ri x z v v v a a v v v a a o v e v a a a a v 0v 0 0 .a -o a v 0. To 0 0 o 30 u n n C - c c c a a 00 Ct. O O O U a vt a n o- o u o L + a o a. c w a u 3 v o v U a O V a m C 0 In d v 0 a u vi o o " `w u L « n o - o '.'n' 0• o 0 c to �' .� ° Y c p oa m 3 a ~0 3 3 3 3 m p o o a, 0 3 L m z c E.c c 3 3 p p Y z . ' 3 ` o C o ,•„-, v v v i iio 3 3 3 p a w p r Q H p 1- 0 5 o 'o >o a a ° 0 3 a v 3 .= 3 Ul $ 3 3 n n� 'CL o c n u 01 - m ' 0 3 * 0 o. Tr ` N E - C > o o 9 m 0 0 W C C C M .2_ E o E C 0 C ,, C v -o o E E - x p .'> E a '5 o c .s 7f,- ...2 w 3 `o a`� 3 ` = E a E - a c E c o• `w m m 8 Y o > j o oS o U o 2 0 L. E o m m '^ 00 n „ of cel aJ a 3 : a .. i c LL LL LL Q U U U N u_ 0 O > LL =. N l7 N U .n p O 0 O 0 0 O O O 0 O O O O O O O Sat o O O O •• Ci O O 0 0 ,LiLci O O O O aVI 0 0 O N O L+1 O 0 N In N O 0 O 0 U = O O 11 00 m a a O 6 O 00 N O O 1- In o z S a. K = 0, 000000000 ,, ,,,, 0 ,,, ..,, ..,-, 0, 000 ,, ,,, c-, 000000 ,,, ,,, ,,,ci N ci N N N 0 0 0 0 0 0 ni U1 u1 1n 0 0 0 0 0 U N m male Ol N 00 01 01 m DD N N m N m m r•-•: n M m m N a4 a M a 06 0 0 0 0 0 00 a a N M M N N N N V1 to N M K C C C ry C ra C c N N C co ` 'n CO CO Ea LCC ao aoo4-1 LL m ° m CU ao`a u a 'o u a " acc a J a J a 01 o a 0 o a J a' a' a J a a a o g g o a o o8. 2- 03- REE'J n o m n o J J o J J J a J o c o o J c J C � J o C � J o J J J m � J J n J J o z `2 0 2 2 2 E 0 01 '0 0 a o a o Sr 0 0 o a o' n o io` o n `o o a o 0 a o a U ¢l7 1, O 1. 1. l7 i'. l7 V lam'. l7 l7 U' V' Q ¢ � C C C l7 l7 l7 l7 l7 Q!7 l7 iJ • ¢C7 ¢l7 ¢� l7 l7 i7 Q . ¢l7 C C C C � � ,,,,.° l7 � Q l7 � Q j - - - mO a d mO mO 7,8 A0 m0 0 0 0 : 0 0 0 0 0 aO p ` ` 0 I 0 0 2 - .2 .- - :6. ' . 0 0 - :6- E EYY � � d d E a m m v m mm2m ' m > AmmmvC ` « V « V Immdm u o Y., .i; O.' 0 o. 0 a a a a a 0 a 0 a a a n n 0 a a a o a J o 0 0 oa a s oa 0 0 0' m a a o g a 0 n a 0 o_ o,w w w 0 0 3 3 li 0 Ll0 o O 2 0 O O 3 0 0 O O O 3 O N 3 3 3 0 0 O O w w w w w w 0 J 0 0 O cQc 0 C3 Ca • aE-- tai o a a' N, m E '- .o. = a, E m a To E a u a m o E u c C m E o„ 1 W 1,. ` mco a mY YZtmK0 2Y c 7 7 cC c Go o . N oOoy m • oJ ocy u O T 0 T c C j Z ad v ` N c o r Z z. - a 7 coW y � y ` a 2Fm .0 m >,� m c7Tomoi[ cax 5m yam yam 3am . o > >,2 m vf022rmfomjam m Qc c . c az > > 3a c ` v 'Caa a 3 v 3 , .. c 3 Zr, ., uao3 .v3 a' c cC c .. N 03c >LZao oEEv o v . > � o N > o t > a ^' ov o o E o o > o i « i E o -2 r > a .� z s « 2 Y 0 mN f 2 HpmY J n Y m Yoo pUopU 'i0psU1n3Hm2poopfz -o2 so2 - N000p2 m W CO 03 m CO 00 00 CO CO 00 CO CO CO CO CO O N N O O N O O O O N O O O O O N N N N N N N N N !� I� r n n r r i?, . i0 b 1D. 1O 0 . . V O J Z O Li L3 1,1 Q m VI w a' a' a' a' aa' a' aa' a' a' W m m m m m • V L w c c C . CO C: a EL L Lcc t co L L L L L O w Z U U U U U U U U U U U U U LL C a a a' N VNOdN N N N VI N O' N N M J N m N > rl ". -o v v -a -o -o o a v -o a v O m aOl « o « o u a' o « CC W x O a E v v a' a v v v v v Q ,,,,= o a a a a o. K K a a K a a a CO - za v v cc 7 R E a « c o c c c c c c c c c O L ~ "O' T « 01 Ol 01 01• 01 01 01 01 m 01 01 Ol W m y O C C O O O N O O O O O O O O L9 x �t E 00 Q u u U Q Q Q Q Q_Q Q Q Q Q Q Q Qw a' a` w = u 0 W 01 o m a N CO n 00 01 0 4- .N-i m Fa a LL o m o 0 0 0 0 0 0 0 0 0 ✓ o. O. Y Z a 4 V1 V1 V1 V1 V1 N V1 10 u1 N In N 'n u1 0 n 0 cn 3 Lnco 0 47, a a a L 3 a a s a c a � a a v a IC a 0. f0 a U o v o u o - m 0 v v a' 0, Y v m a U o o. c o a on 0. 3 a c o v • Y a w c0 = 0 L 0 m U u m 0 u 0 0 0 0", f° 001 m a C 3 ffi n CU CU a n c 0 c .. `w °1 c u 3 - 01 - a n ~O o N m �o CO 0 3 0 0 3 a , o c o N C o a z 0'0 ' 3 • 0 0 0 r+ 5 0 o O 3 3 L o , 0 vi 3 0 0 0 0 o 0 0 3 0 0 ^� o cn LL o m 0 O� n N 0 3 0 m 0 Cl 0 ; 03 w n333 v 5 Cl L 3 ? . 3 00 3 03 ,a3 � 3 3 3 3 3 ° 3 3 = 3 - 3 3 a a 3 o ° mw 3a v no o a a S n o oa0, aa, m? a ? v v n v 2 0 v c c o N 12• 3 � w c c '5 a o 00 h c E E 3 R 2 a c r c t c s a0022 -58. a m N a o a m t C v o o c c o o c c - O E o m C , c) 05 -05 a o .' ri Co ctn o z c c w, E o - v o 0 CO c n CO 70 5- c m e m e a n,n n o a rto 0 0 Z a v 0', a 'w 0 .0 uLi, a o v 0 1 Ln A .Li, E o M x'26 Q N u .y .o u a 'i 'n a 0 am um a Z 'n '+i .. Cl m Cl ui 0 0 0 0 0 Cl 00 0 0 0 0 0 0 O O 0 0 O 0 N = n n O O O 66 6 6 6 6 O O N - •-, .NN . " Ni 3 N N a N 0 O 0 O N O N N 0 0 0 0 0 0 0 O 0 U = 6 O O On Cl 0 .4 m .i M N m O .+ m m O O O F N O = tn a< 0 0 0 2 N N N 0 0 0 0 0 0 0 O O O N N N O O O O N N N N O O O O O O O O O N N O O O O O O N N N N O 0 0 0 0 c of O1 O1 M M M M N N N 0 0 0 'y 'y 'y ti ti ,4 'y ,.y CO m 'y 'y -i ni m M N N N N N N N M M .1 m m N O N .-1 e-' .i m m m N N N K c c c c c c L", vo E w E vo ONo E t.1 0* ONo do coo aa)i0 E E ao N 9 LL w a w LL m 9 p1 t m 0 0 m v m U 0 0 0 LL m o c y v `o c y S a, y L. m c w c : a1 c m `o LLo` 01 a E c n c v 0 C. 0 0 0 01 cLE c n a n o w w 0 0 0 c n 0 o 0 � v 0 a n a a . E1 n a a j E ,1 > > o > > o c a g z LL o ..lj a o 0 0 0 0 LL o 9 .2- 2 o 6 o o- o 0 0 o Q o 0 o a o LL o Q 0 a o 0 o -,7- 2,_-,2 o 0 a o o L6 o o 6 o o a o a O a o l7 Ute' 0 coo Q l7 to o o l7 a l7 Q l7 a Q 0 0 l7 l7 l7 a L9 c c c ' c m c c c c c c c m c c c ' 0 0 N N ` a a m'`_• m«_ wo 00 0 0 0 0 0 0 0 0a a m N 0d O Oa _ _ _ 0 0 w w w` w0 - - - v a a a`1 - 0 ` v a - .0 .- v - 7 - -co ro 0 v io d ND ` ` 7 « `. « � OOOom _' O "W v` OOO ._ . 0AOmmC .« D _ mWmp .« a-•`_ _ dm _ D mmOOmoDmom o 00aammmmd LLann.2LLmaca anLa a2a nn L L a a a n i OwwwOOwww2Owww25OOO333ww3OfO011wwwOOwwwwOwwOO22OE2O2OO .3 8 L (8) a OD a � f a Coa = E0 m NE O mE A E 0 CO oYom0 `sYZT, sE = - T ` ° X > SmmzoEN0Y` 2m ogvm E11osTmmv122 ; a uu' Farna - m - c. ma00maNwm - w f mam ^ fmm mv - 0 - 0am0 a .. aa 0 O m .. > ` ma �' fc0 aa 2. ... a m r 'rza .. 001 > ° as > > ELo Eaa2oa EoLmo > vO 'L % w > iEotEsmi z = ° oomro 'n ,= ° 2"H002m7 ° 2rvuooms ° fo0ms ° > 0m ° 0o2Ruur 'nu002 m m m m m CO m CO CO m CO CO CO CO CO CO m m m O 0 0 0 o O N o 0 ' 0 0 0 0 0 0 0 o N N N .N-I \ N N N O O O .ti . .Ni .. .mi .N"' . . . n n n. . n n a1 n n n n n n n n n n n n n n n n n n n 6 O J Z L p to O 0 V Q N Ln n W N a v a1 w a1 w a1 w 'Cr, 0 i w 22 v i w V m m m m m m m m m m CO m m m m m n0 m m t 01 c c c c c c c c c c c c c c c c c c c cc 0.O d Z L CO t L L L LMM M L L L CO L U U U U U U U U U U U U U U U U U U U LL C -0 d aN N N1 VN N VI N VN Nv vaa✓r dNdNMJ N .4 > i1 ,_ a m a -0 a a s a a a M a a w w a a a M WW w• rest• VI 0 a ? a1 X w w a v wi a'14 i a w a a1 u aa/f/' 1 a1 '133: a1 C n a a a n a 0 0 a a a a n 0 a a o. a n v a v v v v v v d v v v v a1 v v v a1 a1 re m j - E c c c c c c c c c c c c c c c O 0 a * 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 7 .c ' y - 0 a Co m a a to a a m m 0a a 01 01 a m m Ot W pp N y a 0 Cl 0 Cl Cl O N O Cl Cl 0 0 co O Cl O 0 Cl N N N N N O N N N N N N N N N N • s '°'o m a a a a a a m a a a a a a < < a a a a Q u .� m a _ 'a a a o .�-. .N. tOn Opo m N N N M 'CC N 'c n a a 0 m ✓ a a x w z N N N o N mo N N o N 0 In 'n 'n N N N N a V C o a a U a u U c 9, u C O O 0 . c O a 'o 0. c o 0.ti u c iO 0 a E o O .N-; W a > N N O V1 Ln 0 oo u 0 3 m ° > 0 a o 0 Z w o o ti ai ° v w 3 L cco O a 3 N w w d d co 3 3 .+ c '" a a 0 x 3 0 0 9 d o L 0 a, i 3 5 0 . 3 �" E c e n a a o o m O L 0 c a O `o v c 0 ; a To E a a a o m ' o E E. c : = a a CI o "m" a a o g .. m E °c 0 r o a 1°, , m a m > > 5 3 o6 `o y 3' 22 j O C ' N d to ' x a V 5 N .y N 0= I > a > 0 0 0 0 0 0 0 0 0 0 0 0 3 a `° `. 00 :° :° `° _, ,° :° -, 0 3 x a N N 0 0 O 10 0 N 0 N M V = N O a O, O N m N m - OC 0 x N K x N O O N N N N N O O O N O O O O V, N N N 1(, N N N N N N N N N O O O O N N . 0 0 0 N N N N N N N V1 N N U N .i •i .-i O O6 O ry O < ma; ca m N N N N .-i -i r1 ti .-1 .-1 N -i ti •-i •-i N N N N m .-i .-i .-I N N no no no no m .i .-i .-I m no K c cc c C co N N N N a) A E m w o o E w o E E E E w a, o E E u t0 0 u a0 d u ap d a,' al a, o o co W a. p fO m a m m m a n E o N m .0 m m a. O a 10 5 m m a O no a' a m no c,..91 .< E no no E o y ,_ m m "" a a m a no m N C a O 0 y j 0 n y E a C N n n s a n al a, a a 0 a0. 0 a S a a S a a m n n y n a 0, S n a S aa m Z o 0 0 0 O p 6 x 0 0 5 0 0 2 al a '0 0 5 0 0 2 'O 2 ` O 2 0 0 0 0 0 8 o a N > > a o J J 0 > > a O l7 l7 l7 l7.9 .- 1.L. -, < L,90. .- l7 V' V' l.7 l7 l7 l7 Q U. O o 0 22 0 O o a ` ` `o o - -u `o o ' ' ` o ` ` 8' ` ` ` i ' ` ` - '2 = =- - ` 0' ' o ' ' ` u aA . drym . m `o b2b « m 88Em .va .a` ` m68m ` m8m2 ` v20.. m ''' 80' mm68Em v 0 u a m a m 0 m a n v La-0 -0v waw0 n a n u amn 0 a m 5. 5.' m m w OO3O2O3O3 TJ w w002303300033O33O3O33O33 w2 2 u, w w 02 m003 30mm LI W44 N '? NTa a c ON m E a m m a To i To % c N a w „ m �, , s N N - H = c ' o NoL .4 ', - re 1. Le) yO 2 ” Z aO 2 " Z e � y> so i> m n ., W 7y m2y i . 0 7 = ' Y.. 0s3 , aa . v >mm >ma � � mm > > Smm > A - J v � lTo . ~ = a x01m > ,a A nn � Lac " v0u1ma, « an>m « y a > « aN > c c m "v u ` m « > a a o -r .n m .D i co .2 E r o o IJ o E o o E $ o E $ a ritE >L n0 ' E a pE a Z 0 0) Y l7 � m Y lJ K � � 0 0 � m Y H V VD O S co Y H H /- N m H N m V C V F C � 2 02 l7 D Y F m to H m co 00 00 a0 a0 00 00 co 00 00 00 O o N O ry o N N O O O N NIN IN N oO 0O a0 00 CO O, 00 00 00 0 O N n n n n n n n r n n CO Cil 0 0 J H c Z 01 p cov ro vLn 4 um a' m m m m m m m m m m u -0 E m c m A m c = c c m cell. coco co t t L L L L L 0 a, Z U U U U u U U U V V V LL C .D a5 d N N N N aN N VN a n J N V, N N ry > '~ a a a a a -o a a a a a w = 0 4.E v o a a, a w 'ell a 0 v 0 .n o a a a a a a n a n x a >. .D Z x X d d d d a,A C C C C 0 Z I- V =1 .O ON O, O, al O, O, Ol 01 Ol Ol W m gn 0, a N O O O o O N O o o 2 0 m m a IN ¢ ¢ _¢ a ¢ a ¢ a Q _ 1:1. 0. 01 2 O m : a LL a m m m m m m m m v a v V a. 0. Y Z N N N N N N N N N N N a a V a U c cU V C y N c no m cy — 42, 3 3 a nN 2 o a v o 3 O C. o o IN 0 3 0 o1 .N0 - 3 aw 'O' °' o O n C N _ 0 u N a 3 0 0 3 , . C - E O N n N Z a ° a ° DO co DO c >3 0 ° m v 3 m o C .- a C a , O O 2 C = 0 h L L E2p o w 0 a o a 3 3 n 0 a, S a 3 3 a >. ',`o a 3 v P, 0 n L ' 3 v` E $03 03 '" 3 v C C v ',n w73 ; p N Y - N a O_ ,(1 0 a v — O N 0 p a s `O Y E v a .N. . � � IC a — > 33 V E m ? ° v 0 3 -> > —' 4.3 4; o o N g- o N c 3 E o c E @,7,N = '- m t c 3 p 3 p o a w 2 c o - E y c 3 V O V O O a L S% t C S a c L w = o E0C £ Eotf :•' N :01,' ao = m N o c E a 0 Ln 00 w E C 't-'' a — o. - ,°0 a 0'J m vi m a y c .g o f > o E cc3 N vo v 5 v ^ po `° 3 0 00a a c Z C c Z N a V N U Vl M V 00 — N N M 0 72 O 0 0 0 0 0 0 0 0 O 0 0 O 0 = O O d O O d O a O O .i .i .Ni .Ni 3 a u)0 0 O N 0 N O N N 0 0 0 O O O = 0 N .i .i .i 0 O 10 cv O N N O O F N O = N C I 00000 _ _ N N N N O O O O O O O O N ,11 N N O O N N O O O N O N O N N O N N N O O O N O r-:. O N 0 0 0 0 Lo N T n9 N N N N N N N N N N N N N N N .i .i ,-I N ..i .i .i O O Do co 0a a 0 t° Li) N .i .i N N N a0 ao Do I: I: n n b ,O M N C C c C C C co ra . oo ' ao vo E 03 NW 03 o avv35 a . . - = = a a. E O N C':, w w C S p u9 uc d a t. °°,,, a ° ' °• LLp _ _ >>\LLtN T C U p VCO Ia u N N0 ., D. ` N N L . C > _ N > ` CC .-1 c t, v, v, w Y 0 Lc) o a aY ko t E a m m cmvEv ` avmaepw cmE 2 d E ` a E o. ` C .ea c c a v > jaei, a s a, 0. 0. o Z p « G 0 ¢ `. ¢ Cr, CV 2 uCa) C LL6 LL EC ° u J a ] 6 a m • a o0 l7 0 0 l.7 E Ol7 a ° ° Q° 0V0 aQ LL °° Q u u a > > > c I: c c c c c c c c c c 0 O cco wO ao o o .0C C 0o o .0 C C_ m : m a a v a a a A : a v a v ° ` m : E E C C « 2. ,`. u a Eto v v m '' > ry a '-'o 2 m . 2 w n n 0 v as a n 0 15' - = a 0 m n 0 as a a 0 v v cv 5 10 m m a - v - a, O 038-33f U'' H it t7 O J 2- 2 l7 it l7 w O O 3 3 0 0 u+ u, u, J . O J O O O . = u, W J J W W W W 0 a v el o O v a L8 U a, a a O E E M 10 E V c c c Z > N o d a SI E I o a, N = 3 o o N E a, o m v c c c {4L.1 La_0 '• ° 3 J a L > > 2 J n W .j 2 o ` m,r ` La_0 c o Y O Z m a > ;2286 LG_D= 0 0 Y N 0 K d p° a 1111 p° 0 3 m a E = a v i a E v v - a 3 a .`. - E a > o o > Le) • m N ? i m o 66 ? v 2 o o c' (co >5. w t 2` > L.m .6 > m r E 0 E a o v m > v t 2 t m ,,,1,1 c ,.. I- , 2 I z ofJm ° z ; � l`- 123 m ° z tt: 12 oof Goo t' r s>2 ° a ,., mv1 aixoaf z�Of ° < ,9+, s c'--° 2 && & co 00 co 0o co 00 00 00 03 a0 00 00 0o 00 O 0 0 0 O O N 0 NN 0N N Nm N N N N N N0 0 O mm m m V V O ,1 N N N N N N N N N N N N N N N a N N N N N N N N N N N N N N ' O ID 0 —I I— Z n 0 U U .n < a, W m v a, a, a, a, a, w W a, a, m a, a, a, U L a oo C C C C C C C 0 00 co C C C CC a E .2 L CO CO CO L L CO CU L L CO L L L L CO L D y Z U U U U U U V U U V V U U V I.I. A 10 a a a s a a a s « v « ia. a .a. M J N - N VN Vf N N N N N N N N V1 N —, > a v = -a v a a a v c a a v cc p m a r .a. .a. .a.. .a. .a. Ly 13 = 0 a E ci a, 0 0 a, a, a, v a, a, a a, ar w C a a a a a n a s a a a a a a Ce m j Z c a a c a a c a c c c c c c O 3I- E > > O = = O O O 7 = O 7 = 7 t In • cr)0 0 0 CII0 0 0 0 0 0 0 0 0 0 al0 W _m N y - O O O O O O O O o O 0 0 0 O • x 0 CO ru Q Q Q Q Q Q Q Q Q Q Q Q Q Q Zw Q. . a :_ xco 10 Ul 9 9 9 V 0. d Y ,ai Z un N ,Li1 N ,III ,uf1 0 N ,N(1 N N N N a tj L., C 0 0 ` Cl. v a U ^ C s c v d O v a c o a ° N E a d a ° N V .0 m H U a d V c d a V a N d r C U d d d d U C O V - a O ry m ad.. O O c a a v « = c 0 ui c 1O u ` m _ ,,, o o 2 al 'au) v ' ° ni o 0 0 N L w a a a � y �, c c > u d 000 L o V, 0 w Li E Ot 'o a o p ,7° c rd 0 c c m E 00 o c E 3 LL. n a 3 to 0 0 0 d 0 V O n op O c,- -- " @, - o n m O m p m o o p n v ,n a a N m Z 3 0 0 3 a ° 3 $ N p> 5 a w ° > o E ¢ a 00 u 3 W 3 . • Y N p L r a O U- ' « a 0a d W o a a n w w co a 0 u Y �° .o. m a E N d to 3 u 3 c c m a o a 3 a w w E E,,-.'= ,,. o > LL -°3 = 0 v m y o o > E E �d ° '�° d c o n i c u o w d J b v L > > N a a C d L m r0 m C C W O t'oi E 0t E D •c « E v E m v c a t 0 my 3 v E ;° a v w a w O W 0 LO c ,4 ` d Y 0 0 m �n > d m c m 5 ry o d o c c > o w ._ o - a t6 E m t m Oa ,- '-^ Q o o' o, . 0 0Oc 0 mE 'C' ..o a - 0LL a 5 m 0m y m« v 0 00 w N N O 0 3 I ,n u in ui c m m` m = =° H o�in z in >p> O O O O O O O O O O O O O O O O O O � .Ni O O O O O O O p ti . 3 x tn 0 0 0 0 0 0 0 0 0 0 o v1 0 0 0 u1 v, o u = d 00.-I m ri at ni ui o 0 o e -+ N .i at at at 0 c x c o 0 0 = 000 0 00o ,n ,n00000000000000000000v, 000000 ul000000vl .n000 to N N O O 4 ti F OO W m rl rr ti N N rel N T T T N N t0 to to N N O N N ry N Q rl eY '1 N N ri n'1 en M N N N N ry N ref T re, C m ` ` m c ` E E oo '^m E 0 m * E w w cu tnn E coo E d d tni rry v c V t`0 U- LL W 0 C U c LL u al u c 'd w`0 U. u W to c d ' E d a n d n n c >• n n C n n E E d d C c Gl a j n d a a a > > E E �' n a n n 2 a d N n A a u = n 0 y d 0 > > ` 0 J 7 6 5 y 0 0 = ,„ ,,, = = 2 ,_o J d =O O G =O O N 6 0 a z o o a 'o o 'o '0 0 0 0 o to o n `o 0 0 0 00 oLL 0 O ¢ ¢ l7 l7 l7 a ¢ l7 Ute' l7 n l7 U' ¢ l7 l7 l7 O a p c c c c l7 l7 l7 t7 t7 l7 ¢a l7 l7 c c c c c 7 l7 ? l7 ¢ l7 l7 c c l7 l7 U ? ¢ 6 ¢ _ _ $ c _ _ _ ' ' $ ' ' 6 6 ' ' ' ' ' ' ' 8 ' 8 'o ' `o ' c `O `O ' ' 88`O _ _ _ o ' ' `0 `o `o `O ' a '«, c y E c V : : m : w m m d d d d `l .2 L « - m v m d E ,1 m O v m m c u m a`i d m m m m a V _ d N tO N m d _ N q a 0, , a s pn d d d d d d n g a o LL a a 0 a s _ _ _lnr, a 21 a a a a O w w -, _ w w to _L _1 0 O O 3 3 w w w w w O O 0 0 ll fi 0 0 to w ul _, O 3 _t 0 0 0 0 _+ 0 O a� Lin E 0cN _ ON ., N dOW L A N - Ha'o NEod, rL N d o - c - E O 'ncN 'O NOYd - C ap0 Y '' N E, 0 > L > 2 E 0 p OYp 0 00 - oc dd ---OQ ` wd =, -. .. L > >r j .' o 0 u > 5 d N ., Nd D H d N T > > > d ,,, zodod mmO Jdh d d l7 m fcma .0(3m = u > fcmccmm 3t « JcmJ .0vm aL ° o > aNaN a u mv > . > .. va ; N d a !^ LmE ' > > N _ vE1AL LL > '_ ',3and EooOsmEo0om °- > : c Z , 2 3 3, 32 c02rmpm U0 Y2 U iirmc ° c ° ° pf Y0 ¢ 0pfrvnZc f r vm .JoYppU OO W W CO N OO 00 CO m CO m CO CO CO CO CO CO CO CO N N N O O O N O O O O O O O O O O O O N \ \ N N N N \ N N N N N an In CO\ \CO \ imm " tc O m o COm Cr , o m m w nn � n n nrw w w omCOCO md n rcCOo 0 F Z t' E E E V d , >, >i Q N v - c v v a v w w c c a v v v a w UL d m 6 o m oo m m m m o . 0 0 m C oco co C C c E o - m o L L L L L L L r0 M m m L L CO CO L L L O ti' Z V d . U U U U U U U V U U U U U U d d d d d d d d d = - d d d Y Y d • O00 (^ J 'C N w m N N N ✓1 N N N N m N N VI N H h - m v c z v O v -o -o -o a s - N v at v at at 0w = 0 H O O aE d a - 0) d cu a % d d a % `` 1.1 al m a w a 71l x m x n n n a a .:T.-3n a a a n x > cO Z d ,,L n al al d N d al d a d C C d c c • m c c c c c d d c c L I- .-' " y W T o, . o, O, o, O, O, co, o, co co m o, Ol o, o, o, W man y - O ti O O O O O O O O CO CO O O O O O 0 Z = R O m Q Q ¢ Q Q Q Q Q Q ¢ ¢ ¢ ¢ Q ¢ ¢ ¢ ¢ ¢ < " O a w d = u p R. n w m 0 CO v .r1 t0 l'-- ‘.0 m m 0 .. ry m e v, m a LL o ,n ,n ,n a a i0 tO a tO tO e tO n n r r n n V c. a Y Z to v, to N N u1 N ,n in N N to N N to 111 ,n N v, a r cc 0 o r N C1 N an D n N +N v m 0 TO 3 v v 3 m s < r. 3 u a 5 d L a, a N a� C 'O d p m a v u a a a cu a N a V V a to '-c, -o x v a + - 3 O 5 No ° m e m m m o o ° i m v c Z T3 CO a N Z5 « o o p O LL 0 0 a 0 N L ° O 0 1 'a o = 0Lri LI/ rg � 0 '; 92 0 8 = c c 3 u n , 3 3 3 3 3 o > w m a ° • v = > 6. j _ v m ° E 5 3 -0 5 ? 030aJ 0Nw a > 01 aa 0 0 _E a, 0 0 = ta mD E n m E Ymv0 = 00nY ycc O '° Y d v o. CO > S ' > a >r= > m y •x = N N H u 0 v a, 0.i •O 0 o 0 N a.n >in O m E ° L •Op p m p a C L ▪ Mam . mr ^ c a a m mm o b',E c CO c a t ct0,r o r w . ° o p > O o 0 a oommF0' . O 0 .- 0 ado a, '=' aa' LLzam` 7v1m3mv1 ;.7., s ? ° ? z ? ,,_, a a033 03x3 s • O 3 5 O O 0 0 O O O 0 0 O O O O O O O 0 O 3 = O O O6 ti 9 O4 m O O O m O6 O O O 0 a s0 0 0 0 0 0 0 0 0 0 o 10 0 0 0 0 0 0 0 = o o 0 o 0 o ad x 0 0 0 ri o 0 0 0 0 0 r N 0 = 00 S o u1 ul ut u1 ul N us, u1 N O O O O O O O O O ut O o O O O co co. O o Lc) of u1 u1 u1 of V1 Lot 0 0 0 0 u1 in u1 u1 u1 O O O O O n1 04 0 0 o ti N N N N O o1 01 m m m m 1D l0 .i m N N N m c m o1 T • • • • 0 0 0 .i ' .ti '-, O O O .+ .+ N N N ul I so00 L = = O d = • ° = a, a g .0 a H r L Q _ _• = ` � � O = _ = e ti E d '-^i ui Wmm ° 0 L 0 0 O b a y2 53 Oa N a WO0 L `o n 01 co ° ° d CO W LL a, G n8m u O G u • 6' 6 ' y 0annn a � cZnnnat., 5c � ancnnc ca noa 000 ` nnn nn a ° n > > > > n E >n >naa ° a > > EE ° ooc > >. ma ooa • z o > > > 0 > > > > 10 a ° aQ 2000 a a o o a a o 0 a o o a v o 0 mo o a 6 6 1° LL a ° a a , loll loll c c c coo0o ` v ` 0ooQaaooaoo ` to (. o _ ` a c c c c H ¢ QQ ` a ` > i y a, 1Q Q y1w 0 m mm g a 0 ` 2 ` v y ' _uu_ u0a, 0a = cc00a, a, a, a, a, ` ` 2c = v ` cc « 0 " _ « «3ov0000 0000 > > « « « « o000aaao00000000000oEE0oaaayv 0 a m 12 0 a 0, , g, m01- 1- • m0mmmm0 0 a a 0 0 0 0 O a 0 m .0 3 1 D 3 9 9 0000 2, 3 .0 3 u 3 3 3 3 3 0 .0 3 3 3 0n 3 3 3 3 0 O w w u, u, 0 ¢_ 00 C.I.2 E O 0 0 • • 8 co E ..,, N m173 to _ m m - ° _ O 0 TO = o �O N o v o j d - 0 c m m 0 0 C.1.] r t' y '0, J . W 1N J o Y u 0 �0 Y 0 N lsY d 2 r 2 '0 ° s c O 12 J r = c 1--' c G, L 0 L o 0 a z o cn z — >0' — — O 0 « o o f m r m >a 0 a c a, a w o u 2 o cc 0 a -E _ i- v `u — c a c a, 0 0 2 :3 = 2 • : > a 0 > E ..n ca N ? 0 a, a, c :TO r « > a N i s -° V � w.-— c E a a > co r r w m E � E 0.1 `" a s °' c c a) = Z 3 ,n i= m V r r m v z v'1 i ° « E ° t o c v `m E g v_ o L ° ° 0 ,a o w i 3 3 z f m 0 ¢ ¢ "s K LL H LL u z ¢ s r m ¢ ¢ r a s 0 n • m m m CO 00 00 00 CO CO CO CO 00 CO CO CO CO m m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N N N N N N N a a m N n 00 iD n O iD 10 n 0 ti .- of '0 .ai A 00 00 0\0 c0 n n n n C. N N N 01 N N 01 01 01 0 w 0 J Z > 0 O L co NL v a, V 0 Ute, • a N N N W m a v - a v a v a, a, v v U = c m m a m m m 00 m m m m c c c c ce a E L co co a at 0 of L L% co L of a1 co L O L L co 0 co co O ;, z V V U 0 U U U V U V U U V V V U W 0 E a, m 0 a! ...1". al al 0 d M J N _ _ _ ° in O .4.:' _ H _ 5 5 in N in O ti in '� co V a N = V 0 0 V V a d a L 0 0 V BC ts rl > C = m a a « > 1.:i.„.: « W o E a, a a a a a s a a a a a ' a a y1 O 0 a n n 0 a y n a o. n a n n n a y a n Q x x p x x x x x x a x >L 1D z = a, ar a, a a, w w a, w 0 w = a, a, v ce m ] # E c c c 'C c Q c c c c c 0 c c c o c c O 0 a y 7 7 7 O 7 a 7 7 7 7 7 7 7 7 7 a 7 7 L y 01 01 1D - 01 m 01 01 01 cr,0 0 1D 01 01 ,D 01 01 W m_ ,n 0 v 0 0 N 0 0 0 0 0 0 0 N 0 0 CO 0 0 • S R O m Q Q m Q Q Q Q Q CO Q Q Ctrs' m Q Q ¢ Q Q Z u u a Q w d = u o 1D n m ^ o M a 10 m m o .. m N a LL 0 n N n CO o0 00 m CO W m 00 m m O1 D1 O1 O1 • U a a` Y Z kn u1 u1 u1 u1 u1 u1 N ul u1 ul u1 u1 u1 u1 V1 n > c a •0 o u a a o u • g n w u co t c ati 0 u o 01 w a U m A a w „may p 0 v v 0 0 0 0 Ln o m ° 3 0 " 412' ° 3 c .-I $ 3 Cl a `o z OD U 0 0133w 2 ,01 o av 37s v o u 3 ' m p o p ° m ¢ w 3 .a a a u a E aHS L'- . > ..! m¢a N c u aw,, l ' '''''50 uy ° C LW u 2 0 Ww c W -0 c «N p to • o o G of O > O O V L O M _ EO r T CH H J L .2. < ,,,,- @J °20t.10- C ..� C '�a ,wi . o N w L A > ON > 00 p _a r 0a C .• a0 '^ — 5 — c Y = 'V >, V >. o m o o v = o = o a° a .at 0 m c, c w w 5 co 0 00 co- co V 0. r 'a r v 3 c 0 4 u w m Oto m a > t . .„--, c — m �_2 > c c 3 . 3 a w x p c a, N m a s c a o a `o a.= a a s .3 ,n cc 5 O o E al E at0i 3 13 v an° 5N5 $ f a3 0036 D ¢ 3 33 O 3 0 0 0 o O 0 0 0 0 0 0 0 0 0 3 = O N 9 .9 9 .9 9 a0 00 a0 G 00 O O n in o O in o in O O O O 0 0 O O V = O O9 .+ W ,LI 0 N m O O .-I O O h in 0 C S O O N vt v1 O o N ut V, N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N un N V1 O O O O V, V1 N N N N ,._i .-I .-I .-I .-1 m as O O O O V O� N N N N ^ ^ ^ ^ V1 V1 I� ^ T fn T fn to to .i .1 .I .I .ti .-, .-I .-I .-I .-I .4 .4 K 0 O H 0 E'. 0 0 H039 a s .'_' m n a M m ry .`_' e m e N Y `_' " m e a w w• 8. 00 c a s a w a ai a s 0 a c a o a a a 0.c a a a a c c c ' a w E m v > > m > > > o o > > > > v wno Z ,. < 000 - a o o a o LL LL 2 a 0 0 o a o o O o O a O o 0 o n E a a o a a' 0. a 0 0 0.0 0 ¢ 0 0 60.6 0 6 l7 l7 a l7 l!! l7 l7 n `p a s V' ¢ ' ¢• c c o o ¢ c c ¢ m N c c c c c 0 ¢ 0 . .x . , < ,_ « ,._ ,(5 .6-21,-..,. .• 13 .c1,51,,,'m E E E `. `w w `w .u_ " E E E Eim y ' E E `m a ,T m w : : w w w w w w m w m w w L, •• a v o w w 0 0 0 0 •• •• a, w w w `o `o o v `o `o w w `o `o `m o` o `o m `o o 0 0 0 o o o 0 0 0 o o `0 y n n u _ . a n `o uo. LLo m m t m . . o Ioo i ,o t m t p-m t' o `o m m a m m m 0-t m m m mm m m m -2 8 m m n a w a O 0o V a a w E V.] Z S r m c O L m ry r O m ,n c 0 O O O O c c 5 o o w ° a c o 0 5 0 E c o 0 ° a w a N O ° w E ff� 2 p c a 0 'ACC NO , 0 0 v' K ,n 6 .. - w ,n G O 0 w > D O ›. 0 O 01 0 ^,' 0 >Y O L p 0 O L L G1 c0. ?L w ,n _o o a o 0 0 . .0 0 .o 0 o n y m a _1C .o 0 o a c 0 o s m N _ o C s m = in i ' ¢ u a c c w p= n ¢ c z c 'O r m T 0 0 c v «o « a , p« w w .m 0 — 0 w O u > — 0 0 a1 2 c >w v « w m.�u N `w c c m.a m.� . a v a > m � o ,n > c '^ u w >—w > °' 'n >w :w y E .a` z 0 - a LL ° a 2 U S cc s>0 ° a ° Zr w zo r 0 m ° � a w ¢ In U S ¢ ..n u 2 o = 19-i H ,°n U ° LL cc LL 2 0 ' ¢c co m m co co 'm m m co 0o m co m DO oo o o oo 0 0 0 0 o o o 4-1 vs- n CO m m m C, 0 0 0 m n • N .-I .-I .4 N N N N .-I .~.I w a, a, a, c0. o+ a, a, 0, a, a, 0o O1 0, a, 0 I^ V 0 J I— Z m O E E E E E V ,n n Q al ,n ui VI ,n' ,0.T W IV c N CO c c c d CO CO CO V L w O m O O S O C C m to cC ▪ a E O faa O L pa fap pp pa L O O L L L O 5 Z U V V V V V • p a w w n n - .1-. wa 0 T. a0 m O O w N w // J N N Vcc r0w, 00 .;i' _ 0 00 00 � O a w w w wayj = O E a COw r 9 v w w a0 �, pp o w a K �'• .poi Z a a w w a a i c o o i w 0) m Q 3 a A m a` z > > s z z O a a > > O L •'I- ..• O, co O, O, CO CO 03 03 O, ,D ,D O, O, O, W 0a,n y v m m N 0 m .m. .mi .mi 0 m m O O O Z S RO m Q Q ¢ ¢ ¢ I¢ ¢ ¢ Q Q Q Q IN C Q Z o) d a w O . < N L ^ 00 O, O N V1 ,D ^ CO a LL 0 m m m m m m 0 0 0 8 8 0 0 0 V a a Y Z ,n N V1 in V1 N up up ,D ,D L O ,O to ad u u u °c C 0 O. a L V Vp. W K o O V V V C C N a o a o V d Y O V n v c 0 a u c o u 3 • u v .a-. ~ a m C O O`0 V C o ` o -0 0 C C m O O V E ' m a °c ."0 N m-.. c 3 V o 3 3 C ti 0 00 u C a C t �° N o O Z u o n n o n y c a .Y n 3 C o c g m 3 3 c c c n 3 c ' -> o c a c y .a. .. o N o @1 .. ° ° ° 3 n '. t TT, ¢ c @1 n C C O m o a a a L g O o > 3 '^ m L ^� _ _ o o u Y E v LS' m o ° z 3 0 0 .ro - o m 3 3 °°m n m a a aU @/ v L' To ts Jo Fd o a 1.1 @J r, ° ° t �' « . n ; '1°,1', w Q `w `• w E V 3 L c v c °3 a > o r ° ° u m CN m m OOD ry > O C 0. ao m m ? c °' to c0 c c O N a, d u' 01"c " O "to a "u ' 8o u v = O 0 Y m " 7 m C av¢ a O a w Lo s E 0 u . n a C LI 6 2 O i5 0 i O O O O O O o o o O O O O O O O O o o o o 0 0 • 3 Z .9. .9. 00 00 00 00 .�'1 9 „may 9 00 00 00 00 00 00 00 00 00 00 00 O, 00 „ O O O O O O O O O O O O O O O O O O O O O O V = O O O O N O O O O O O O O O O O - O O O O O - r s O N s 2 0 N V1 N V1 V1 V1 N O O N N O O u1 ut O O O O O O N ut O O O O N V1 ut ut N V1 O O O N N V1 Lel N O N 0 0 0 0 O 0 0 O O O N N N N O rl rl N N O O , ,, m m m m N N N .. N N .-I ,5 .-. .. N N ti ." . N N N N .. N e. N N O . 00 K C C O O O a 2 a 12 IT * a c crn a v v c c 0 ! IJn hL c C N N N< EE a m a m a mOmmemci a dt1:10. . . O a O a O 0. 0. 0. M n O 0. 0. a s 7 0i a 7 a s a O a O a O 00 a o a > o o E > > > o 0 0 0 0 > > > o 0 0 E > > > > o E o o f, o o > 0 0 E 0 z n a o o a o o a 222222 o - o 0 0 o 0 0 0 0 y o 0 0 0 o o l7 a 8 "-6.. ,:. 8 "- ' ,._ ` ` O nt wow � 't `a `oo `, a .L i « « 6 ``o i i � v` ` ` � t° ` 't a`, wo r° ` v t° `oa ` ` w t° v t° a 6 u n 0 a mry A amm = v 2,.' m .8.0 n nmm nm 2,.' mmmn0 2,,,_m0 .6„' mmm mon m atm d O u03230333 32ww3 1 w Ti-.. O3O3O23O3O3n � � O � � O � � � � O � O � O a C VN < c uJm 2 a 0 ._ 2. (01 Q ' 'o m 0 0 f ao O o ` o a.a¢ " QLL ¢ VF- LL .. > III L.1_3. ° E Z o 0oC o cco ¢ mr 0, oa ? w .0 0 o v E 1 ` vc ° c ° s . w O N 0 __ E E E N c N E .� o E o a E N Qoc • . LL] 2yK > N K > O ,, 02 OO -O II I ccmw I °01 ., w % °• Zm >2 ' C o c o s >C , v76 ill . o . acww a ° wa ° -0L . a tw > . U « O, EVtu � fLN2DOS•a d, Ndh0 d m d HQH � Q3HKONOONHS - d , du . H • co 00 _00 00 00 00 00 00 00 00 ,00 00 CO IN N. N. 1 1 . . OO O O O O O O O O N. 01 W O J F Z > > y L L u 0L, 0 E 01 u o 2 2 o v ., Q V N a, . w aaw w w w a .V c, c 0. o mu L 0 m c a• C c c c c c :� C c a cc a E t n v `0 m m 0 0 o co_ m m co m o a y Z u u m u u u u - u u z u a u w u a ar E a, v a a '�° '�° m m v v — a '�° a E a Q -, N in an O .n v1 v1 v1 O O O O N N C 5, r0 h G N rl > "'1 f0 a -o a a o, a, w w v a a N a C a uCC = YE « �. v v w a 0 O ut o $ o a C vn) a y y y y a 67, a C a N 117 Z x OOOo Ow NOcc 3 E c c O C c c cN C 0 0 C c c -CR O > > > a a a a > > ¢ O O O O I- 'am m . m m o1 m :: is is is is m p 10 c... CO ▪ la Cu - CO W m V1 y , O O O O O 0 O CCO CO O 0 Om OmO 0 7 = R O m Q Q Q ¢ ° CO ti ¢ Q Q V ¢ Q Q Q NQ 0 V CO V ¢ Om - V ¢ < O Q Q Z u u a Q w d o a o m m o .. N m ti ,n .c r- m 00 0 .. N m .:I- N CO .o IN CO N 0 V a a Y u Z ti0 tip iD iD CD .D .0 .D 10 it iD 10 0 10 0 10 t0 0 i0 is 10 10 d u a c u ° ao n 0. - c N t 0 0 0 c 3 a N m d V a ... d V V ti a d d to V a V d O a d U V V U E o v c c 3 c a o u u o c W m U C O O d L C C C C O «' l7 «O y C C u 00 >To t O N O n a O c > a 0 0 .ay .ai O U1 , n ii 3 0a y 5 V In t o o 7. d3 n� nta a> coa cto 3 3 3 3 3 n E a a 9 a w a o %a Q_ u k a N a w 3 ° a a a a o o > o a O m 3 0 0 ° °° a o a ° m —y° o ° ` — = O 3 ` m c a o m c a' c ,. E m ``w, > > y c " c aE, v = a 8 n« ° a ay, E v 2 a+ vs c t.> > 0 o o a-0 N-o. ob L L a, d 0 a 'O H H >'ua a u « 3 a V. a o0 a c '" m u c m A 7.0° v a, o t m 3° o m n., o -o O v CO c 7°° v t, :, a N a E 3 S t o a O m 0 a rc 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3 z oa ao 06 ao o6 o0 00 00 00 oa a o0 00 00 oc m cc; c.6oilOo m co d 111 O O O O O O O O O O O O O O O O O O O O O O V = .ti O O d O 0 0 0 0 O O O O O 0 O O O O m O 0 F O = s 2 0 N ut ut l0 ul O m u1 0 0 0 0 0 0 ul u1 O O O O O , u1 u1 N o 0 0 0 t0 ut ul O O to 0 0 0 0 0 0 0 0 0 u1 ut o 0 0 0 0 Q . O O o 0 0 .i 0 0 0 0 .. .. .-i .-i .-. .-i m m m m .-. m .-i .y ..i .i N ul u1 00 W W m m N n N Lei ut u1 W m m 00 N n N N N Nn i R OC C O C .' a 2 c co C N L L y L y y t d N O K K ° CC O u U 0 t° N C ° 0 m m . m a n c •a m LL a m m m m m m a m E a n n m ° a n n d , a a a a a n n a a n m n > > O o E O J O o 7 7 O O 0 0 > > > > E `O O 0 0ro z0 'o 'o y y o o y o o o 0 0 0 0 0 o y o' 'o 00 a Q O O O C n C C c C c c C c ' ' c c a « y v v a, v a .12. 'co! a a`, ; a, w "0 '0 '0 '0 '0 '0 '0 'c ar w w ar ar v `w O � E Oa E E Et tE E E E E E �' S E E O O 3 E A 3 E 2 Oa o o Oa ro o o o ° o m 0 03 to 0 co w 'moo l° ,° ,0 co no ra o LI- o LL co o r ioLI L. 0 ra0 .0 0 ,o ,o A co ro v y o .0 C mo>Ov o i, > a a t LLco a d N N N N ° c c c E E z Li 1.*,'„ a E a a .- 4 a c c S N E— _ c.> ar '> S c z 1.-,, S z° .o r o C 'o u c 0 z° �. o a a`, a, 'o cc a`, o Qc v, z.o a01`, L.1. c -`O ° H H ° c a H O O c 0, N O -2 0 K d 'UN c t K m-• 3 C o K m ° '0 0= d E z O m OC ° a m K o a y o o ° o y z to v o o v a, m o 0 N ar ° m O occ 0 0 0 0 0 ° o o o m v m 2 , >0 Ts y m w w > a a, ar 5 .c a> > c t >?Z> ,co o m o 0 cc m a`, '2 m a+cc �` m .c7; o ii,� m a`, > 0 . m `m a 10 Q m ., ,o L., u 0 E a r « « o " p L c u o c E o t+ o E 'a c a'w o W o o .J 'v o 'a, o o 01 o E w `oma W o o z z 's i.,- s..' 2 2 c ma ,n ¢ 2mQ` i= Dov ra < s a a � asr a cc N 00 o0 m CO CO 00 0o m 00 0o m 00 m 00 m m m 00 00 o0 00 0 0 0 0 ..-1 0 0 0 0 0 0 0 0 0 0 0 N 0 0 o 0 o CN IN IN CY CN N N N N N N N N N N N N .. l0 l0 0 \N 00 0 00 N 0y 00' N 0 M V Vl O ti n n 00 a, .� O O O .4 .4 .-1 .4 .4 .4 .i .y .y .-1 .i .i rl .Ni .N-I .rv-, .Ni N C w 0 J I- C Z 0 > > o ,a',; L N W d W V N N c J V N -, _, J Q 0) N CD a, O, d N d N d N O, a, N O, d W N m m m m m m m m m m m m m m m m m V L v c c c c c c c c c c c c c c c c c c m IIICO C m a C L L L c L L L L L L L L O O L L L L L IV „ 0 Z U U U V V V V U U U U U « V U U U U LL N tp . .v. .?. « « « « « 5 5 « « G p « « 5 « « on J N % N 0 N Vf ul ul ul to N N N N '0 -Cl0 ul N p.i > '0 r 0) U -o v a V 'O 0 0 -° v -0 co d "0 O a Q a cc Om .2 0 > .>. t, l - 0 e E a a a a s a a a a `i', •• a a a yl o n a x n n a s a a a a a y a a a a a d' j z c d c c a, wc . ar w w w w 2 c c ar o o c c c c c 0 3 x 00 y 7 O 7 C O O = 7 7 O O C a a > > O C 7 L H H « m .O. m m l0 m m m w w m m l0 m 01 m l0 b 01 m to 01 W m y, , O 0 O O 00 c c O o ul O o m ti u, o O Vl O _ O m C V G ¢ m Q CY IN Q Q V V Q C m Q G Q Q m CY Q Q m Q Q y a` = u 12 p�7 ry m a 111 In N m m 0 N m a In e n CO m 0 .+ 'it' a LL o m m m m m m m m m a v a a a a s "Cr a N l^ l^ V a O. Y Z l0 t0 l0 l0 t0 0 l0 \° l0 t0 0 t0 0 l0 l0 t0 0 I t0 to to l0 a V a a u a c u o 4-1 u c 0 C, C CV - a o c a o L' 30- ° c o tt v Z c a c to to N v ry c ' m O `w C ¢ 3 3 3 H 3 3 a 3 ° m 0 0 s I a a .‘g °a oc o a u 3 aS V p 2 o a o a v E E mn d a w ¢ H ¢ V w 0 CO O 00 0 0 0 O 3 ,,-20 a0 00 00 00 oC e0 00 O > O a cc 0 0 0 0 0 0 O o a V = O O O d O O O O H oh O = a 2 0 0 0 0 0 v1 vl N un 0 O 0 O O 00 .y I� n O O .ti .ti .ti ri O K u1 O 5 5 5 5 O E E E a ry ?C2' w w `o (11 e m Cr. m no no m v m ) a a a a a a a a a a a L 00 z22222 882288 litta aaa ¢ c m w w w d m w w m - - - o 0 0"0 o w o 0 0 0 0 0 o u ` m m m O � m2mmo3222 m A m ¢ ¢ ¢ LL w w � c O to/ a � 82c. .o v7 a s -" w v` v w oM o w 1r c CO 03 CO CO CO 00 00 CO 0 0 00 0 0 0 0 N N N N N N 01 1D 1D t0 10 01 N N N N N N 1.1 w \ \ N N .-I N 17; N rl 'i N N rl rl H LI O c _c t m m c 0 d Z u u u v v u w LL R 9 w w w - O m a d d a d d - = a 0 O 0 j a a a X a a 6 D re A j - Z c c c c c c '� 0 ; 1 u v O 7 7 7 O n O W V1 Z E m m Q m Q Q Q Q Q Q w a = o 2 m v 1n to n co m o L.,) a 0. LL Z o b b 10 0 o tt0 a RETURN TO: PW ADMIN EXT: 2700 ID#: 2 Q� CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS/STREETS ORIGINATING STAFF PERSON:JOHN MULKEY EXT:2722 3. DATE REQ.BY:ASAP I. TYPE OF DOCUMENT(CHECK ONE): o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) o PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT o PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) o ORDINANCE ❑ RESOLUTION )ofiCONTRACT AMENDMENT(AG#):16-115 ❑ INTERLOCAL ❑ OTHER CHANGE ORDER#12. G. PROJECT NAME:PACIFIC HWY S HOV LANES PHASE V(S 340TH ST TO S 359T"ST) ;. NAME OF CONTRACTOR:GRAHAM CONTRACTING LTD. ADDRESS: 13555 SE 36TH STREET,SUITE 120,BELLEVUE,WA 98006 TELEPHONE(425)691-3591 E-MAIL: FAX: SIGNATURE NAME:GREG RITKE TITLE:GM US INFRASTRUCTURE r. EXHIBITS AND ATTACHMENTS:o SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE#08100723 BL,EXP. 12/31/19 UBI# 601409487 ,EXP.08/31/19 '. TERM: COMMENCEMENT DATE:AUGUST 25, 2016 COMPLETION DATE:UPON COMPLETION(411.5 WD) 1. TOTAL COMPENSATION:$8,316.00 THIS C.O./$1 t. Nig( TOTAL (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: o CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: o RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED o PURCHASING: PLEASE CHARGE To:306-4400-165-595-30-650 I. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED t PROJECT MANAGER - 2L1 i,-/Ls-1(e• ❑ DIVISION MANAGER ✓-...111111311 Bi DEPUTY DIRECTOR . c DIRECTOR o RISK MANAGEMENT (IF APPLICABLE) � 2.LAW DEPT at I I( war 0. COUNCIL APPROVAL([F APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING SENT TO VENDOR/CONTRACTOR DATE SENT: . /111'1 f IILI xC' DATE REC'D: o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE-IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED _16;1'. T .W Dcn — f)_ IGNATORY(MA 8 ..DIRECTOR) aC 3 t29�( ❑ CITY CLERK 6� 7j I t' 1 KAss[GNED AG# AG# Cci..tk5 L SIGNED COPY RETURNED DATE SENT: i"t•t ❑RETURN ONE ORIGINAL ;OMMENTS: 'EXECUTE"2"ORIGINALS. 4/2017 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT STPUL-0099(126) 12 December 20.,2018 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Pacific Highway South HOV Lanes Phase 5 Graham Contracting, Ltd. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: As required by federal law documented in the Americans with Disabilities Act (ADA) and the United States Access Board's Public Rights of Way Accessibility Guidelines (PROWAG), the City of Federal Way(City)is issuing this change to add anti-skid coating to all modular wetland unit (MWU) lids within the 48"pedestrian access route (PAR) along the entire Phase 5 corridor. A total of 12 lids will require this application as seen on Storm Drainage Plan sheets 127-145. The City is in receipt of Graham Serial Letters 203,222 and 232 and understands Graham's position that this is an added cost. The City agrees there is an added cost,but only for the application of the anti-skid coating at the time of manufacture,as the requirement is not explicitly called out as a requirement in Section 7-22 of the Special Provisions for MWUs, but was noted as a requirement on the material submittals prior to manufacture of the lids. The City maintains that all structures within the sidewalk are clearly part of the PAR to which anti-slip requirements apply—common knowledge in the roadway construction industry and knowledge that Graham has demonstrated on other occasions. Graham also chose to inform the City that they considered this application to be a new requirement too late in the season to utilize their field-applied product per approved RAM 171 despite having been first informed in January of 2017 that the MWUs in the PAR require non-skid surfacing. The City understands that current seasonal temperatures in this region prohibit use of roller-applied products in the field and that a factory application is now required.The City is willing to compensate Graham for this indoor application and any applicable subcontractor markups for its chosen and approved supplier. However, as stated in Serial Letter KSL 088 and reiterated in KSL 097,the City is unwilling to compensate Graham for added costs to apply this finish indoors. These disallowed costs include removal of the MWU lids,transport to and from the factory where finish is applied, reinstallation, shoring to maintain accessibility during application and any time- related impacts. Allowable costs indicated in the schedule below include application cost with 12.0% markup per RFP 21 proposal received December 21,2018. Changes to the Bid Schedule—Pacific Highway South HOV Lanes Phase 5 1. Schedule A—Bid Item CO 12.001 —Apply Anti-Skid for 6.20' x 3.60' MWU This is a new bid item.The unit price per each is$924.00 The quantity is lEA The total change amount for this item is an increase of$924.00 2. Schedule A—Bid Item CO12.002—Apply Anti-Skid for 4.50' x 4.25' MWU This is a new bid item.The unit price per each is$672.00 The new quantity is 1 lEA. The total change amount for this item is an increase of$7,392.00 1 The time provided for completion in the Contract is ® Unchanged ❑ Increased❑ Decreased by 0 Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If"Yes"Will the Policies Be Extended? ❑ Yes ❑No TOTAL NET CONTRACT: INCREASE$ 8,316.00 DECREASE_ STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of or relating in any way to, the Work identified, to be performed,or deleted pursuant to Change Order except as specifically described in this Change Order. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $16,700,526.60 PREVIOUS CHANGE ORDERS $ 111,132.96 THIS CHANGE ORDER $ 8,316.00 NEW CONTRACT AMOUNT $16,819,975.56 CONTRACTOR'S SIGNATURE DATE 411 ���-� 312?-1\1`t EJ WXSH P.E. DATE DIRECTOR PUBLIC WORKS DEPARTMENT 2 (GRAHAM March 27, 2019 John Mulkey City of Federal Way Public Works Department 33325 8th Avenue S Federal Way, WA 98003 Serial Letter No. 260 Project: Pacific Highway South HOV Lanes Phase V Contract: AG 16-115 RE: Proposed Change Order 13—MWU Lids Antiskid Coating Dear Mr. Mulkey, Out of an abundance of caution, and without waiver of its right to argue in the future that Graham has no obligation to supplement, Graham protests the City of Federal Way's proposed Change Order#13—Modular Wetland Unit Lid's Anti-Skid Coating as follows: a. Proposed Change Order#13 has an effective date listed on it of December 20, 2018, but it was not issued until much later in time. Proposed Change Order#13 contains a recognition by the City that the anti-skid application was not a requirement of the Contract. Requiring Graham to perform this work will result in increased cost and delay to Graham. b. Graham protested because, proposed Change Order#13, neither provides an acceptable extension of time nor does it provide Graham with an equitable adjustment of the Contract Sum. As stated in previous communication, special provisions section 7- 22 of the Contract does not specify that the lids are to be Non-skid. Furthermore, proposed Change Order#13 requires Graham to remobilize resources to the project to perform this work. Various employees of Graham had involvement, including; Ed Schepp,Jason Bottemiller, Seth Crites and Dan Zimmerman. Employees of the City and of KPG are also believed to have been involved, including;you, E.J. Walsh, Ken Gunther and Daniel Clark. c. The estimated amount of the equitable adjustment sought by Graham is$15,548.74 for the added work, a work sheet detailing the cost is attached (Exhibit A). d. Graham's current estimate of the disruption/schedule change as a result of this proposed change order is two working days. Graham reserves its right to further analyze and refine this estimate in the future including if and when the City actually issues a unilateral change order. (GRAHAM Graham specifically reserves its rights and defenses under contract, regardless of what is stated herein, and the position stated, are without waiver of Graham's rights, positions, defenses, and remedies. Respectfully, Ed Schepp Project Manager Graham Contracting, LTD CITY OF .r•••...• K g G Federal Way January 10, 2019 Serial Letter#097 Mr. Jason Streuli, Operations Manager Ed Schepp, Project Manager Graham Contracting, Ltd 13555 SE 36th Street, Suite 120 Bellevue, WA 98006 RE.Serial Letter No. W16051-222—Response to RFP 21 Non-skid Application for MWU Lids Mr. Schepp: The City of Federal Way ("City") is writing in response to Graham Contracting, Ltd's ("Graham") Serial Letter No.W16051-222, "Response to RFP#21 —Non-skid Application for MWU Lids"dated December 21, 2018. Graham states in GSL 222 that weather allowing in-field application of the non-skid product approved per RAM 171 for Modular Wetland Unit (MWU) lids is no longer permissible with the onset of winter conditions. However, the City maintains its position as stated with KSL #088 issued on December 12, 2018 that Graham was made aware of the requirement as early as January 2017 with the conditionally approved review of submittal package SM 14.02 with specific comments regarding non-skid surface treatment in sidewalk applications. There was more than ample time to apply a factory finish prior to installation or an in-field finish to the installed MWUs in warmer months. Graham apparently considers this requirement to be outside of the Contract but failed to notify the City of this postion until mid-November 2018 nearly two years after receiving official direction in the submittal review; past the time that RFP issuance, negotiation, change order incorporation and installation would have been possible in warm enough weather. Any claim related to this issue has been waived. The City also reiterates its position that non-skid surfacing within a pedestrian accessible route is not a new requirement under the contract.ADA requirements such as this are standard for all newly constructed sidewalks throughout the United States as all experienced roadway construction contractors doing business in Washington State should be well aware. Despite Graham's failure to promptly notify the City of the alleged changed condition and waiver, the City is willing to pay graham the added cost of application; however the City will not pay additional lid removal, shoring and reinstallation costs. The change order resulting from RFP 21 will be unilaterally executed to include application cost only. All other costs will be considered incidental to application without waiver of manufacturer's recommendations or project requirements to maintain ADA accessibility before, during and after application. Page I 1 The City specifically reserves all of its rights and defenses under the Contract,regardless of whether stated herein, and this letter and the positions stated herein are without waiver of the City's rights, positions, defenses, and remedies. Respectfully. Dan Johnston Assistant Resident Engineer KPG, Inc. Cc:Desiree Winkler John Mulkey Project File Page 12 (GRAHAM December 21,2018 John Mulkey City of Federal Way Public Works Department 33325 8th Avenue S Federal Way,WA 98003 Serial Letter No.W16051-222 Project: Pacific Highway South HOV Lanes Phase V Contract: AG 16-115 RE: Response to RFP#21-Non-Skid Application for MWU Lids Dear Mr. Mulkey, Graham Contracting, LTD("Graham") is writing this letter to the City of Federal Way("City") proposing a price of$14,103.72 to perform the work associated with RFP#21—Non-Skid Application for Modular Wetland Unit Lids; including the removal,transport, install, coating application and temporary shoring. The current weather conditions do not allow the work to be performed using the product submitted on in RAM 171.Therefore,the lids will need to be sent back to the supplier and applied at their facility. Graham respectfully disagrees with your position in KSL#088 that Graham not be fully compensated with time and money for this change and Graham reserves its right to time and time related impacts and costs associated with this RFP#21. Upon acceptance of this proposal, Graham is ready to aggressively proceed with the work. Please advise. Graham specifically reserves its rights and defenses under Contract, regardless of whether stated herein, and the positions stated herein are without waiver of Graham's rights, positions, defenses, and remedies. Respectfully, /i Ed Schepp Project Manager Graham Contracting, LTD pp pp pp pp pp H tDD n T H o O 0 0 a1 O Q n 0 0 N Z a1 ,..:i 1G Z O co 1A •'1 O1 n qG fl'1 ciO M 0 O co O 00 -N•1 a1 O N to .- .-V A 101 ei p/ a a v o o .-F W W o o Z z W W F W VT vT VT h 1R VT 1VT try VT vT an vT an vT an vT an v1. VT an N W an. aA an vT N V v 14 VT V! an uT 111. tt gx J W M 4 W I. F- O O cc m oOp 1" W W GC I.. N a z o I- G U g g a a ti a O OC 0 0 U g J a § Q W X F- F- IQ. Z) 00 2 ae T v VT Lai J a Z Z O c Lu a a V1 LA j 0 0F > > vmf � Occ YmQ VI VI r- ~ zi O m O 0 J a_ g m Q N Q = 0 1A a > o � ae F n ae S 0 m m 00 m m m m m m ca ° Q g ry 1— -0 cc p 0v p 1r p p CC z aC O nC O K C- 0C 0 re0 CO C w1.- OCl l- UJ F- LU T_ C) .1� LU 1_ 0. M. W 1_ uJ h 1u h = g d a f0 Ln 1n O. 1n n. 1/1 1n Cl 1n H O. 0_ 1n O. to O. 1n N ✓ 0 0_ 0 0 0 0 0 0 0 0 LA '1 N In ..... 1 O to3 N 0 2 V1 w4-• 'd V1 C N Z cr 2 0 -a _O a 10 LL a ce n Lal s azn - >- v g3 Q3 W o o Ce o Q rOv Yn m z illm IL Y >- 11.1 N O o W z a2 OLID co LL W • � 5 X CIO W O E N O a Q sr- W 3 W W V u a J3 r QQ W LL — V1 ��// Q. V D 2' Q 0 Q J 1i K W Y Q 10 X Z t 0 - O a w FW- n W 3 Y aQC •m LL " `t Q E < F- 0 a - F - z Z z 1_. O Z v - o v1 n v 0 o 0 0 Q a W F V1 In CO 01 V1 O IA O Z Z U 0 j 0 O a1 .,4 00 tO R W O e-1 N 111 t0 P V opo o Q I- QVT vT an 1/T aA 1/T VT t4 VT V VT 14 VT t4 VT 14 VT vT VT VT N VT VT VT VT VT N O 0 W 1-Q .�-I t-+ v v 0 CNC LI o d of ai ai n m F0 IX O > n co S e J O OJ 0 I- z >" Zan VT an an 0 0 J m < ,-iLO.-1o 1011 0 Ln 0 d' J F 1 IN I- o 0 � C0k. 0C � C � � � � L7 � t'� . " t o I-- 5-1 W W W W W W W W W W m a) w O K O ccO K O S O C O cc O ceO K O d' O co j N W Si) N N d p N 3 m a F- C> '^ O O 3 W N 00 •00 to O W L a1 01 {j 0 0 l7 y1 4ir- r Q (-4 ti W m3 � 'o 0 8 bin 4 z LI, O xi i0 10 l0 N ILI W Vl N1p M 0 W ✓f W U J d a coJx X U) O Ln F- Ln en Tr ma 1-1 m 0 O 0 @J Z ae '° 6 0 N (0 W 0 ‘1 a _ F- 1. 41 C O Y Y Z Z to °„ 0 1n u O E Z a v o �J o o o a Q` a as w > > x z \�y1/ ce °0 0 m n a J 10- a Si) v0i Q Q 0 u CITY Of KPG 4%....,_ Federal Way REQUEST FOR PROPOSAL • Architecture: • #21 Landscape Architecture ♦ civil Engineering DATE: December 12, 2018 CONTRACT NO.: AG-16-006 PROJECT NAME: Pacific Highway S HOV Lanes Phase 5 (S 340th Street to S 359th Street) SUBJECT: Non-skid Application for Modular Wetland Unit Lids SPECIFICATION 7-22 PLAN REF: None REF: • ATTACHMENTS: TO: GRAHAM CONTRACTING Provide proposal within ten(10) days for the scope of work described: NOTE: This is NOT a change order and does NOT constitute approval or notice to proceed on the issue. SCOPE: Provide a proposed cost to apply non-skid surfacing to all modular wetland unit(MWU)lids located within pedestrian access routes to achieve compliance with Americans with Disabilities Act (ADA) standards. Field-installed applications such as proposed with RAM 171 will be acceptable. Surface preparation and number of coats shall be per manufacturer's recommendations as indicated on approved submittal data. A satisfactory test report shall also be provided with notification of one completed MWU lid treatment for City review and approval prior to full application project-wide. Total estimated number of MWU lids requiring treatment for non-skid surfacing is 12. MATERIAL: Non-skid coating shall be per previously approved RAM or as newly submitted and approved. MEASUREMENT AND PAYMENT: Per each MWU to include all labor, equipment, overhead and profit directly related to application of non- skid surfacing for unit lids per manufacturer's recommendations as necessary to achieve full compliance with ADA standards. By: Dan Johnston,KPG Inc. Date: December 12,2018 CC: John Mulkey,City of Federal Way ....... . j"C' P Q CITY OF Federal Way December 12, 2018 Serial Letter#088 Edward Schepp, Project Manager Jason Streuli, Operations Manager Graham Contracting, Ltd 13555 SE 36th Street, Suite 120 Bellevue, WA 98006 RE: Response to Serial Letter W16051-203 "Modular Wetland Lid Anti-slip Coating" Mr. Schepp, The City of Federal Way received Graham Serial Letter W16051-203 entitled "Modular Wetland Lid Anti-slip Coating" on November 13, 2018. Graham requests that the City issue a field work directive (FWD) for applying non-slip surfaces to all modular wetland unit (MWU) vault lids within pedestrian access routes believing this work to be outside of the Contract. Although there is ample context elsewhere in this Contract in addition to industry standard practices and ADA guidelines to suggest that all underground structure lids located within the pedestrian traveled way present the same slip hazard and therefore must all include non-skid surfaces, the City agrees that there is no Contract language pertaining specifically to MWUs. As such, the City is willing to compensate Graham for labor and material expenses as required to apply non-skid surfacing to these structure lids via forthcoming Request for Proposal (RFP)#21. Graham is reminded that KPG and the City have noted on several occasions that MWU lids need to be non-skid and ADA compliant. This requirement was first communicated in KPG's conditional approval of submittal SM 14.01 on January 11, 2017. As Graham has on other occasions demonstrated a full understanding of ADA requirements such as stating in October 2016 with RFP 05 that "All installations in the sidewalk will be non-slip" and by providing multiple submittals (RAMs 164 and 171) for MWU field-installed adhesives, KPG was unaware until receiving GSL 203 that Graham considered this requirement for MWU lids to be added work. Being that Graham was made aware of this introduced requirement prior to MWU installation, the City is not amenable to paying for labor or materials to remove, transport or reinstall lids requiring offsite factory-applied finishes if no field installation options are available. The City is also unwilling to add time to the contract to address this requirement that Graham was made aware of nearly two years ago and therefore recommends that Graham proceed with field installation per approved RAM 171 or similar. The City specifically reserves all of its rights and defenses under the Contract,regardless of whether stated herein, and this letter and the positions stated herein are without waiver of the City's rights, positions, defenses, and remedies. Page I 1 Respectfully, Dan Johnston Assistant Resident Engineer KPG, Inc. Page 12 (GRAHAM November 13,2018 John Mulkey City of Federal Way Public Works Department 33325 8th Avenue S Federal Way,WA 98003 Serial Letter No.W16051-203 Project: Pacific Highway South HOV Lanes Phase V Contract: AG 16-115 RE: Modular Wetland Lid Anti-Slip Coating Dear Mr. Mulkey, Graham Contracting, LTD("Graham") is writing this letter to the City of Federal Way("City") regarding the request to have the modular wetland lids anti-slip coated. Graham requests that the City issue a field work directive for this additional work. Graham requests to be paid under the provisions of section 1-09.6 for all work associated with this request. The special provisions section 7-22 of the Contract do not specify that the lids are to be anti-slip p Y coated,therefore Graham considers this request to be extra cost. Upon issuance of the change order Graham will have the lids removed and sent to a facility to have the anti-slip coating applied and then re-install the lids on the modular wetland units. Graham specifically reserves its rights and defenses under Contract, regardless of whether stated herein, and the positions stated herein are without waiver of Graham's rights, positions, defenses, and remedies. If you have an questions concerningthis matter, please do not hesitate to contact me directly. YY Respectfully, Ed Schepp Project Manager Graham Contracting, LTD RETURN TO: PW ADMIN EXT: 2700 ID#: 3 1 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ FIX-C 1 2. ORIGINATING STAFF PERSON: Ole/ " !o 1, EXT: 2 7 2-2 3. DATE REQ.BY: 3. TYPE OF DOCUMENT(CHECK ONE): o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) o ORDINANCE o RESOLUTION CONTRACT AMENDMENT(AG#): ,h7//J o INTERLOCAL o OTHER �I!/L c�t (./ ° -. #./ l 4. PROJECT NAME: f c,,C (1/4A 1 C i 1.L/i S �}D LJ S / ISc t, 5. NAME OF CONTRACTOR: "' F P2�Q,�i�} ,� t`", ADDRESS: /4.5-�f !f / )` {f f�G i/t /LLT/ �!�'//.rye,L-/� y Pe.6" TELEPHONE: L '- r- /- E-MAIL: D/� FAX: SIGNATURE NAME: IC. I Ike TITLE:6.M',1/S z c kt,cl Lit 6. EXHIBITS AND ATTACHMENTS:o SCOPE,WORK OR SERVICES o COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS 0 PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFWLICENSE#Jti1CT07L) BL,EXP.12/31//' UBI#1:41/4C9 F2 ,EXP. F'l3/l Ll�j 7. TERM: COMMENCEMENT DATE: �'/&) //6 COMPLETION DATE: Opt- Cv I4-1\1°+^ TG,;c t t' '' 6v1) 8. TOTAL COMPENSATION:$ 5 If ),y 3 /6/0 ll1 661. 04 7,1,4,-A.( (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES 0-NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: o YES CNO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED o PURCHASING: PLEASE CHARGE TO: 3 t -4141/7J /d S'S if-3 0-6S e 9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEW D INITIAL/DATE APPROVED .PROJECT MANAGER ^ vL o DIVISION MANAGER L9.DEPUTY DIRECTOR ' R. DIRECTOR '`l o RISK MANAGEMENT (IF APPLICABLE) " LAW DEPT e/ nal 10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING nn I1� o SENT TO VENDOR/CONTRACTOR DATE SENT: Q I h,Y v ' DATE REC'D: A o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LIC NSES,EXHIBITS o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED BEPI" .4So•-• rk SIGNATORY(MAYOR•• DIRECTOR) M, 315118 o CITY CLERK �J� ASSIGNED AG# AG# t t'5 K SIGNED COPY RETURNED DATE SENT: 3•(3.t 74f' o RETURN ONE ORIGINAL COMMENTS: EXECUTE" L"ORIGINALS Uy��, 11 t \ � r LL Qki:-i1> 1e.%:ii6 ; Q . ,y- t fA N�.�v: [�ei%l...rc1 t2 i�:$!.� ,nn(t ( 1,\P 1/2018 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT STPUL-0099(126) 11 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Pacific Highway South HOV Lanes Phase 5 Graham Contracting,Ltd. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: While excavating for and building Wall#14 Graham and their sub-contractor(Tunista)hit an unmarked or located side sewer to a private property.The side sewer had to be re-aligned to better match the new Right-of- Way through this area.During the course of construction this issue was fixed in the field over time and this change order is being written to compensate the Contractor for the unresolved dollars associated with this unexpected site condition. Work taking place due to this change was tracked via force account forms with the total dollar amount tracked as$33,984.53 plus an additional$529.78 for material and permitting costs brought to our attention after initial review.No payment under bid item#A209 has been made to date.This change order is being written to compensate the Contractor for this work and account for the force account sheets tracked. F.A. Sheet#169= $5,699.00 F.A. Sheet#170= $12,974.73 F.A. Sheet#171 = $10,414.99 F.A. Sheet#172= $5,002.93 4"Pipe&Parts= $275.68 Permit Fee= $254.10 Total= $34,621.43 No time is associated with this change as the Schedule provided by Graham does not indicate this Wall#14 installation as critical path work. Changes to the Bid Schedule—Pacific Highway South HOV Lanes Phase 5 1.) Schedule A—Add new Bid Item CO13.001 —Wall#14 Side Sewer Restoration The unit cost for this Bid Item is$34,621.43.31 per Lump Sum. The quantity is 1 Lump Sum. The total change amount for this item is an increase of$34,621.43 The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by Calendar Days.This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑Yes®No p g If"Yes"Will the Policies Be Extended? ❑Yes❑No CHANGE ORDER AGREEMENT 1 THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE Existing Change UNIT ADD or - ITEM NO ITEM Qty QTY PRICE DELETE Change Item Total Additions CO13.001 Wall#14 Side Sewer Restoration 0 1 LS ADD $34,621.43 ADD ADD Sub Total= $34,621.43 Deducts DELETE DELETE DELETE Sub Total= Add= $34,621.43 Delete= $0.00 Total Change $34,621.43 TOTAL NET CONTRACT: INCREASE $34,621.43 DECREASE STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications,and with the understanding that all materials,workmanship and measurements shall be in accordance with the provisions of the standard specifications,the contract plans,and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of or relating in any way to, the Work identified, to be performed,or deleted pursuant to Change Order except as specifically described in this Change Order. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $16,700,526.60 PREVIOUS CHANGE ORDERS $ 76512.03 THIS CHANGE ORDER $ 34,621.43 NEW CONTRACT AMOUNT $16,$11,660.06 CONTRACTOR'S SIGNATURE DATE •4/'��L �Js"�l`1 E WALSH,P.E., DATE IRECTOR PUBLIC WORKS DEPARTMENT CHANGE ORDER AGREEMENT 2 (GRAHAM February 22, 2019 John Mulkey City of Federal Way Public Works Department 33325 8th Avenue S Federal Way, WA 98003 Serial Letter No. 244 Project: Pacific Highway South HOV Lanes Phase V Contract: AG 16-115 RE: Proposed Change Order 11 regarding side sewer repair near Wall#14 Dear Mr. Mulkey, Out of an abundance of caution, and without waiver of its right to argue in the future that Graham has no obligation to protest, Graham protests proposed Change Order#11 regarding the side sewer repair near Wall#14 which was received by Graham on February 20, 2019. Graham specifically reserves its rights and defenses under contract, regardless of what is stated herein, and theosition stated, are without waiver of Graham's rights, positions, defenses, and p g , remedies. Respectfully, Ed Schepp Project Manager Graham Contracting, LTD CITY OFAA. r K P G Federal Way February 19, 2019 Serial Letter#101 Mr. Jason Streuli, Operations p cons Manaa er Ed Schepp, Project Manager Graham Contracting, Ltd 11555 SE 36th Street, Suite 120 Bellevue, WA 98006 Execution of Change Order 11 for Wall 14 Side Sewer Revisions Mr. Schepp: The City of Federal Way ("City") issues this correspondence as follow up to Serial Letter KSL 090 dated February 5, 2019. KSL 090 was written in response to GSL 195 requesting corrections to Change Order 11 (previously CO #09) for Graham Subcontractor Tunista's Wall 14 side sewer work. Revisions to CO #11 have been made based on those requested that the City believes to be valid and were issued to Graham electronically with KSL 090 on Feb 5th A subsequent correction was made to unit pricing as requested by Graham and issued electronically on Feb 6`h. We've not yet heard word from Graham as to their intention to execute this change order as issued. The City is hereby reissuing the entire revised Change Order 11 package both electronically and with two hardcopies attached to this correspondence. Please sign and return both hardcopies by March 5`h 2019 (14 calendar days from today) or inform the City by letter prior to this date if Graham does not intend to sign. Unless new information is presented by March 5th supporting requested revisions with GSL 195 that were not incorporated, the City will unilaterally execute Change Order 11 per Section 1- 04.4 of the Standard Specifications. Respectfully, Dan Johnston Assistant Resident Engineer KPG, Inc. Cc: Desiree Winkler John Mulkey Project File Pave I 1 FA No. 169 DAILY REPORT OF �C_Ill. 1;4----- FORCE ACCOUNT WORKED SEATTLE .TACOMA Project Name: PAC HWY HOV PH5 Project No: STPUL-00991126) Item No.: A209 Unexpected Site Changes Date: 5/2/2017 Description of Work: Tunista Construction repairing damaged sanitary sewer pipe,damaged during install of the soldier pile wall at Pattison West skating center,by Malcolm Drilling while drilling at wall#14. Work by Subcontractor?:YES (yes/no) Prime Contractor: Graham Contracting Ltd Sub-Contractor: Tunista STRAIGHT TIME OVERTIME DOLLAR NAME OCCUPATION HOURS WWR HOURS WWR - AMOUNT Christopher Grinnell Operator-General Foreman 2 $ 66.61 2.5 $ 90.61 $ 380.15 Parnell Uepa Operator-Group 2 4 $ 65.46 1 $ 88.59 $ 350.43 Jack Neige! Operator-Group 2 4 $ 85.46 3.6 $ 88.59 $ 571.91 Todd Otto Operator-Group 2 4 $ 65.46 3 $ 88.59 $ 527.81 $ $ $ • SUBCONTRACTOR LABOR SUBTOTAL $ 1,810.10 SUBCONTRACTOR LABOR MARKUP 0 29%[$ 524.93 SUBCONTRACTOR LABOR TOTAL $ 2,335.03 x HOURS HOURS ADJUSTED STANDBY DOLLAR EQUIPMENT OR ATTACHMENTS WORKING STANDBY RATE RATE AMOUNT LV0011 Ford F150 Crew Cab 4.5 $ 20.30 $ 6.10 $ 91.35 ROL 204 JD 204 Loader 4 $ 45.00 $ $ 180.00 LE 624 JD 824 Loader 5 $ 84.36 $ 32.81 $ 321.80 _ LV0009 Pipe Truck Ford SD F350 7.5 $ 20.30 S 8.10 $ 152.25 EX 0002 JD 245 Excavator 7.5 $ 110.89 $ 29.02 $ 831.88 LV0010 Ford E450 Van 7 $ 20.30 $ 6.10 $ 142.10 EX 085 JD 85G Excavator 4 $ 57.00 $ • $ 228.00 Trench Box 4x20 4 $ 8.08 $ 6.08 $ 24.32 RE 135 JD 135 Excavator 4 _ $ 76.00 $ 76.00 $ 304.00 SUBCONTRACTOR EQUIPMENT SUBTOTAL $ 2,275.50 SUBCONTRACTOR EQUIPMENT MARKUP 0 21%I $ 477.86 SUBCONTRACTOR EQUIPMENT TOTAL $ 2,753.38 SUBCONTRACTOR Invoice QUANTITY UNIT PRICE DOI LAR AMOUNT $ $ . $ . SUBCONTRACTOR MATERIALS SUBTOTAL $ - SUBCONTRACTOR MATERIALS MARKUP 0 21% $ - SUBCONTRACTOR MATERIALS TOTAL $ - SUBCONTRACTOR LABOR,EQUIPMANT,&MATERIALS SUBTOTAL $ 5,088.39 PRIMES 12%MARKUP on SUB'S LABOR,EOUIPMANT,&MATERIALS $ 810.91. C:ON raCinr5 Representative Date ( SHEET TOTAL: $ 5,699.00 I henvr's Representative Date Pay Estimate Entered: Date: 5/2/2017 By: FANo.: Ib '( DAILY REPORT OF FCp44r FORCE ACCOUNT W•RKED SEATTLE • TACOMA Project Name: ;i._ 44..441- -. y �/ Project No:I-6- 14-113" Bid Item No.: 4—�._tre G,d _ Date: 2. Of 0-0/ Description of Work: - . _ A_._ , Irk . _ �r e • c_ •, a Jo.ti w tit � � /1-.41.�• 6-1. ¢�.,,*•4. DAA.itit. Pi‘orbit Tbit U°It fq f;. Work by Subcontractor?: JAI"'tK Prime Contractor: g.t 1t+- 6.ii r'c t--,, L.I 1 Sub-Contractor: STRAIGHT TIME OVERTIME COMMENTS NAME OCCUPATION HOURS HOURS - efr-:tilh;_rifi:it, ...1 /14.1141 a-. , Li ✓ I / -tti/A -M-:1/kt--- -__— _ `/ E. ..�'i? in kok 14:: 11. EQUIPMENT STRAIGHT STANDBY COMMENTS EQUIPMENT OR ATTACHMENTS HOURS HOURS til Goll lotei 4-v -5n U1r1 ✓ 'x ( P/o1°7 c-,.2.q /+'r �. ,/. . ' o' --31 c' rt.,Vi t-- 1.5" " L-,. v lb A.416, Ex '7.5 / L.1/0/ b t--c/7 ' lot r[ &I 1• i ✓ Ey 0645 0 3 o r 8 & 63( to/ ✓ , fit 6'i :i v r.p. 1 Uii-t, ti.k... MATERIALS r' y: MATERIALS &v.- tT) UNIT COMMENTS Pet ow; 135 -.1' or t 41 f Quantities as measured in the field INVOICE8 INVOICES QUANTITY UNIT DOLLAR AMOUNT Verificatior ours Wo ked: t COMMENTS: x - ?-17-17' -- c aCin 11 rlrrumunIUrbvi, Date X A i)(7_11 , .,/ 11,_61 i___ owner's ReimonlaUvo Date Bill#: KPGFA-169 Change Order#: KPGFA-169 Job Code: TC1751WA KPGFA-169 Sewer Repair for Graham Date Range: 05/02/2017 to 05/02/2017 Time and Material Billing Report Charges for Cost Code: 90000003 Sewer FA KPG j p ' '�� 0 r4 LS Date: 05102/2017 Foreman: GRICHR v41.1.4.16- Production Quantities- 0.000 Code Description Class Reg. Hrs Rate 2 Hrs Rate 3 Hrs T&M Rates Markup Value CACERI ?t Eric-Caceres--- LA3 -4 -1- 0 52.41 /73.08/0 29.00 -1364-71-- GRICHR Christopher Grinnell OP1-FORE 2 '" 2.5'r 0 66.81 /90.61 /0 29.00 4.64.59 MEYEBO -Be-A-Meyer. OP2 .4- -2,5- - 0 65.46/88.59/0 29.00 -623.48._ NEIJAC Jack Neigel OP2 4 V 3.5✓ 0 65.46/88.59/0 29.00 737.76 OTTTOD Todd Otto OP2 4'� 3V 0 65.46/88.59/0 29.00 680.62 UEPPER Pemell Uepa OP2 4✓ 1 '' 0 65.46/88.59/0 29.00 452.05 EX0002 JD 245 EXCAVATOR 7.5'r 0 0 110.89/ 110.89/29.02 21.00 1,006.33 EX085030T JD 85G Excavator(Lease) 4 'V 0 0 57/57/0 21.00 275.88 LE624010T JD 624 Loader(Lease) 5 ✓ 0 0 64.36/64.36/32.81 21.00 389.38 LV0009 F350 SUPER DUTY PIPE( 4-5-/. 5 0 0 20.3/20.3/6.1 21.00 110.53 LV0010 FORD E450 BOX VAN(TCI 7 V 0 0 20.3/20.3/6.1 21.00 171.94 LV0011 2011 FORD F150 CREW C 4.5 ✓ 0 0 20.3/20.3/6.1 21.00 110.53 REX0005 JD 135G Excavator RENT 4 ✓ 0 0 76/76/0 21.00 367.84 RL00001 JD 204 Loader RENT 4 ✓ 0 0 45/45/0 21.00 217.80 SE0003 4 X 20 TRENCH BOX 4✓ 0 0 6.08/6.08/6.08 21.00 29.43 Totals for:05/02/2017 Labor Totals: Hours- 22/13.5/0 >> 35.5 Value- 3,323.21 Equip Totals: Hours- 44.5/0/0 >> 44.5 Value- 2,679.66 Unit Value for Today: $0.00 per LS (0 LS) Total Value: 6,002.87 Inspector Note: repair at Pattison's West,excavation of manhole and set first 12x12 box. Unit Value Total Value (per LS) Totals in the Date Labor Value: 0.000 3,323.21 Range for Cost Code 90000003 Equipment Value: 0.000 2,679.66 Material Value: 0.000 0.00 Total Production: 0 Subcontract Value: 0.000 0.00 Supply Value: 0.000 0.00 OSSUB: 0.000 0.00 TRCKNG: 0.000 0.00 Misc 3: 0.000 0.00 Total Value: 0.000 6,002.87 Totals by individual items Code Description Class Reg. Hrs Rate 2 Hrs Rate 3 Hrs Value Employees: CACERI Eric Caceres LA3 4 1 0 364.71 GRICHR Christopher Grinnell OP1-FOREM 2 2.5 0 464.59 MEYEBO Bo A Meyer OP2 4 2.5 0 623.48 NEIJAC Jack Neigel OP2 4 3.5 0 737.76 OTTTOD Todd Otto OP2 4 3 0 680.62 UEPPER Pemell Uepa OP2 4 1 0 452.05 Totals: 22 13.5 0 3,323.21 Equipment: Drinfnri nn• 11'7/7$$/'/110 41,94.g4 Dsno 4 I KcIVt:rl :Mart I Y I IV V V Ili E 9RANCX 503 • 2229 112r1 Sear # 1 A • • : -002 TACOMA 110. 99445 253-549-9300 253-549-0619 PAZ Customer II : 1282350 Invoice Date : 05/23/17 D Date Out : 04/03/17 05:00 PM PAC HWY PROJECT Billed Through 205/29/17 00:00 CORNER OF PAC HWY & S 344TH ST UR Job Loc : CORNER OF PAC HWY & x:Y@Z Customerob ID: 34 3100149316 FEDERAL WAY WA 98001 P.O. * : wz =1 3 Office: 206-729-8844 Cell : 425-658-1555 Order ere dByy s SETH CRITEiSS OCUM ReIVANSalesperson ; MICHAEL KERANS GRAHAM CONTRACTING LTD (US) ; Invoice Amount: $6,058.99 9709 3RD AVE NE. STE 300 _ --- SEATTLE WA 98115-2027 Terns: Net 45 Days Payment options: Contact our credit office 704918-4824 REMIT TO: UNITED RENTALS(NORTH AMERICA),INC. PO BOX 840514 fi DALLAS TX 75284-0514 UR/TM. ITEMS: Qty Equipment Deecription Minimum Day Week 4 Week Amount 1 10406467 TRENCH BOX 6' X 24' • 257.04 257.04 638.52 1947.18 1,947.18 Make: SPEEDSHORE Model: TS-0624UR4FB Serial: U-15-7694-S 4 940/5505 SPREADER BAR (KIT) 8" X 3.5' 8 944/9946 ROAD PLATE 8' X 20' 69.10 71.00 219.00 454.00 3,632.00 Rental Subtotal: 5,579.18 Agreement Subtotal: 5,579.18 Tax: 479.81 Total: 6,058.99 :OMMENTS/NOTES: • *** IN NB LANE *** ***DELIVERY REQUIRED TWO (2) TRIPS*** BILLED FOR FOUR WEEKS 5/01/17 THRU 5/29/17 05:00 PM ARE YOU OR YOUR EMPLOYEES IN NEED OF OPERATOR CERTIFICATION TRAINING? CONTACT UNITED ACADEMY TODAY 844-222-2345 OR WWW.UNITEDACADEMY.UR.COM TRAINING IS NOT AVAILABLE ON CERTAIN EQUIPMENT IN CANADA. THIS 4 WEEK SICCING INVOICE IS ISSUED SUBJECT TO THE TERMS AND CONDITIONS OF THE RENTAL AGREEMENT,WHICH ARE INCORPORATED HEREIN BY REFERENCE. A COPY OF THE RENTAL AGREEMENT IS AVAILABLE UPON REQUEST You Can Now AccI$s Invoice History end Update Purchase Orders Online Page: 1 Fn.CInn lin rnn,.,r:ier nr nn.C„nnn,rm,,,rnn, vruer /VIM vaere rdrta oa vIe w urwwca r�cuawnrerpunri.paNc.�un. Itt!(OMAIE PfitlieEr4CI PAPEMACHIN HIY 4-23-17 2418991 P '.WEW AN Pala Machary,kW,aosealas2T,Eupow,oa9744o SERVICE INVOICE ADDRESS SHOWN BELOW T RECEIVED PP AUTH: 278178 S ACCT: ******2541 APR 2 6 2017 2401 (JD) GRAHAM CONTRACTORS 1 P GRAHAM CONTRACTORS 411 1ST AVE S STE 620 GRAHAM T SAM:206-549-8323 0 SUITE 300 W16051 SEATTLE WA 98104 PHONE: 206-729-8844 CUSTOMER NO TYPE DATE OPENED PURCHASE ORDER NO. AUTHORIZED BY!RELEASE NO 620438 JD CREDIT 4-07-17 3100149162 MAKE MODEL SERIAL NO, EQUIP NO. METER JD 135G 1FF135GXJEE400712 A41-075 2506 QUANTITY I DESCR#PTFOA I EACH AmouNT SEGMENT 001 PERFORM 500HR SVC. COMPLETED 500 HOUR SERVICE. CHECKED ALL OIL LEVELS . CHECKED BATTERY ELECTROLYTE LEVEL AND TERMINALS . DRAINED WATER AND SEDIMENT FROM HYDRAULIC TANK. CHANGED THE ENGINE OIL AND ENGINE OIL FILTER. CHECKED AIR INTAKE HOSES. CLEANED CAB FRESH AIR AND CAB RECIRCULATING AIR FILTERS . TOOK SAMPLES OF THE HYDRAULIC OIL, TRAVEL GEAR CASE OIL, ENGINE OIL AND SWING GEAR CASE OIL. LUBRICATE THE BLADE PIVOTS, SWING BEARING AND SWING BEARING GEAR. 1 8983020750 FILTER ELEM@ 18 .29 18 .29 5 AT346594 FLUID KIT @ 15 . 00 75 .00 13 TY26529Q EX-46HN BUL@ 3 . 32 43 . 16 21 TY26682Q PLUS-50 II @ 2 . 93 61. 53 PARTS LABOR 197. 98 362 . 50 TIME/MATERIALS 560.48 20.00 36 . 62 TAX 56. 62 SEGMENT TOTAL--> 617. 10 SEGMENT 002 REPAIR THUMB ISSUE. REPORTED THUMB IS SLOW CLOSING AND LACKS POWER TO HOLD. OIL LEVEL WAS CHECKED. 12 QTS LOW. SYSTEM HYDRAULIC PRESSURES WERE TESTED. AUXILIARY RELIEFS : UP 22 .2 MPA AND DOWN 17 .2 MPA. PRESSURES WERE GOOD. SUSPECT A BAD BALL VALVE OR AUXILIARY FLOW CONTROL VALVE. THE FLOW CONTROL VALVE WAS INSPECTED. FOUND THE VALVE IS NOT CHANGING DIRECTION AS WORK MODE IN THE MONITOR IS CHANGED FROM THUMB MODE TO COMPACTOR MODE. FLOW CONTROL VALVE WAS REMOVED FROM THE MACHINE. THE VALVES INTERNALS ARE RUSTED . CLEANED AND LUBRICATED THE VALVE. THE VALVE WILL NOW CHANGE DIRECTIONS AS BEFORE IT WOULD NOT WITH RUST BUILT UP. REINSTALLED THE VALVE AND This purchase is subject to the terms of ate POWERPLANm credit agreement.I grant POWERPLANTM a - DESCRIPTION AMOUNT purchase money security interest,except as limited In that agreement,In the goods described. TOTAL PARTS TOTAL LABOR SPECIAL SERVICES SALES TAX PLwww.papemachinerw.com THIS SE PM > CONTINUED TOTAL > e" fi 1 ____ S Q �A N •A N N to V! N�N G1 N M N M N N N 4 N N N N N N-N N M N N N N N M N • f . _______ _ 1,11 d_ _ w , 1 g ! Hi i 17! V_ Tpl : ✓. i5 �('• 17 4` TO / r �"r r 4- o -114.- L= 111 � it / h 1 , P lithilMihilitilii .4- ii I u, a, ,,,, • Is 0 I 1 r''''i I i - i ---' tfi r j ill i kr)*"../Nte r , j,,,, Q _.) ? ki2 �c , gg. 4 �st w:z.:: „ %' a d a 91"641j 6 -II P 6 CJ N c44# Cv 5 -� d r. ta„N `g r'w_ QO Woca ° I * 8a �. 3 tit 5 ' 4-,4 i 11 04 qE 1 S 1 i & 3N NMMNM W .. .. ... . . y� NMNNMMNN NNMNNNN A t g } i SIy P I Q L i - iVi_80808171WW0Wi8 0 i W FA No.: 170 __ DAILY REPORT OF NC. r FORCE ACCOUNT WORKED SEATTLE •TACOMA Project Name: PAC HWY HOV PH5 Project No: STPUL-0099(126) Item No. A209 Unexpected Site Changes Date: 5/3/2017 Description of Work: Tunista Construction continued to repair damaged sanitary sewer pipe,damaged during Install of the soldier pile wall at Pattison West skating center,by Malcolm Drilling while drilling at wall#14. Work by Subcontractor?:YES (yes/no) Prime Contractor: Graham Contracting Ltd Sub-Contractor: Tunista SUBCONTRACTOR LABOR STRAIGHT TIME OVERTIME DOLLAR NAME OCCUPATION HOURS WWR HOURS WWR AMOUNT Christopher Grinnell Operator-General Foreman 8 $ 66.81 3 $ 90.61 $ 806.31 I Pemeli Uepa Operator-Group 2 8 $ 65.46 3 $ 88.59 $ 789.45 Jack Neigel Operator-Group 2 8 $ 65.46 4 $ 88.59 $ 878.04 Todd Otto Operator-Group 2 8 $ 65.46 5 $ 88.59 $ 966.63 Eric Caceres Laborer-Group 3 8 $ 52.41 3 $ 73.08 $ 838.52 - _ Bo Meyer Operator-Group 2 8 $ 65.46 4.5 $ 88.59 $ 922.34 SUBCONTRACTOR LABOR SUBTOTAL $ 5,001.29 SUBCONTRACTOR LABOR MARKUP U 29% $ 1,450.37 SUBCONTRACTOR LABOR TOTAL $ 6,451.66 ._,�. - :.._�:-.-_Y.�.. „ .- _.-..__T..; .,____. BCONTRACTOREQUIPMENT _ HOURS HOURS ADJUSTED STANDBY DOLLAR EQUIPMENT OR ATTACHMENTS WORKING STANDBY RATE RATE AMOUNT LV0011 Ford F150 Crew Cab 11 $ 20.30 $ 6.10 $ 223.30 ROL 204 JD 204 Loader 8 $ 45.00 $ • $ 360.00 LE 824 JD 624 Loader 11 $ 64.36 .,$ 32.81 $ 707.96 LV0009 Pipe Truck Ford SD F350 12 $ 20.30 $ 6.10 $ 243.60 EX 0002 JD 245 Excavator 12 $ 110.89 $ 29.02 $ 1,330.68 LV0010 Ford E450 Van 13 $ 20.30 $ 6.10 $ 263.90 RE 135 JD 135 Excavator 8 $ 78.00 $ 78.00 $ 608.00 EX 085 JD 85GExcavator __ 8 $ 57.00 $ $ -- 456.00 v Trench Box 4x20 _ 9 $ 6.08 $ 6.08 $ 48.84 SUBCONTRACTOR EQUIPMENT SUBTOTAL $ 4,242.08 SUBCONTRACTOR EQUIPMENT MARKUP 0 21% $ 890.84 SUBCONTRACTOR EQUIPMENT TOTAL $ 5,132.92 SUBCONTRACTOR Invoice QUANTITY UNIT PRICE DOLLAR AMOUNT $ - $ - - $ • SUBCONTRACTOR MATERIALS SUBTOTAL $ • SUBCONTRACTOR MATERIALS MARKUP 6 21% $ - SUBCONTRACTOR MATERIALS TOTAL $ - SUBCONTRACTOR LABOR,EOUIPMANT,&MATERIALS SUBTOTAL $ 11,584.58 PRIMES 12%MARKUP on SUB'S LABOR,EOUIPMANT,&MATERIALS $ 111111111. Contractor's Representative Dale SHEET TOTAL: $ 12,974.73 Owners Representative Date Pay Estimate Entered: Date: 5/3/2017 By: Bill H: KPGFA-170 Change Order#: KPGFA-170 Job Code: TC1751 WA KPGFA-170 Sewer Repair for Graham Date Range: 05/03/2017 to 05/03/2017 Time and Material Billing Report Charges for Cost Code: 90000003 Sewer FA KPG LS Date:05/03/2017 Foreman:GRICHR Production Quantities- 0.000 Code Description Class Reg.Hrs Rate 2 Hrs Rate 3 Hrs T&M Rates Markup Value CACERI Eric Caceres LA3 8 3 0 52.41 /73.08/0 29.00 823.69 GRICHR Christopher Grinnell OP1-FORE 8 3 0 66.81 /90.61 /0 29.00 1,040.14 MEYEBO Bo A Meyer OP2 8 4.5 0 65.46/88.59/0 29.00 1,189.81 NEIJAC Jack Neigel OP2 8 4 0 65.46/88.59/0 29.00 1,132.67 OTTTOD Todd Otto OP2 8 5 0 65.46/88.59/0 29.00 1,246.95 UEPPER Pernell Uepa OP2 8 3 0 65.46/88.59/0 29.00 1,018.39 EX0002 JD 245 EXCAVATOR 12 0 0 110.89/ 110.89/29.02 21.00 1,610.12 EX085030T JD 85G Excavator(Lease) 8 0 0 57/57/0 21.00 551.76 LE624010T JO 624 Loader(Lease) 11 0 0 64.36/64.36/32.81 21.00 856.63 LV0009 F350 SUPER DUTY PIPE( 12 0 0 20.3/20.3/6.1 21.00 294.76 LV0010 FORD E450 BOX VAN(TCI 13 0 0 20.3/20.3/6.1 21.00 319.32 LV0011 2011 FORD F150 CREW C 11 0 0 20.3/20.3/6.1 21.00 270.19 REX0005 JD 135G Excavator RENT 8 0 0 76/76/0 21.00 735.68 RL00001 JD 204 Loader RENT 8 0 0 45/45/0 21.00 435.60 SE0003 4 X 20 TRENCH BOX 8 0 0 6.08/6.08/6.08 21.00 58.85 Matl-Sub-Exp Description Cost Type Received Used Units T&M Rate Markup Value 2FOWLER Fowler/Pipe M 981.000 981.000 LS 1.000 21.00 1,187.01 Totals for:05/03/2017 Labor Totals:Hours- 48/22.5/0 >> 70.5 Value- 6,451.65 Equip Totals: Hours- 91/0/0 » 91 Value- 5,132.91 Matl/Sub/Exp Total: Value- ,_<1,187.01 ----- - - _ Unit Value for Today: S 0.00 per LS (0 LS) Total Value: 12,771.57 Inspector Note: 6:00am go over equipment checklists AHA and plan of the day 6:20 finished excavation of existing Manhole and Tie in for Pattison's West sewer re it installed 12x12x8 mh box and 12x12x4 mh box removed existing connection and installed C/O and Wye per Lake aven direction, Lakehaven inspector Jason informed Tunista that the new side sewer must be behing ROW a prox 3.50 behind lag wall Tunista sawcut 401f of Pattision west parking lot to accomodate the set back required by L kehaven. rjo jo tirzikt S kg& Nor 7 0 A f/4- Site-6-7-5 Printed on: 03/28/2018 12:22:30 Pace 1 FA No.: I v DAILY REPORT OF 1E4C.31E:" r FORCE,; CCOUNT WO'KED SEATTLE •TACOMA Project Name:' : r,„, a, i ___ 1_ Project No: /1‘..— /L., 1/5 Bid Item No.: — , 4 ...,, , k `.w Date: a-d/ Description of Work: (1,,,,,k74:,,,, 54,11- - , t- — ...i.,,A.,L --//. .-0,.s., '—( Iy Work by Subcontractor?: 7M. 4 Prime Contractor.(4,,,,, ., Sub-Contractor: I ___ STRAIGHT TIME OVERTIME COMMENTS NAME /� OCCUPATION HOURS HOURS 6tAei•,,,4IA KJ "fitOrVt ( t-0444. / O 8 3 Ti-dk ggrc (.5,--4--Aira, R V- ?;1 ofJ 8 S F .4,• �� L �.3 b40 A Mee-a_ ye..... g _ ci. .8- STRAIGHT STANDBY COMMENTS EQUIPMENT OR ATTACHMENTS HOURS HOURS 40/1 4 -LSO `fp-.d pia /r LAG 0 i t 7-0`/ 1/41-ID 1,7,„i . 8 'f 6 2x/o/o Y (oL T*o //-- /1 it (74 4- 3S a 4‘4„, P .t. &mai., /a- =* G 2_ g'/5 a_ IA/ Dex ♦2 V - 016 &'/ O f i"y /3 126x o s /.35 Gex. Ig TO -56- 6 44t8 S03o r , MATERIALS 410A161.TRY UNIT COMMENTS '.),C 16 ' tr t.,C. x 8 A_ luantities as measured in the field .:7.,477 ,-.� ma _ • ,�p :...f.„, ..• ..�' .,..7::;:t!.. INVOICES QUANTITY UNIT DOLLAR AMOUNT J verification . ours i • ed: COMMENTS: c RapresontoUve Date f /7 Lel. ?1),-7 Owners tit resotantive Date r 1E ii 4 El N N'��S N VI N .». . .. N N M N N 4 :, v NI f54 gfipga i-6 2g 1 Vflid W ► W ► W Q . g i § g : t WaffdlrattIll ! ll3 A.0 tc---.:- rai i li I ----; ---- 4-- 1 (23 1 r--. , A A x 1—t\f-- -i. , -11 11- A :1-ii 6 )ri. % i -kcje.- h a i '„ ,0 _ e n I ci A ,Y 6 C 1 1) H P11, ri, p c th 9 S 6 (9 ”' : c?, o,,, , 7.,., , ki; , kDR x v r ° ° x 1220-1,1' tz ?.. ocill g 5 1 q z r 1_ 1 Q Hi N N M N N N N N N N N M M N 4T 4! S? M N y M M M N N M N A Vr - , _ . _ . V la g $ !„ ri 1 2 J 2'c O Or f 04 c rAc tIN4. co ic I g. -1, ' _Al / Q E �V s �si,-�.,r- 1 Iii tic:,:e � �� ,„. 2-:, t o ,...--., C...) �- _ _ V/sllt5 1 11Q11&441.7 11111111111111111111111111111111111111111111 -T VVI-L.sIL. vii-1—tusu TRENOH SAFETY INVOICE 1RAMCU 10.3 i*X1A Wi 19445►6T # 1 45464684-00 1 353-348-1300 253-34/-06ID YAX Customer # z 1282350 Invoice Date : 04/25/17 1 Date Out : 04/03/17 05:00 PM PAC HWY PROJECT Billed Through : 05/01/17 00:00 1 CORNER OF PAC HWY & S 344TH ST UR Job Loc : CORNER OF PAC HWY & x:Y®Z � Customer Job ID: 34 3100149316 FEDERAL WAY WA 98001 P.O. # : D164 Office: 206-729-8844 Cell: 425-658-1555 OrdereTdi By:WritteIVAN SLOTCUM Salesperson : MICHAEL KERANS GRAHAM CONTRACTING LTD (US) Invoke Amount $6,737.74 9709 3RD AVE NE STE 300 .__ . ._. _._.....____ .----- _ SEATTLE WA 98115-2027 Tazae: Net.*Deys 11 Payment options: Conde our erode°dem 7049M41124 REMIT TO: UNITED RENTALS(NORTH AMERICA),INC. PO BOX 840514 M DALLAS TX 75284.0514 _..::t� ..comer,•.autos vtc ,:. mew. !ENTAL ITEMS: Qty Equipment Description Minimum Day Week 4 Week Amount 1 10406467 TRENCH BOX 6' X 24' 257.04 257.04 638.52 1947.18 1,947.18 Make: SPEEDSHORE Model: TS-0624UR4FB Serial: U-15-7694-S 4 940/5505 SPREADER BAR (KIT) 8" X 3.5' 8 944/9946 ROAD PLATE 8' X 20' 69.10 71.00 219.00 454.00 3,632.00 Rental Subtotal: 5,579.18 tALES/MISCELLANEOUS ITEMS: Qty Item Price Unit-of Measure Extended Amt, 1 DELIVERY CHARGE 625.000 EACH 625.00 Sales/Misc Subtotal: 625.00 Agreement Subtotal: 6,204.18 Tax: 533.56 Total: 6,737.74 'OMMENTS/NOTES: *** IN NB LANE *** ***DELIVERY REQUIRED TWO (2) TRIPS*** BILLED FOR FOUR WEEKS 4/03/17 THRU 5/01/17 05:00 PM ARE YOU OR YOUR EMPLOYEES IN NEED OF OPERATOR CERTIFICATION TRAINING? CONTACT UNITED ACADEMY TODAY 844-222-2345 OR WWW.UNITEDACADEMY.UR.COM TRAINING IS NOT AVAILABLE ON CERTAIN EQUIPMENT IN CANADA. THIS 4 WEEK BILLING INVOICE IS ISSUED SUBJECT TO THE TERMS AND CONDITIONS OF THE RENTAL AGREEMENT,WHICH ARE INCORPORATED HEREIN BY REFERENCE. A COPY OF THE RENTAL AGREEMENT IS AVAILABLE UPON REQUEST You Oen Now Access Involve History and Update Purchase Orders Online Page: 1 __ FA No.: 171 DAILY REPORT OF IEClE3` FORCE ACCOUNT WORKED SEATTLE •TACOMA Project Name: PAC HWY NM/PH5 Project No: STPUL-0099(126) item No.: A209 Unexpected Slte Changes Date: 5/4/2017 Description of Work: Tunista Construction continued to repair damaged sanitary sewer pipe,damaged during install of the soldier pile wall at Pattison West skating center,by Malcolm Drilling while drilling at wall#14.Cut HMA to Jet utility behind new right of way. _ Work by Subcontractor?: YES (yes/no) Prime Contractor: Graham Contracting Ltd Sub-Contractor: Tunista ¢ .-SUB �.UP _ .11',•:'‘,S!+':, ,.j.L rim kaAr .,y.a- 1 STRAIGHT TIME _ OVERTIME DOLLAR NAME OCCUPATION HOURS WWR HOURS WWR AMOUNT Pemel Uepa Operator-Group 2 8 $ 86.46 2 $ 88.59 $ 700.88 Jack Nelgel _Operator-Group 2 8 $ 85.48 4 $ 88.59 $ 878.04 Todd Otto Operator•Group 2 8 $ 65.46 4 $ 88.59 $ 878.04 Eric Caceres Laborer-Group 3 8 $ 52.41 2 $ 73.08 $ 565.44 Bo Meyer Operator-Group 2 8 $ 65.48 3.6 $ 88.59 $ 833.75 SUBCONTRACTOR LABOR SUBTOTAL $ 3,858.13 SUBCONTRACTOR LABOR MARKUP 81 29% $ 1,118.28 SUBCONTRACTOR LABOR TOTAL $ 4,974.41 _ SUBCONTRACTOR EQUIPMENT I! HOURS HOURS ADJUSTED STANDBY DOLLAR 1 EQUIPMENT OR ATTACHMENTS WORKING STANDBY RATE RATE AMOUNT LE 824 JD 624 Loader 10 $ 64.36 $ 32.81 $ 643.60 LV0009 Pipe Truck Ford SD F350 12 $ 20.30 $ 8.10 $ 243.60 EX 0002 JD 245 Excavator 12 $ 110.89 $ 29.02 $ 1,330.68 LV0010 Ford E450 Van 12 $ 20.30 $ 6.10 $ 243.80 RE 135 JD 135 Excavator 8 $ 76.00 $ 76.00 $ 808.00 EX 085 JD 85G Excavator 8 $ 57.00 $ - $ 458.00 Trench Box 8x24 B $ 8.08 $ 8.08 $ 48.64 --- $ - $ - $ $ $ - $ SUBCONTRACTOR EQUIPMENT SUBTOTAL $ 3,574.12 SUBCONTRACTOR EQUIPMENT MARKUP 0 21%1$ 750.57 SUBCONTRACTOR EQUIPMENT TOTAL $ 4,324.69 SUBCONTRACTOR Invoice QUANTITY UNIT PRICE DOLLAR AMOUNT $ $ $ . $ SUBCONTRACTOR MATERIALS SUBTOTAL $ - SUBCONTRACTOR MATERIALS MARKUP 0 21% $ • SUBCONTRACTOR MATERIALS TOTAL $ SUBCONTRACTOR LABOR,EOUIPMANT,& MATERIALS SUBTOTAL $ 9,299.10 PRIMES 12%MARKUP on SUB'S LABOR,EOUIPMANT.&MATERIALS 4,, 1,115.89 i,iiii.rA,r,.Representative Date SHEET TOTAL: $ 10,414.99 Owner's Representative Dale Pay Estimate Entered: Date: 5/4/201. By: FANo.: t -I A DAILY REPORT OF ilEC.IFIP4C3r FORCE . CC•U NT W•RK D SEATTLE •TACOMA Project Name: ,, 4 , Is t Project No: )66- 1 -/15 Bid Item No.: 4- 2.01 ' /ALA, 'Vvl ' 'sem Dater /Vj �► Description of Work: cit.,„z/04 �,I �' j1 �44%.-s. 1-) .,L— Work by Subcontractor?: x64" Prime Contractor` A 0. 4,; /, Sub-Contractor: __ _,Le STRAIGHT TIME OVERTIME COMMENTS NAME OCCUPATION HOURS HOURS elAAN,at. IGLro-- #i4•44.V-'- I 7 � � Td offt g 41 STRAIGHT STANDBY COMMENTS EQUIPMENT OR ATTACHMENTS HOURS HOURS 44'4`f°/a r t, (/ 1C 4#11.- /0 Y 6°9 -35o P 4-tum. /2 c 6oz, 2-ys b- gz 6?c, 42, V o/o cc.-q o le;, /37- Mil-- _/2- 1"x 6o5 !35 6• 1-1) f-x. 8' x e563o r 1656- cfp x $ MATERIALS QUANTITY UNIT COMMENTS luantlties as measured in the field INVOICES QUANTITY UNIT DOLLAR AMOUNT ferification • Hours Worked: COMMENTS: 6-1-7-17 C 6. -; V 11n1ve Dale /7 /7 Owners Rallvo Date Bill#: KPGFA-171 Change Order#: KPGFA-171 Job Code: TC1751WA KPGFA-171 Sewer Repair for Graham Date Range: 05/04/2017 to 05/04/2017 Time and Material Billing Report Charges for Cost Code: 90000003 Sewer FA KPG LS Date: 05/04/2017 Foreman: GRICHR Production Quantities- 0.000 Code Description Class Reg. Hrs Rate 2 Hrs Rate 3 Hrs T&M Rates Markup Value CACERI Eric Caceres LA3 8 2 0 52.41 /73.08/0 29.00 729.42 MEYEBO Bo A Meyer OP2 8 3.5 0 65.46/88.59/0 29.00 1,075.53 NEIJAC Jack Neigel OP2 8 4 0 65.46/88.59/0 29.00 1,132.67 OTTTOD Todd Otto OP2 8 4 0 65.46/88.59/0 29.00 1,132.67 UEPPER Pernell Uepa OP2 8 2 0 65.46/88.59/0 29.00 904.11 EX0002 JD 245 EXCAVATOR 12 0 0 110.89/110.89/29.02 21.00 1,610.12 EX085030T JD 85G Excavator(Lease) 8 0 0 57/57/0 21.00 551.76 LE624010T JD 624 Loader(Lease) 10 0 0 64.36/64.36/32.81 21.00 778.76 LV0009 F350 SUPER DUTY PIPE( 12 0 0 20.3/20.3/6.1 21.00 294.76 LV0010 FORD E450 BOX VAN (TCI 12 0 0 20.3/20.3/6.1 21.00 294.76 REX0005 JD 135G Excavator RENT 8 0 0 76/76/0 21.00 735.68 SE0003 4 X 20 TRENCH BOX 8 0 0 6.08/6.08/6.08 21.00 58.85 Totals for:05/04/2017 Labor Totals: Hours- 40/15.5/0 >> 55.5 Value- 4,974.40 Equip Totals:Hours- 70/010 >> 70 Value- 4,324.69 Unit Value for Today: $0.00 per LS (0 LS) Total Value: 9,299.09 ✓ Inspector Note: 6:00am go over equipment checklists AHA and plan of the day 6:20 Backfilled manhole connection after visual inspection was done and approved for backfill by Jason with Lakehaven sewer district installed remainder of side sewer to the south making the two connection points shown on the plans, Unit Value Total Value (per LS) Totals in the Date Labor Value: 0.000 4,974.40 Range for Cost Code 90000003 Equipment Value: 0.000 4,324.69 Material Value: 0.000 0.00 Total Production: 0 Subcontract Value: 0.000 0.00 Supply Value: 0.000 0.00 OSSUB: 0.000 0.00 TRCKNG: 0.000 0.00 Misc 3: 0.000 0.00 Total Value: 0.000 9,299.09 Totals by individual items Code Description Class Reg. Hrs Rate 2 Hrs Rate 3 Hrs Value Employees: CACERI Eric Caceres LA3 8 2 0 729.42 MEYEBO Bo A Meyer OP2 8 3.5 0 1,075.53 NEIJAC Jack Neigel OP2 8 4 0 1,132.67 OTTTOD Todd Otto OP2 8 4 0 1,132.67 UEPPER Parnell Uepa OP2 8 2 0 904.11 Totals: 40 15.5 0 4,974.40 Equipment: EX0002 JD 245 EXCAVATOR 12 0 0 1,610.12 Printed on: 03/28/2018 12:23:35 Paae 1 cm,OF A Federal Way February 5, 2019 Serial Letter#090 Mr. Jason Streuli, Operations Manager Ed Schepp, Project Manager Graham Contracting, Ltd 11555 SE 36th Street, Suite 120 Bellevue, WA 98006 RE. Serial Letter No. W16051-195—Proposed Change Order 09 (since renamed CO 11) Dear Mr. Schepp: The City of Federal Way ("City") is writing in response to Graham Contracting, Ltd's ("Graham") Serial Letter No. W16051-195, "Proposed Change Order 9" dated October 9, 2018. Note that the referenced document has been renamed to Change Order 11. In this letter Graham claims the City "short paid" Graham the amount of $2,607.74. Payments Graham claims as short paid are for labor, materials and a permit fee through Lakehaven Water and Sewer District for the sewer work. With regard to the labor issue. Graham claims this "short paid" amount stems from inspectors that"forgot to add the hours for two employees." Upon re-observation, KPG's and Graham's force account write-ups match exactly. Graham failed to report these hours which we assumed, since Graham signed the KPG write up, were attributed to employees utilized elsewhere on the project. Since Graham did not document these employees and did sign the KPG FA sheet, we are not considering these labor hours as part of the force account work. Secondly Graham claims no materials were paid for the 4" tie in. No 4" materials were included with Graham's initial write-up while the KPG force account sheet matches that of Graham. The price Graham includes with GSL 195's claim of "short pay" appears to be requesting the entire invoice amount for all materials purchased. The KPG force account sheet from May 5, 2017 (that matches the materials Graham claimed),already includes the invoice for 6"materials.The only portion qualifying for additional payment would be 4" materials. From the photo Graham provides with GSL 195 it is difficult to determine exact quantities but we will consider the 4"parts as follows per invoice: 1) 4" PVC sewer pipe—28 LF @ $0.95 LF = $26.60 2) 2 each 6"x4" reducer @ $33.97 each =$67.94 3) 2 each 4" Fernco coupling @ $25.75 each = $51.50 4) 2 each 4" 45 degree fittings @ $9.57 each =$19.14 5) 4 each 4" 22.5 degree fittings @ $9.56 each = $38.24 Total 4" parts = $203.42+21% = $246.14+ 12% = $275.68 (Tunisia markup = 21% and Graham's subcontractor markup = 12%) Page I 1 The third issue Graham requests to be added to the CO 11 total is the Lakehaven Water and Sewer District permit fee.Graham claims the total is$245.10, which we've corrected to$254.10 as indicated with backup data provided. This fee does qualify for the CO 11 total and will be included. Graham had not, until GSL 195, provided this information so it will be included now. Finally, Graham claims that Time Related Overhead(TRO) is due for four days of critical path impact at the daily total of$25,906.16. This is the first time in seventeen months (as Graham points out) that any time related to this issue has been discussed. Graham has not provided any notice of schedule impact or schedule analysis of this work and as such has waived their rights for any TRO per WSDOT specifications. No time will be considered for this issue. In closing the City does agree to adjust Change Order 11 from $33,984.53 to include the 4" sewer pipe parts ($275.68 total) and the permit fee ($254.10 total). The new revised C.O. #11 total is $34,514.31. The City specifically reserves all of its rights and defenses under the Contract,regardless of whether stated herein, and this letter and the positions stated herein are without waiver of the City's rights, positions, defenses, and remedies. Respectfully, Dan Johnston Assistant Resident Engineer KPG, Inc. Cc:Desiree Winkler John Mulkey Project File Page 12 FA No.: 172 DAILY REPORT OF I I c3 FORCE ACCOUNT WORKED SEATTLE •TACOMA Project Name: PAC HWY HOV PH5 Project No: STPUL-0099(126) Item No.: A209 Unexpected Site Changes Date: 5/5/2017 Description of Work: Tunista Construction completed the repair of the damaged sanitary sewer pipe,damaged during install of the soldier pile wall at Pattlson West skating center.by Malcolm Drilling while drilling at wall#14. Work by Subcontractor?: YES (yes/no) Prime Contractor: Graham Contractln Ltd Sub-Contractor: Tunista STRAIGHT TIME OVERTIME DOLLAR NAME OCCUPATION HOURS WWR HOURS WWR AMOUNT Parnell Uepa Operator-Group 2 4 $ 65 46 $ 88.59 $ 261.84 Christopher Grinnell Operator-General Foreman 4 $ 66.81 $ 90.61 $ 267.24 Jack Neigel Operator-Group 2 4 $ 65.46 $ 88.59 $ 261.84 Todd Otto Operator-Group 2 1 $ 65.46 $ 88.59 $ 65.46 Eric Caceres Laborer-Group 3 4 $ 52,41 $ 73.06 $ 209,64 Bo Meyer Operator-Group 2 4 $ 65.46 $ 88.59_$ 261.84 SUBCONTRACTOR LABOR SUBTOTAL $ 1,327.66 SUBCONTRACTOR LABOR MARKUP B 29%I$ 385.08 SUBCONTRACTOR LABOR TOTAL $ 1,712.94 HOURS HOURS ADJUSTED STANDBY DOLLAR EQUIPMENT OR ATTACHMENTS WORKING STANDBY RATE RATE AMOUNT LE 624 JD 624 Loader 4 $ 64.36 $ 32.81 $ 257.44 LV0011 Ford F150 Crew Cab 4 $ 20.30 $ 6.10 $ 81.20 ROL 204 JD 204 Loader 4 $ 45,00 $ - $ 180,00 LV0009 Pipe Truck Ford SD F350 4 $ 20.30 $ 6.10 $ 81.20 EX 0002 JD 245 Excavator 4 $ 110.89 $ 29.02 $ 443.56 RE 135 JD 135 Excavator 4 $ 76.00 $ 76.00 $ 304.00 EX 085 JD 85G Excavator 4 $ 57.00 $ $ 228.00 Trench Box 6x24 4 $ 6.08 $ 6.08 $ 24.32 $ $ $ SUBCONTRACTOR EQUIPMENT SUBTOTAL $ 1,599.72 SUBCONTRACTOR EQUIPMENT MARKUP®21%I $ 335.94 SUBCONTRACTOR EQUIPMENT TOTAL $ 1,935.86 SUBCONTRACTOR Materials OIIANTIIY UNIT PRICE DOLL AR AMOUNT 6"PVC Sch 40 3034 180 LF $ 2.05 $ 369.00 6'Sanitary Wye 4 EA $ 37.92 $ 151.88 6"45 Deg PVC Bends 8 EA $ 19.45 $ 155.60 $ SUBCONTRACTOR MATERIALS SUBTOTAL $ 676.26 SUBCONTRACTOR MATERIALS MARKUP B 21% $ 142.02 SUBCONTRACTOR MATERIALS TOTAL $ 816.30 SUBCONTRACTOR LABOR,EQUIPMANT,&MATERIALS SUBTOTAL $ 4,466.90 Cunvuc ,- Representative Dale SHEET TOTAL: $ 5,002.93 O vi'r s Representative Date Pay Estimate Entered: Date: 5/5/2017 By: FA No.: 11 DAILY REPORT OF X4r.ilL: r. FORCE 'ACCOUNT WORKED SEATTLE •TACOMA Project Name: P44, j ....., S 0 if, 4,44. A ,...V Project No: A .5 6- lb - II: Bid Item No.: 4 - Lex ./ Date: 4- -oI7 ... de A • •. Description of Work: 4,,, 0.6..t :111. A.4:.4_ , S-*g,i. 1., .4.v.,4, Diu. Itw Ftf...Zi.4. Dia,A) Work by Subcontractor?' y6.4 - Prime Contractor:at AI ot.artApit, L/ 2 Sub-Contractor: LABOR 'k.. STRAIGHT TIME OVERTIME COMMENTS ...N..-..A4.'M ...E OCCUPATION q,..HOURS _ HOURS RL 4 . . 1 __ , 1 • 4../ O A 1 4._3MIA, cr — ..... — EQUIPMENT STRAIGHT STANDBY COMMENTS EQUIPMENT OR ATTACHMENTS HOURS HOURS ty- 6? Vo/ter aqk d' #"1`-- d_#, W oil 1.--2-5 0 - f z. -- f 001 p..64 zo 1...s,... '-1 ("c'9 4-1$0 611,4, -6,4444., .... # e, ___ ..:9C 0°7— til‘l I< 43-• - , • • • f 044 (30 046' 4-.0 el< R54a-D Itit-z- EX ... - ATERIALS MATERIALS .Q141111,4* UNIT COMMENTS 4/ f lPve e;14. (It) - 3 01)41- 7 - c/rob, odit kik- /SI)•i'r (16.6 ft/C- ' rhiii/PS (a" /4 uantlties as measured in the field INVOICES ----------alIllIllIllIllIllIl INVOICES QUANTITY UNIT DOLLAR AMOUNT ,.._ Verificatic) o14-lours W.uqced_ 7„.„...„.„ .. COMMENTS: - --1-7-Iq . . - , •owe , !alive Date r7dtkjiks_6i 017 0 noes R 14.,isolative Dale 11 li N v1 N N IA Yi N N N N N_N N N N V) N N M N N N N N N N N N N M N N N N • " Ilgi4i ` W � .A . - , / i ki 'frAgr4 Z 0 W f 1flhh ! t % ~ 4. 0 ' 11101 cr ------ ->.. --)-/ ->. -›-.-„ >.• )--_-->--"- >------3-T-, ,- 5 gi u" 1 kij.2, Winfgh1110inia 1 I i I ''' 1 A N`� x � _1 S ul1 iri 'Jg p . di t-f- r e 1, a V d)I. -,-i, i ,,,, ... yp• -r-Qv 11 " tz 2 V '' rT I q z '‘p`' '9\i) 1-1LE, e SC.(1 LCJ i 6 1 CAle 1 );'; Cli ' I- "0 N.W -5. Fq 4 - - to W I wQ N N M M N N N N L9 N N N N N N N N M N N N N N M N N M N A a U y' � U F4 L co r r ;:i 1 ; ii, 3 niSi8 ; 80WOMMS 8 g 03 ,j,..4 ,,,E ci, D i - -- tr K WW �r ill '1 ____) A tc 4 :it)...____, Li d 2 cc:i4 0 i ,,: 1 1 til ; ('''c .X• . 3 L4 G). ).11--w BW#: KPGFA-172 Change Order#: KPGFA-172 Job Code: TC1751WA KPGFA-172 Sewer Repair for Graham Date Range: 05/05/2017 to 05/05/2017 Time and Material Billing Report Charges for Cost Code: 90000003 Sewer FA KPG LS Date: 05/05/2017 Foreman:GRICHR Production Quantities- 0.000 Code Description Class Reg.Hrs Rate 2 Hrs Rate 3 Hrs T&M Rates Markup Value CACERI Eric Caceres LA3 4✓ 0 0 52.41 /73.08/0 29.00 270.44 GRICHR Christopher Grinnell OP1-FORE 4✓ 0 0 66.81 /90.61 /0 29.00 344.74 MEYEBO Bo A Meyer OP2 4✓ 0 0 65.46/88.59/0 29.00 337.77 NEIJAC Jack Neigel OP2 ✓ 0 0 65.46/88.59/0 29.00 337.77 OTTTOD Todd Otto OP2 0 ► 0 0 65.46/88.59/0 29.00 253.33 UEPPER Parnell Uepa OP2 4 ✓ 0 0 65.46/88.59/0 29.00 337.77 EX0002 JD 245 EXCAVATOR 4✓ 0 0 110.89/110.89/29.02 21.00 536.71 EX085030T JD 85G Excavator(Lease) 4 '� 0 0 57/57/0 21.00 275.88 LE624010T JD 624 Loader(Lease) 4 ✓ 0 0 64.36/64.36/32.81 21.00 311.50 LV0009 F350 SUPER DUTY PIPE( 4✓ 0 0 20.3/20.3/6.1 21.00 98.25 LV0011 2011 FORD F150 CREW C 4 -✓ 0 0 20.3/20.3/6.1 21.00 98.25 REX0005 JD 135G Excavator RENT 4 / 0 0 76/76/0 21.00 367.84 RL00001 JD 204 Loader RENT 4 ✓ 0 0 45/45/0 21.00 217.80 SE0003 4 X 20 TRENCH BOX 4 #. 0 0 6.08/6.08/6.08 21.00 29.43 Totals for:05/05/2017 Labor Totals: Hours- 23/0/0 >> 23 Value- 1,881.82 4--- Equip Totals: Hours- 321010 >> 32 Value- 1,935.66 Unit Value for Today: $0.00 per LS (0 LS) Total Value: 3,817.48 <----- Inspector Note: 6:00am go over equipment checklists AHA and plan of the day 6:20 broke down rental manhole boxes mobilized to laydown yard ,mobilized to begin Stor run from 300-301 discovered manhole is.60 off to the east this will only allow approx a 1'opening in lid for access, it appears KPG upsized the manhole to 54"and didnt change the offset to accomodate the curb face, mobilized to storm manhole#299 and discovered 18"RCP pipe would require the type 1L to be cut from wall to wall as well as the top to be cut out to accomodate the size of the pipe,KPG requested that a type 2 48"be used in its place.The existing storm run will have to be temp.tied in to keep flow from Valmet from flooding out the excavation. Printed on: 03/28/2018 12:24:16 Peas 1 I H.D.' FOWCOMPANLER * * Y Pacific Branch PO Box 160 Bellevue,WA 98009-0160 425-746-8400 1417 Thornton Avenue SW Invoice Number 14490957 PAWN W Pacific, WA 98047 (253)863-8600 Fax(253) 863-8681 — — — #202116 Ship to: HD Fowler Company- Pacific TUNISTA CONSTRUCTION LLC Pacific WA 98047 PO BOX 70808 Order* Inv Date: Order Writer: FAIRBANKS AK 997070668 055305181 05/03/17 Michael Owens Irma: NET 10TH PROX Due: 06/10/17 PO/JOB: 1751 FOB: H. D. FOWLER Ship via: WILL CALL TC1751 WA PACIFIC HIGHWAY S H Oty Oty Part# Unit Extended le Ship'd BOA UoM Description Price Price 1 140 0 FT 6" PVC SEWER PIPE,GASKETED,ASTM D3034,14' 2.050 287.00 LENGTH 2 28 0 FT 4" PVC SEWER PIPE,GASKETED,ASTM D 3034 14' 0.950 26.60 LENGTH 3 2 0 EA 6"X 4" PSM REDUCER,G X G,SDR 35 PVC FOR 33.970 67.94 SEWER OR DRAIN 4 6 0 EA 6" PSM WYE GASKETED 37.920 227.52 5 8 0 EA 6" PSM 45 DEGREE ELL,G X G,SDR 35 PVC FOR 19.450 155.60 SEWER OR DRAIN 6 2 0 EA 6" PSM REPAIR CPLG GASKET COUPLING,SDR 35 23.620 47.24 PVC FOR SEWER OR DRAIN 7 2 0 EA 4"CI/PL STRONG BACK COUPLING FERNCO 25.750 51.50 5056-44RC 8 2 0 EA 4" PSM 45 DEGREE ELL,G X G,SDR 35 PVC FOR 9.570 19.14 SEWER OR DRAIN 9 4 0 EA 4" PSM 22 1/2 DEGREE ELL,G X G.SDR 35 PVC FOR 9.560 38.24 SEWER OR DRAIN 0 8 0 EA PIPE LUBE QUART - INC - 1 2 0 EA 2"X 20' RATCHET STRAP W/S HOOKS 700#LOAD 27.700 55.40 RATING TOOL/SUPPLIES Sub total 976.18 Freight 0.00 Tax 5.48 Grand Total 981.66 RIC SACERES Serving the Pacific Northwest since 1911 FANo.. 1(2 - __ z DAILY REPORT OF -'� --11 ACCOUNT WORKED SEATTLE -TACOMA 1 Project Name; PAC HWY HOV PH5 Project No: STPUL-0099(126) Item No.: A209 Unexpected Site Changes Date: 5/5/2017 Description of Work: Tunieta Construction completed the repair of the damaged sanitary sewer pipe,damaged during install of the soldier pile wall at Pattison West skalinq center.by Malcolm Orlliln%while drilling at wall#14. Work by Subcontractor?:YES (yes/no) Prime Contractor: Graham,:onrr.tchny Ltd Sub-Contractor: Tunista SuecOtm on 1_ASOM'# ...- • STRAIGHT TIME OVERTIME DOLLAR NAME OCCUPATIONHOURS WWR HOURS WWR AMOUNT _ Parnell Uepa Operator-Group 2 4 $ 85.46 $ 88.59 $ 261.84 Christopher Grinnell Operator-General Foreman 4 $ 66.81 $ 90.81 $ 267.24 Jack Nelgei Operator-Group 2 4 $ 85.48 $ 88,59 $ 261.84 Todd Otto Operator-Group 2 _ 1 $ 65.48 _ $ 88.59 $ 65.46 Eric Caceres Laborer-Group 3 4 $ 52.41 - $ 73.08 $ 209,64 Bo Meyer Operator-Group 2 4 $ 65.46 _ $ 88.59 $ 261,84 SUBCONTRACTOR LABOR SUBTOTAL $ 1,327.98 SUBCONTRACTOR LABOR MARKUP®29% $ 385.08 SUBCONTRACTOR LABOR TOTAL $ 1,712.94 A suaco � -- _ �; HOURS HOURS ADJUSTED STANDBY DOLLAR EQUIPMENT OR ATTACHMENTS WORKING' STANDBY RATE RATE AMOUNT _ LE 824 JD 624 Loader 41. $ 84.36 S 32.81 $ 257.44 LV0011 Ford F150 Crew Cab 4 $ 20.30 $ 8.10 $ 81.20 ROL 204 JD 204 Loader 4 $ 45.00 $ $ __ 180.00 LV0009 Pipe Truck Ford SD F350 4 5 20.30 $ 6.10 $ 81.20 EX 0002 JD 245 Excavator 4 5 110.89 $ 29.02 $ 443.58 RE 135 JD 135 Excavator 4 $ 76.00 $ 76.00 $ 304.00 ' EX 085 JD 85G Excavator 4 $ 57.00 $ • $ 226.00 Trench Box 8x24 4 $ 6.08 $ 6.08 $ 24.32 SUBCONTRACTOR EQUIPMENT SUBTOTAL $ 1,599 72 SUBCONTRACTOR EQUIPMENT MARKUP O 21% $ 335.94 SUBCONTRACTOR EQUIPMENT TOTAL $ 1,935.89 SUBCONTRACTOR Materials QUANTITY UNIT PRICE DOLLAR AMOUNT , 6'PVC Sch 40 3034 180 LF $ 2.05 $ 369.00 1 W .. 4 ;7.' $ ~ X15 60 6"45 Deg PVC Bends -- 8 EA $ 9.57 $ 76.56 - i $ -I, . .. . • , . . ; I 397.24 SUBCONTRACTOR MATERIALS MARKUP C 21% $ 125.42 SUBCONTRACTOR MATERIALS TOTAL $ 722.68 SUBCONTRACTOR LABOR,EQUIPMANT,&MATERIALS SUBTOTAL $ 4,371.26 T i - PRIMES 12%MARKUP on SUB'S LABOR,I?OtlIPMANT,A�,,� ,.,,,...nu s Representative ;ata [ SHEET TOTAL: S 4,895.81 t?a,,n,..Representative Dasa Pay Estimate Entered: Date: 5/5/2017 By: iJ COMPANY Pacific Branch PO Box 160 Bellevue,WA 98009-0160 425-746-8400 1417 Thornton Avenue SW invoice Number 14490957 PAWH Pacific,WA 98047 #202116 (253)863-8600 Fax (253) 863-8681 Ship to: HD Fowler Company- Pacific TUNISIA CONSTRUCTION LLC Pacific WA 98047 PO BOX 70808 — Order* Inv Date: Order Writer: FAIRBANKS AK 997070668 0553051 05/03/17 Michael Owens rms: NET 10TH PROX Due: 06/10/17 P0/JOB: 1751 ,OB: H. D. FOWLER Ship Via: WILL CALL TC1751 WA PACIFIC HIGHWAY S H Qty Qty Part# Unit Extended a Ship'd BO'd UoM Description Price Price 1 140 0 FT 6" PVC SEWER PIPE,GASKETED,ASTM D3034,14' 2.050 287.00 LENGTH a 28 0 FT 4" PVC SEWER PIPE,GASKETED,ASTM D 3034 14' 0.950 26.60 LENGTH 3 2 0 EA 6" X 4" PSM REDUCER,G X G,SDR 35 PVC FOR 33.970 67.94 SEWER OR DRAIN i • 1 : ' . •. , ! '' ,� ' • i , , 5 8 0 EA 6"PSM 45 DEGREE ELL,G X G,SDR 35 PVC FOR 19.450 155.60 3 2 0 EA 6" PSM REPAIR CPLG GASKET COUPLING,SDR 35 23.620 47.24 PVC FOR SEWER OR DRAIN 7 2 0 EA 4"CI/PL STRONG BACK COUPLING FERNCO 25.750 51.50 5056-44RC 3 2 0 EA 4"PSM 45 DEGREE ELL,G X G,SDR 35 PVC FOR 9.570 19.14 SEWER OR DRAIN 4 0 EA 4" PSM 221/2 DEGREE ELL,G X G.SDR 35 PVC FOR 9.560 38.24 SEWER OR DRAIN 8 0 EA PIPE LUBE QUART - INC - 2 0 EA 2"X 20' RATCHET STRAP W/S HOOKS 700# LOAD 27.700 55.40 RATING TO0L/SUPPLIEa Sub total 976.18 Freight 0.00 Tax 5.48 Grand Total 981 .66 IC IC ERES Serving the Pacific Northwest since 1911 John Mulkey From: Daniel Johnston <danielj@kpg.com> Sent: Tuesday, February 05, 2019 4:25 PM To: John Mulkey Cc: Matt North; Daniel Clark Subject: FW: SR99 HOV PH5: KSL 90&Change Order 11 Attachments: Tunista Wall 14 Pricing.pdf;CO 11 Tunista Wall 14 Side Sewer Rev.Ldoc; FA 172.pdf John, Ed called this afternoon about an error on one of the unit prices on Force Account Sheet#172 for the Tunista change order shortly after receiving it. He appears to be right so I went ahead and made the change which adds$107.12 to the CO#11 total value. I updated this value on my change log as well to track for subsequent COs. The attachment "Tunista Wall 14 Pricing" is from Ed which points out the error and what it should be corrected to per invoice. I included the revised CO word doc with Tracked Changes on and FA 172 corrected so you could take a quick look. He says he'll talk to his folks about signing this(or not)when he receives the corrected copy so I'll be sending that over unless you have any objections. Dan J Dan Johnston, PE, PMP Construction Services KPG } SEATTLE •TACOMA • WENATCHEE Infercifscipiinary Design 2502 Jefferson Avenue Tacoma,WA 98402 o: 253.627.0720 c: 202.875.4840 www.kpg.com From: Ed Schepp [mailto:edsc@grahamus.com] Sent:Tuesday, February 5,2019 3:14 PM To: Daniel Johnston<danielj@kpg.com> Subject: RE:SR99 HOV PH5: KSL 90&Change Order 11 Dan, Attached is the KPG force account sheet and the pricing from the HD Fowler Invoice. Please correct the 6"45 degree bend to the correct unit price. Thank you, Ed Ed Schepp Senior Project Manager C:206.795.8149 1 From: Edward Schepp<edsc@Arahamus.com> Sent:Tuesday,October 9,2018 12:19 PM To:John Mulkey<john.mulkevacjtvgffederalway.com> Cc: Ed Schepp<edsc@graharus.com>;Jason Bottemiller<jasonbot@grahamus.com>;Jason Medley <jasonm@grahamus.com>;Thrall Hershberger<thralih@grahamus.com>; Daniel Clark<daniel@kig.com>; Kelly Clark <kellvc@kng.com>; Matt North<mattPkpg.com>;Travis Watt<travis@kpg.com> Subject:Serial Letter 195-Return for Corrections Change Order No. 9 The information contained in this email, including any attachments, is confidential and may be privileged. It is intended only for the person or entity to which it is addressed and no waiver is intended by sending this email. If the reader is not the intended recipient, you are hereby notified that any review, retransmission, dissemination or other use of, or taking any action in reliance upon this information is strictly prohibited. If you have received this email in error, kindly notify the sender by reply email and delete the original message from any computer. Thank You. The information contained in this email, including any attachments, is confidential and may be privileged. It is intended only for the person or entity to which it is addressed and no waiver is intended by sending this email. If the reader is not the intended recipient, you are hereby notified that any review,retransmission, dissemination or other use of, or taking any action in reliance upon this information is strictly prohibited. If you have received this email in error, kindly notify the sender by reply email and delete the original message from any computer. Thank You. 3 RETURN TO: PW ADMIN EXT: 2700 ID#: CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ `j t ��/�1� I7 2. ORIGINATING STAFF PERSON: 0 (, $ I`ate EXT: 2-2 , Z3. DATE REQ.BY: ib � / / •/// 3. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) o PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE _ ❑ RESOLUTION I9 CONTRACT AMENDMENT(AG#): /c/ �1$ ❑ INTERLOCAL ❑ OTHER Cc ' L DvJ�4 /I`I +, i 4. PROJECT NAME: Pe c 4 ( Hwy S 40V �it11QS1 ®J'L6i.C! V 5. NAME OF CONTRACTOR: ` f c'l C ' -4 I l c I�t . J, ADDRESS: l 3 CSC' Sf ?E~ 51-1.et f� 03P.j'/Q v Gt i)wj4 Q�BOG sv"Iiso TELEPHONE: N L S-� 61/-3S-91 E-MAIL: n , FAX: _ SIGNATURE NAME: c t 1=i [. TITLE:6.m- "I1 i 6. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFWLICENSE#pg/C07 -3 /� BL,EXP.12/31//e UBI# 6e/ve9yB7 ,EXP. $/3// /fy 7. TERM: COMMENCEMENT DATE: p ft,s—/i 6 COMPLETION DATE: V p c L. (ow 71I,5 �r y//•s"" bac SA-990% 8. TOTAL COMPENSATION:$ 0,00 /16/7 7 7/ 539. 63 to(.I (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: 0 YES a NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑YES N NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: o RETAINAGE AGREEMENT(SEE CONTRACT)OR ❑RETAINAGE BOND PROVIDED o PURCHASING: PLEASE CHARGE TO: 3O 6- 6 4' c -/is- s-4l=3 0- d s 0 9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEwFD INITIAL/DATE APPROVED Ct PROJECT MANAGER SR-IA, I 1(t-7// ❑ DIVISION MANAGER NI DEPUTY DIRECTOR ( n 0c-t.u— OE/icy E{ DIRECTOR �1� \\`'Z.2I 1 D ❑ RISK MANAGEMENT (IF APPLICABLE) IR LAW DEPT 111„)_-)11k MV 10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: II. CONTRACT SIGNATURE ROUTING c i `1, SENT TO VENDOR/CONTRACTOR DATE SENT: 1112.4/(IL 0 ' DATE REC'D_��OW❑''ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, ICENSES,EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT ?CQ,SIGNATORY(4441WORPOR DIRECTOR) �� Ct ❑ CITY CLERK /�I1 VA ./ ASSIGNED AG# AG# 1(p-1‘5-3 SIGNED COPY RETURNED DATE SENT: 1.as. S 74f- ❑RETURN ONE 011IGINAL COMMENTS: t11 1i1 I / EXECUTE"L"ORIGINALS4 ` v &kirtW1 �iNj' t`e/t-ti �u 1 V 4: iLPl C' v �€ 44Pi1 I t-t1-G/C / `/[ f e"kelt srtidit 1/2018 (GRAHAM January 11, 2019 John Mulkey City of Federal Way Public Works Department 33325 8th Avenue S Federal Way,WA 98003 Serial Letter No. 228 Project: Pacific Highway South HOV Lanes Phase V Contract: AG 16-115 RE: Change Order 10 Dear Mr. Mulkey, Out of an abundance of caution,and without waiver of its right to argue in the future that Graham has no obligation to protest,Graham protests the City of Federal Way's proposed Change Order#10. Graham specifically reserves its rights and defenses under contract, regardless of what is stated herein, and the position stated, are without waiver of Graham's rights, positions,defenses,and remedies. Respectfully, Ed Schepp Project Manager Graham Contracting, LTD CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG#16-115 10 September 8,2018 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Pacific Highway South HOV Lanes Phase V (S 340th Street to S 359th Street) Graham Contracting,Ltd. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This change addresses time related to the International Union of Operating Engineers Local 302 strike that took effect at 6:00 am on August 21,2018 and ended on September 7,2018. As Graham's paving subcontractor ICON was directly affected by the strike and unable to•complete the SR99 final overlay,a critical path activity,Graham is entitled per 1-08.8 of the Standard Specifications to an extension of contract time equal to the number of days their progress was delayed as indicated by updated schedule. Serial letter 192 requested 13 working days be added to the contract and the City finds this to be a fair and accurate request:this schedule indicated a 13 working day delay,was submitted on 9/14/2018 along with Serial Letter 192 formally requesting this time as found by the City and KPG to fairly and accurately assess the strike delay.Therefore 13 working days will be added to the performance period of this project. This change addresses time to be added for assessment of liquidated damages only and does not change the monetary value of the contract. Time provided for completion in the Contract is ❑ Unchanged ® Increased ❑ Decreased by 13.0 Calendar Days.This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑Yes®No If"Yes"Will the Policies Be Extended? ❑Yes ❑No 1 TOTAL NET CONTRACT: INCREASE$ DECREASE $ THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE Existing Change UNIT PRICE ADD or ITEM NO ITEM QTY Quantity Change DELETE Change Item Total Unit Quantity Increases Existing Change ITEM NO ITEM QTY Quantity Unit Price Add= $0 Delete= $0 Total Change $0 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications,and with the understanding that all materials,workmanship and measurements shall be in accordance with the provisions of the standard specifications,the contract plans,and the special provisions governing the types ofconstruction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of or relating in any way to, the Work identified, to be performed,or deleted pursuant to Change Order except as specifically described in this Change Order. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 16,700,526.60 PREVIOUS CHANGE ORDERS $ 76,512.03 THIS CHANGE ORDER $ 0 NEW CONTRACT AMOUNT $ 16,777,038.63 CONTRACTOR'S SIGNATURE DATE EJ W SH,P.E. DATE DIRECTOR PUBLIC WORKS DEPARTMENT 2 (GRAHAM September 14, 2018 John Mulkey City of Federal Way Public Works Department 33325 8th Avenue S Federal Way,WA 98003 Serial Letter No.W16051-192 Project: Pacific Highway South HOV Lanes Phase V Contract: AG 16-115 RE: Update to IUOE Local 302 Operators Strike—August 21,2018 Dear Mr. Mulkey, Graham Contracting, LTD ("Graham") is writing this letter to the City of Federal Way("City")as a follow up to the notice of delay Graham provided to the City on August 22, 2018 via Serial Letter No. W16051-189 concerning a delay to the Project due to a labor strike initiated by the International Union of Operating Engineers(IUOE) Local 302. On August 21, 2018 at 6:00 AM PDT, IUOE Local 302 members went on strike due to a labor dispute. On September 7, 2018 the IUOE Local 302 reached a tentative agreement with the Association of General Contractors("AGC") effectively ending the Strike which began on August 21, 2018. Enclosed with this Letter please find two schedules,the first is a progress update as of August 20, 2018, and the second is an analysis of the impacts of the delay caused by the Strike. As these two schedules show,the impacts of the strike are equal to thirteen (13)working days. As such, and pursuant to Section 1-08.8 of the Contract, Graham is requesting an equitable adjustment to the Contract equal to thirteen (13)working days. Graham specifically reserves its rights and defenses under Contract, regardless of whether stated herein,and the positions stated herein are without waiver of Graham's rights, positions, defenses, and remedies. If you have any questions concerning this matter, please do not hesitate to contact me directly. Respectfully, /746 ;117j/e,i"-- Ed Schepp Project Manager Graham Contracting, LTD • A 1 tI,. --- ____,I,a i € 1 - ' a ....} I; i t 1 il i ri PI I iiiif a -' oi-`` a' 11 ,� i i .', . d 3 a il' _ '= -, 4 - U a _ ifFlErEMc.. , 1 ,:i4 i 1,, Rr •�•�+ ____- i,===7,.., ___- 1A - as i= + 3;" _ 1 a ---- t 3 Ili h t — 4� 9al 'sal .? .ii 9 .11 P I !3, l '4 ,n $ A i i1 I x € t i i 1 i - 1 m_ f i 1 3 1 1 = p i € 1 ill! i 1 t , t x 4 I ! - , i lilt 11 IN Y 1 333 1 i i 1 1 ii i 4 4€ i i=' i : !1 0 € € I I €j 1 € z - 1 i 9 . .s s #€ DLS a a 1 i� 3,, 1 s § ay ; =a- + i 1 m it••+ - 14 411 14 34i1 ''"sl 11 f €il 0,i ;. it alfa€ I i is III! I 4 - _ , 1ill 1 1 i is-1f/ ' s_i 's_s°s 11 1Ij1 lrf 11 11 141 =l t to li _ai€ r . 11 t:g 4 17! ,Y33 ,i59s°'1 e_ 1111"4M111111 YliSl: 's°3i _____ . -- - i'l,s,a a Y - a,. + 1:1:11;1111111:1P11:::• .iY Illiiiiii'-3Ai11111 i li 44a1'11ia13i11ig1 lialigft?41i4i13€#31914112114414 1111111141111 V illi;!! 11 111 11111#I 941 3 - i i a Y e S€ 5 y 2 1 YY 3 4 1 1 11 1 9 11 € ' i 1 4i /] - 3 ' $i 3 1 2 1 1 11 3 1 14 1 i 1 1 If 1 i i °_3 1 4 31 i;, ! j i i '' 3 s, 3; ie v 4 i 11 3 1 1 4 ::;,3 t -!. ,1 , 4 €1 a 134 3 11x!3 1 i it +1€+j 1 1 l 9 3i 13 44 1 1 1 2-. 9 4 I 1 #§l I! 1 9 ll ! !1! 1 I I1f 1 1 41 4 [114111111115 1 :1€ 1111 I1I „ il sl'lfliafl-ii 1- 111111M1111 11 1 111111 1€11141;: ,a ill 1111€14€€t: Willi.,--,1 ill illlllni fi 111 iil lin ;1111111bl III1111[11433 ;148.4191144444 -13141419 49944ii4j112it 45. ,1i_1f4ai1. 1111121 IA aaa a a, b 11. 1 ?3 11118,111,113,111331311 183+.?e!!!?!!1! 1111318133313,188331133313333131338i3i3i133911h3i9141111 83333333113 33:33333,133 11th 4443333834134383414 11383••3 < 4 3311338411313118333333333333114338383333333333333813118 13311131813331331113311 1131 I 2744 t Ji"Illt tl!!!I 33)31 LI.010.!!!!!!! 1131 131i333i3311 3. 73 3ii37Ti;i m,,,,,,,lhSi38333 ga W i!;;3333“i 811883. 1111;!1 a css ..•_ 3_ .- , , a sx __ iaa•• x 3:,: I I1117111"13!"!”! 3'i i?., 11131121"14 13!13118 .131:33 1111easaaa t-_44.3 11411 14 3311. +41°1111;=1411114114..133.3'1111'!4111411 III'•o 1 9..3333211.1==111,3392 2131!34,3„a„la„,3313„3,,,133' 13.,43333312x32 _,__a_„x;,r 3,,,,33,31 ,31; 1 x a! 11- a ci : 3 Y 9 .1 t€ 4 ? �'3 .. 4= i i% i 113 1 1 1 a1 2 3 3 3� - ai '3 f 42 a f 41 1 9.3 ! _ ` _ -53 ty:'x1413 4 ;: ':° 33=3 2 6 21 9 ' 9 rf ' to 1!41"1 3! . ,O,}I s_Si_3 xl.il? ;1n,a 3 ;5:4 1 144€ 1 [3;31_ i 1.1 31= A 1111 '3 .11111 , Will 3 4' i i ai. 'i?i 1a4 10%, 3 3:15_ 111 (iii a,. _,;1 i 3713. 43 �33 34,3 ?3:'3811 2a 713 i-€€�I 4141 3i �j.e.ay '- ):. 3 4113# f a'4ff� 1° 1311 l: 1s. 4 s�fa 3 3' fn 1 h ii1;1'11111'1€453;eft iiiiii1,1?441l31 193113€;-.:l'214:Iii1.4131€11i41tiitililiiiiiiiifti:4lli1 1134;xS43t@1i311119aiii _31 __;!!11!x12;31.3 ,xx Ali: i€ ;,1 i'31j4ti413114 4411:' ' fi€€3.,343 1€i'-:_.1€11€i'l€€I=ii.; €iil111 ' 9 1,si1<,.3 <i3i, , :;.:. li€i,l_1-lsfi ,3 ; 1342 3 ;ls,.; i3 ,, +. 1 i ' j4 "a3I1IlIiIIiI1iI€xiiiIl-. -;ii'x1113331533=_3—5?1ii9 gill.ia.fai4199491311111)1143133133[3931)3114 f 1fff 3l OA gall f443€.1141413:VI344t13 a A _ r i rl i4 iLt:_;_,..:_..- W. 9 1 vn {{ .$ 8': c era= : a$ ! _ a H -,=-s L-r --rte '3-='9 Ei » _ [rElr#_ a �� li-..' 7 `- 1 1 -3 _F 3 3 � F[Ei iElO RSti _ �! j rtiEEi�sss�Ka�� '� I CRC6 ,-rY_ri._ ..' - - _ - RF. a- — `e 1,.. = ; — will i 1. - r F.. Ei _Irl Ai- . III EL »Nil EMI MO=WWWM z e , e w .:. r 9swE w pit, MIIIMMU j ii @ o '1- 1 g9. F a 3 -r 3 id 8 1111 Y ,-_,,i- _ r r Z i 3 I s 1 a n 5 s i ° i ePt 3 3 30 l l iSi_jt ! 15 - 1 i; $ i i i i oi !! 1 e 1 1; _ a ' WI 8 i ' i1 A I. 9 ! I! 3 ! z as I } ; ; 9.l tit 1 liil 3 ' ' E j S : i 33. `::13 t 11 _ `!� y. 4 - ( 3 yy-s 41= ii is 3 ! Y'''_ Y - 11x y1 s 1"Iii 1 a d 3 i '.; ii iiia;(!; : i!! 1 l"31 3 7113 ' illi i 'i !! 3 i_i_ 1323 8;15!1,:;3 li 9 i :!ilii; I I1 1i 1 1 iti0 01 r liltil i i lit 2 ;tit a ; 6:F J. 202i 3 s# is i 1210 illi 110:=22112 li Ili..5.1'iii)l Ui3•l:tjs9°'e,fW ii 1a-:i5 yj: ii;:i i9131is f '!.'..:iii iilil!' j Ip ii 11 1=:i:iid a d i11;l:':1 '7991'9'f jL sf_.a.p;:_a_ illiiie1llllell1e11i11l1i11111il111 a IIII iiIIi iii11 1111/11111 111itliiiii 3136!!°-fl f fiH 1 11iiI�iiil iiii3iiiiiIIIIII 3 I 21 i . i iq ' i i i 12.- s i"i- ! 9i 3:a i e 1 Hi 1; 3 2 i e I 1 I 1331! : 1 1 $ ; 'i ;` i a 39 1 = ' ' 5 i -oxE i 5 - F § ! 9 it I Pill l 5i $11$11 II ?i ;''13 I i B al'- iia . a! ii 1 fil l !i� a;t 8e !!1111 i :: 11111 1 11!1 151!11 13 11 iiis9 1 i 3 cis 1!1 1 1 11111 11 1011! Ii 15ii 11� 1 13 3?3'-5 9'33'1 VIII 3 i 111111 i° iii i°i?'iii iii ii----,,,i, 11 ii3l 8 Ij1311 ill ! yi=-'`13,1=5::= :ii$ gas! � ilii 's 3333! 'i39iaali 5° ji 11iiiiel1111 b.::21 11'9191311}'11111 IIiIiIIII'I Il! WiiliiiiIIiIiiiiii 11111!! . 1111elllliliIi11111 liiiIIII$6a4i=11$iii F 1 43443887238823£4723343444!124147747 848414484£4882444444844142441111111444 4442$124i2ii12222121121484444 84844234227771844144 i 244133323+3334'3;3313383837128883834482444438313ddbd2888d14114d448did7488 8d344487343d18££884814d43333d 88287222441824814d4d I— 1 ;i}i 4 .!12!17,lly.11d 13183!. 334149 3 1111143 i,1!:341143eaia iiiiili33d4141 M g!1 44 }lith 1481415,, lis3;i 444!!11111!!#! '73'5 =_ ..". _ .- 1x9 = t9. �..., s _.a = 3 z a _ s 1519 .sa_ 1: -i4 ' ; 1 'a z111148li91e-se_i FBlki3 ii !-s1a 3as_ ersI 344is' .l4assss124: s-4 440i_ 44Jililtl 45 I I• 1 9.9•--•9.•9333x9993 9.3.1313 a 999999x559.91:93.93 3,343393' .3939x3 3.93399.9993'39.9' 9995'39399'9:9'933 5233 I 1. 3 3 - =9 l- 3 {i 1 i 1 I 11 3 13 I. 3 - i; J 4- • #'52 1i iii i'' ;8:,j ;; i1_ 1- 1ili3'=, 1 _ ` liS 113 ° 431-'i . 3'-131111 !3x1i11,.11t1 111 - :191111aal :liis10/13111 1i'1;01,..i1i _31111`sllal1a.11111 ia1:1!121 831471si11 15.11.111 1;°!3311:: 111211111P1 ii1 1 y '11113111i1e1N11$11' 111;1 41 111'. 1;:11!1€ 401111113;1::; 3 5: ! 2313-MW1;1,1°11 !di 11i1111e1i2 4tid.ii11133l11111'311111 11 !33111311_ 3il1e,3453582 i3 93:3!4' l:lii1ssllsi1110/!!!hila H iiiIlli11j:,911}1139 iiia S Mill 3 g� - -'17311'- y #— .. ............. ........ __....5 t...I . S It _ !1 5 ,"•'3 f..li mw[_ 1 ft. 391 ''- 1tSi ; 1 } — _ 1123.85 1 rJ . � 1 i 1 i' q I 1- Y .[ia______ (:if\i[ F 13 4,7:1" 2 _ Mia „ . r -f - w - T Ai :'w1;&Faf'Fr..=I 2 Mawe1 ..1 E �c>F��.r' wr. t IIIA II: 1r .l,LIi 11 • ` 1' , d 11 i ._ 21:PA 1 4 it3da 1- 8 8 l I 3 L s 9 1 I a.. I i . 1 y =5 1243 3 ? 1 11 glin a 3 i i i i;� A , . i d 3925 y-i 395 3 ; z4 5 3 ? i xl 31 23 3 1 3 54 - '- 11 3 syi , 9 iii is! 11.3 s ?• 2 3 39 ,, y' _ 33 3 Vii; 595 8 " 31-- 141: $_ 1:23 e _ 13 3 ini ;33 1 19 3319 3y-3 1 1g: 1: i tit 19 95 a3 1 i3'; i iii ; - 139 3iii 3-_i° iai9 3! li i!i! 333 1 i•i i3 i 1 li3 15 13 11 -e 9 i•-2_= ., � - � � i-�� �, � - 1 ill • � iii9 i '''''"',/!555555 222222199f313.l993sy112 .-.aY 2'?e-939:1 33 38221a2511e-x3853:1 149;9 9 !"9415/!!511 15195211 935' •-s }..21' .. X1'1, { !!!;99194112111!1 1399991,199199i919d3193131199991913111111;9 11111919,155i1;9811999111e11919 i 111999119,311 995i3191i11115 1 i 3 5 as 1l 9 1 11 '3 12 9 99 ti 31 39 22 t 4 .1 2 1 2i i 2 -i- - li 3 !i Sc '- 2 1 33 ! 3 g i 9 ii y= ! ' 1• a9 ;3 II $ € !i 91 $ i I 3 11 1< 1422 1 3i ' 2 ay!- =39; ;12: 2 a 3 ' 1- 1i i3 { I 931 i i 1 i i!! 3391 ==1.i 9 19 9 12 igill s1-9 :' ''2.'s 1: 1 ?2:11 i3� 1 5 322x_3? _ 313 i33i331 ;I2 5 Do 3 !?d5 , 9; a 2 3 3 a 3� it 1;1F1113i iii ±33 54 3 i 31;1.9 9ii 993 1121399 1 lei 3 ,3191ii ipi i lit 3i 3 1h9 1 33 9 9 ! 9 9 39 I .332 1 36384 l $933?2 9 !21=9919 2 > >s�s 53a33311 -s39 1311 7?'`-3::3;9:o i4=`32Ssy:s•Yso 33393jx1r31 a1 99939949111399111 WIMP.: 13939999995 $9 6 9999999191911119 319919ii,li5.,il iilliii1'9111 19391111111111 ilii ig 11991119 • 9 . 33344443444344441 3333343?44331344348483334384133444344838433 43345144444434343344483333 5-555 3343348433441133 43434444343341 3 i33433833833334411 8433434134334313343444331314344445344443343 4434544343433434344343333333434 343138331111113 41433314444173 ' f1a aaa-44`4433141 44344;3334425 11''4siaisi II 34434431;3153 4181333'_21:i?433Yi?18 8 4422,•1 iii - i44488134:33111 1 i :s .esr-32 s - .—.122;3 .2 _ 2.2.2 - 4-12 2 -- 321312 I'1. ! l4 ea3a3114443_34 443333413$41533311!!!!!!23135:13444444 4233 1333434344 .1 a3 2221 18 4431• l r'' 2 a 43454343388533 -..12-.1.;;. -' .. ._ s_,_ _.. 11.2 1 - s-s..1.a - :1:21• d 2....,.._..2_2-3_.24_2' 222133,3333223,92222,222__ 22222222.12_2222 22233221-__;.-_--2- _2 1.12 1232221312124.22 2_22.2.3322122 3 3 .a 22 ... 32• ... — L `33 3 E ! s3 ! 32 3 9 1111 3 3 1 Ti 3 S :32 1 214 4 I 1 9 it " 8 . i 44 I i i __. if f :g .2.1-'1 if 91 14 :5 T. 1 4 '1 'iIi 317 1 ;g 21 1 3911. 2:43 1 i 3' s14i 4 ;i.i3 ig es 4!, ? 2 0 131'1113 1.. 1; 33 13: _i '0112 _I i 31131 21111 13 14'16 e 1 113-1_ 11€ -la W ail ;c? yi9 4:1111,1,110 P,...,--A it lig gagl 1 p.i113i,s,1'ii 112,;ilil0;Bile, 111 ..Iiil8 ii 13;11,m 114 11-: / 111110;3g 1;!e:;lint!€191 i;141.....4liaii;ii 11311;54443zillil:93411114 Bili ,15911i3si33399 9;:!331111913 553;93959 54414533 91831399513599433-•-.3313393?191;;5>1su999911333?1 31--:$1 9.393'-331313; 1/31315“334313 331.1 c 2'1::3 1#li iil111111i139i311119 34939433 33319311111913331,9999999;21233319 3i 9ili9ii 943i8i39839i53811111 g3i99939981S319 =332;113119111 Illi a 1 I i 8 i 1 i ; ' ; i 5 n8 1... ..... ., 5 y ............ .... ....... ; ��� ..... ..... , .... .. 3s t......3 it "} '� l ii r + 1121i7 € ia_ 1� 3 _13 11-3 ,1!82- t _ 3,ig1 - / Y}1} i K p-. x- .• 4-1,'3- 1' _ a ,131 ,.1 �, `� i 3f l p 1 , } � — � -. _- 1-�-��� :1�� .7--_ ---. --_- ire , } : - .r • 8,�t n rr,...-., -__ ? i I n -. FIV Fn v } 11 11.021-1 I -Y ' -14- 4 if a ! -4, 11 _ I1 1 a i — __ - 1 t 1 II i 1 1 Ai a r !j2. 8 i LI i - i 1 a} l+• E ...1 3 8 R41- ! bis 4 1 ' 1 3 i Ni 4 a 8 1 3. i 1 ga �. #F 4 ., ! 2a 3 3 .4 3 3 1i i i oN 1 1 1 i _,ii ! i i 1 i 13 i i it i i 14 1 e i 13 3i a iii 1- 3 3 33331 = 13 1 413= i 31 3 8 3 11 i 2 =3331 ]3 _4 8 Y }3 i:1 i! 3. x i1 1 144 1 i 3 111111i 88 a 1 3 44 i % 4 6a 4 a 1:111 it 4 44 4i 1 it iil ! ti 14 i € 1 3 4!8_-4`°141 1/0,1.%110,111,,;1! 3!i 3134142 134 2. •33 4G323a=133' 3 3 ;3_ijiti i 4348!4118 3 7 44411, _i4i4444i 44!l441ii4444ii4iiti 11€iiiiiiiii4:iiiii i44iiitii222121143iiiii4 4 4444¢4alii12044120 iii0111!/0111 8 a ' 3 1 4 1 8 x i 1- 2 1 1 3 1 i 1 i = 3 3 9 4 1 ! 3i 330 4 ! i i 3. i A 3 3t i t i 3 4 2 Ii = 2 4 , 41 3 1 1 8 l 4 i i 1 1a3 - = .. 43 12 t t i 1 312 3 5 1 13111 1 4 3 3 34 3 13 3.1 i 4 a r31 - 41ig 0 43 1 '1 i1= . i9 i 3 t 48444 1 1 1 a as 841 i if! 113 ( 131 xsi4ii 3+ 4343.31! ` = 4}3;!433°, 44 4 4343533=442434Yi3214142t 111113-3'-81-811 4 1.`ii44341!8:1 3 i __i; _ =.i.3 _ -_:iii' �!! 1'4 - .i i ji. y33 •i• ns. 331111.ei ,1,13151' •la #, 81111 xxa '13331 ax•- sifi3,s•Faca}831.18• dbx x3;a..a•.y t s_ 1831 t 1 3441�444iii 1-€4ittst.$!i 8888 a}3444444ii44t 1 83888 1! _4__i ii._ !1111!444€4.48 88114€€ii i43.1Eiin2 s1_€44408481411 4 � 88._._.1._1..._. i_i 1 1 1 a 1 1 e a 1 , - 8888883888188881 415348:3348888845833 88884184444148841331 48888838888888884188888838 84358444144148188834 8148818888848131 8 4 8888384483385883 84484334438484844433 88888888338388488133 84884838888848484888838838 838338383883838388!8 888848388888484 8 i _.,..,.. --11 343844 37 1113 1 133333731713131 383848848.1 3411x4 3 T143883r 3:334:28133331 X 8 1438883::3:333733881 183:1:331331311 i i ' x ..,, 3.. 3. - °3111 =11:0 tee3333333317j3! 1.8111433131, 1 ! 84338184148131331137 41854388833444155835131311 14 84833313884141181 11.511131181311 1 S 4811_.•.•-. _. :a, 4__1.1.1 s3 3__ e-=3c2 • ; 5- 353323-232334733 133333133331132314 13_! 3 1 3 33 13n4axn13x3xn333••• •31313 -- 331 •3411 •••sa1313axx3 x • il 1 3 4 8 4 1 IIII 3 i _ 1 1 1 i 1 - ' - 8 4 3 ' j i ; i 4 83 '-`s i 4 ! $ - 1_- 4 31 i i ;1 !3 =-;4--3- :4 985` i 3=ii3 3 .f 1gg` i's1 ;! iji 1 81 -3 . 1ja4gsai $38jL iiiiiia41iti11, ii.981hf i314i.139i44iliiil,11;1e a1l11'a,1i1 813iiiiii18 3s = = 3 $ ;11 ; Iii js3133324 4 1184 S3dti' 4314444 1 !13,3.,1 3,113344 41133=.343843438434ii41833 t:.i134l1>=832ija13: 11U34!343444 8 3▪f g • niiiii i1/102__`- iia! )1111/11/11-1/1 .. sZi3 41244.4148 4.448044841.14844444400444 € Iii4113a1111111111 483aa111311112a 3 11lJ I. 3 a s y a1 31 s-..1 _.11111N.4...aiarliMil 41. 0 i S . ijail a _. $_'.' 'r' lgil:ABM IIMILLls �a 7—� .. ._...., ., i :=4Z�caeeeeeeee. .21 11.10— 7 - fir_' r. >!.iir.'.�■ .f• ; .lEttt� 9u.s��'L�-1 .R��.. 3 7--`yyF1 -s3:i. :y— — — ! ;off' i j a_�_F t _ i x:u _ 3}_ t ! s = r i 8 3 d 3 f ii 11 1'11 s 2 S J4i MI 8 t I a Ii pip II iStis { iaa i a 3'' i i ' ,4 ; = 1 x s s x z; $ i ii r °s i i i i i i t Six • F. ;i ill ii s- ii s illi i: iii x--' `-ii iii l ix: i 0. .s I 9 ;; i i i. ii 'ii 9i i;i it; i jx4a1;91310!li!iilii i m illi�='!R-!t.il:: flip!!! , !! `i'-! 3 R-1 i :II 111 !pull! .liiiiiiiliiiiiiill}fi lllll!liiiiliililiil liiiiiii iiiiiill 9;;9 1 ii3 i °ii ii Itieieii 5. I i 1 a_ R } } 1 i 3 3 3 ! si x I. I 9 l s 33 _ �# I 1 ,iE x}i 2: s is i !flIii i ! 11 III ii _ if :1 i i' i i iii 111 iii f ii i ii3tiii 1 i .ii iii ii A it ,i ; :iii I Isis!I;;g i#'s-11i3ij '!l:ii xt !i'•_!i:;;; 'i`i:@ii I!!!! . !!i II! i s=} :ei 1111, '1 111.111111111=111=i@ :14;;;;:t: 4iit1s11 1!111111 iirl i.ii 33it 1 iia 1 iia iii Iiiii Ii 7s} 1..1 s all; all 1 sa s as as 1 1213 C !Li xxsa 1331 2}} & 22 2 22 la 2 2222 1 dii.!11383d1d18113 ,. d3i-1313111dd1d1111d iilfll 1 it li 31 'lir! i d!1 1 1 1 111 ddldiiil •• 33111l1383113333311es 33!!33s3331133d13131 d 313iei! 4333531! 1111 1 dr? 3 4i! 111 11111331 a ;Sf sss srssss _ x i• •1922 "Oa Os •s. x _es%sss• 13!3 1iiils3 Ss1 3S' ) 1SSe13 /2_19111. S; Is, 3 I 351 113!x!!3 d . S r-?311ist_tess.i 1 !131.1-S3dilix1^ � lit}ltle Il+e!e xi li S ija a Ise 713 !.31!113 W. x_ y_-x_o.a WIN!! WI - sya s .x- xx- s_xx•x-x € 1 assass22?sx 32!:2 !93!!3333!______3339 9x132912 a9s31113 21x2 2 asa 3 sax 3,, 331s1a13 r- li 133 ! 3 1.- 'a 3 i NI C $ 3 i ! g i I i = o o f i s - 3 { iii ;i 1 ;3 -lei€' ills i 1111 gi 1:;=`131 J i. =ii !1113!` p- "1 li t i i i s ` 3 _i I $��a3xi?s- d�,ii. �,i -=si„? ,'' i� �#� 9: � ,; � �- 1 i I , � , , [ 13 111:31 1a111il.i11ill a !}}1x13ei11iiiiiii i.l,1111 i._i3,:P !lit ! ill 1 111 111 ilii1111 .011!1 /2IIII e. 3 a;2aily m.1 7}4!;1! ......sa i,i=- _ III i III III '3: '139 1 !i 1g717- a -__ • 3 -' ixaxii'i : 2:• i`ii9.1:}iiiiiilifii:i9 iiiili3i:1}siliiii*F!'Hudd is €iiiiiii '1111 s e xi iiiiiiii 1131 'ilii RETURN TO: PW ADMIN EXT: 2700 ID#: `3 3 f 7 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ 5 f r P e-1 2. ORIGINATING STAFF PERSON: ) d 1/4 1./16EXT: Z 7 Z Z 3. DATE REQ.BY: /I _S 4 ./ 3. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,REB,RFP,RFQ) o PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT o PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG o REAL ESTATE DOCUMENT 0 SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) o ORDINANCE _ 0 RESOLUTION �.CONTRACT AMENDMENT(AG#): IA//S o INTERLOCAL ❑ OTHER CYLc^vrJ,e, 4) C On 'Iii— � 4. PROJECT NAME: /bA C/P c- gm.' 7 V V lti, /AA-'-e 5. NAME OF CONTRACTOR: r c-j1 elAr C.e'••'' I'i'c p'vl.7 , I.'�,L. ADDRESS: I 3 ' C$ S; 336 St:,..� ev,e .f/4 98GPG TELEPHONE: E-MAIL: FAX: SIGNATURE NAME: 6-'r , //ige TITLE:6W'.S.l../.2 '��•fc-sL 6. EXHIBITS AND ATTACHMENTS:0 SCOPE,WORK OR SERVICES ❑ COMPENSATION 0 INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS CFW LICENSE# 011 OQ 72- 3 BL,EXP. 12/31/ 1g UBI# 49/y09/1 7 ,EXP. $1 31/,e-/9 7. TERM: COMMENCEMENT DATE: IY(LS /f 6 COMPLETION DATE: i4 ✓' lta"' 1 8. TOTAL COMPENSATION:$jj j 3/7"7,-/V/f a/7> 7/0 3 2,6 T (INCLUDE EXPENSES AND SALES TAX,IF ANY) R'CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) ) REIMBURSABLE EXPENSE: ❑YESO MAXIMUM DOLLAR AMOUNT: $ 6W IF YES, IS SALES TAX OWED: ❑YES 9i NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: L �// ❑RETAINAGE AGREEMENT(SEE CONTRACT)OR ❑RETAINAGE BOND PROVIDED 1Z PURCHASING: PLEASE CHARGE TO: 3 O/ - 914/da-11,5--.5 if--30 -i s--10 9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED Ili.PROJECT MANAGER -S-71-WI )04:1-//4S DIVISION MANAGER N. ►.DEPUTY DIRECTOR .--)Ac (q! ' DIRECTOR (tI( L IIS S 1 o RISK MANAGEMENT (IF APPLICABLE) .h LAW DEPT ® to f 14/f 10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING q o ATTACH: SIENT TO GNATURE VENDOR/CONTRACTOR INSURANCE DATE SENT: LICENSE 0ji EXHIBITS DATE REC'D:SCE,�� ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED o I�IN --e-6W DCI'T )0SIGNATORY(ielAl 3RE CCTOR) ���s I 1 l,3 1 I'1 _ ❑ CITY CLERK Yl/ 0t 1(4 O1' NO$(,/I�� ASSIGNED AG# AG# ��\ (Co_1�eJ= Q IGNED COPY RETURNED DATE SENT: CI.W. fjq �L�� RETURN ONE ORIGINAL xi COMMEN : /�. / l') le ( I EXECUTE Z.•ORIGINALS —V !'cil vl1/t�r (/1/I l ( '4'0 J $1 9Gl ) `a Ll/Ie ti, . le/t. r ` 5L e 1,46, /?.4, /2//i 1/2018 (GRAHAM January 9, 2019 John Mulkey City of Federal Way Public Works Department 33325 8th Avenue S Federal Way,WA 98003 Serial Letter No. 226 Project: Pacific Highway South HOV Lanes Phase V Contract: AG 16-115 RE: Response to KSL#091-Change Order 9 Dear Mr. Mulkey, Graham Contracting, LTD("Graham") is writing this letter to the City of Federal Way("City"). Graham disagrees with the positions stated in KSL#091 and is unwilling to sign the proposed Change Order#09 as currently written. Graham specifically reserves its rights and defenses under Contract, regardless of whether stated herein, and the positions stated herein are without waiver of Graham's rights, positions, defenses, and remedies. Respectfully, Ed Schepp Project Manager Graham Contracting, LTD CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG#16-115 9 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Pacific Highway South HOV Lanes Phase V (S 340th Street to S 350 Street) Graham Contracting,Ltd. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: 1. Modify existing iron gate for Parcel 17(Public Storage)at approximate STA 57+38 LT.This gate was to be removed and protected while constructing Wall 6,but was found after completion of wall not to fit in its original location and in need of reconstruction or replacement.As a new product matching the existing look/style is not likely to be found,the City has elected to reconstruct the existing per pricing received in response to RFP 018.A new bid item has been created to address this work. 2. This change adds black vinyl-coated barbed wire topping to black vinyl chain link fencing for the following properties: 1) South Tire Shop=approx.242 LF 2) Alaska Freight=approx. 354 LF 3) Public Storage=approx.305 LF 4) North Tire Shop=approx. 124 LF 5) CR Floors on 344th=approx. 82 LF Total LF of barbed wire topper per this change=1,107 LF Barbed wire topping will be an added bid item per this change order measured per lineal foot. 3. Graham Contracting,Ltd.proposed to revise the stairway for the property on parcel 23 to be constructed under Bid Item A159 Cement Concrete Steps and Landing as the original stair was designed to commercial standards.This is a residential house using different standards.Upon further review,it was determined that neither the original design nor Graham's substitute would work as the adjacent sidewalk ramp extended in front of the proposed steps. Graham then revised their cost proposal to modify the step into a landing as per the attached detail. The City of Federal Way agreed to Graham's request which reduces the cost of the original stair as planned. This change order will allow the substitute design for the landing and stair at the new cost proposed by Graham for Bid Item A159. 1 Changes to the Bid Schedule—Pacific Highway South HOV Lanes Phase 5 1.) Schedule A—Add new bid item C.O.09—A01 "Reconstruction of Parcel 17 Iron Gate" The unit cost for this Bid Item is$4,340.00 per lump sum. The new quantity is 1 LS. The total change amount for this item is an increase of$4,340.00 2.) Schedule A—Add new bid item C.O.09—A02"Black Vinyl Coated Barbed Wire Topper" The unit cost for this Bid Item is$2.75 per LF. The new quantity is 1,107 LF. The total change amount for this item is an increase of$3,044.25 3.) Schedule A—Existing Bid Item A 159 — Cement Concrete Steps and Landing The existing unit cost of$4,000.00t for this Bid Item is Changed to$2,924.89 per Lump Sum The quantity is 1 per Lump Sum. The total change amount for this item is a decrease of$1,075.11 The time provided for completion in the Contract is ® Unchanged ❑ Increased❑ Decreased by 0 Calendar Days.This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑Yes®No If"Yes"Will the Policies Be Extended? ❑Yes❑No TOTAL NET CONTRACT: INCREASE$ 6,309.14 DECREASE THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE Existing Change UNIT PRICE ADD or ITEM NO ITEM QTY Quantity Change DELETE Change Item Total Lump Sum Additions Reconstruction of Parcel C009—A01 17 Iron Gate 0 1 $4,340.00 ADD $4,340.00 Black Vinyl Coated C009—A02 Barbed Wire Topper 0 1,107 LF $2.75 ADD $3,044.25 Cement Concrete Steps ORIGINAL A 159 and Landing 1 1 $2,924.89 $4,000.00 -$1,075.11 Add= $7,384.25 Delete= -$1075.11 Total Change $6,309.14 2 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications,and with the understanding that all materials,workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of c onstruction. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 16,700,526.60 PREVIOUS CHANGE ORDERS $ 70,202.89 THIS CHANGE ORDER $ 6,309.14 NEW CONTRACT AMOUNT $ 16,777,038.63 CONTRACTOR'S SIGNATURE DATE E.J.WALSH,P.E. DATE DIRECTOR PUBLIC WORKS DEPARTMENT 3 C;ITV ()1 Q Federal Way REQUEST FOR PROPOSAL Architecture • Q Landscape Architecture #18 ♦ Civil Engineering DATE: July 05,2018 CONTRACT NO.: AG-16-006 PROJECT NAME: Pacific Highway S HOV Lanes Phase 5 (S 340th Street to S 359th Street) SUBJECT: Iron Gate at Public Storage Wall 6 SPECIFICATION N/A PLAN REF: Plan Sheet 71 & 90 REF: ATTACHMENTS: Plan sheet 71 and 90 TO: GRAHAM CONTRACTING Provide proposal and time impact analysis, within ten(10) days or as stated above for the scope of work described: NOTE: This is NOT a change order and does NOT constitute approval or notice to proceed on the issue. SCOPE: Provide a cost to modify existing Iron Gate or build new an iron gate at approximately STA 57+38 LT to the Public Storage building. This gate was to be removed and protected but after building the wall and fencing in this area the existing gate was found not to fit in the original space and will have to be either modified or a new gate built. The owner wants the gate replaced in the same look and style as the old gate. If modifying the old gate will not work then a new gate to match the look and style shall be constructed. MATERIAL: Materials shall match existing Iron Gate salvaged by Graham during the course of the project. MEASUREMENT AND PAYMENT: Per lump sum including any and all work related to modifying or building a new gate including installation to a complete functioning gate. By:Daniel Clark,KPG Inc. Date: July 05,2018 CC: John Mulkey,City of Federal Way GRAHAM COST (GRAHAM PROPOSAL August 9,2018 Page 1 of 1 Graham Contracting Ltd. 13555 SE 36th Street,Suite 120 Phone: Bellevue,Washington, U.S.A.98006 Fax: Project Number: W16051 Owner Project#: AG#16-115 Name: Pacific Highway South HOV Lanes Phase V Owner: City Of Federal Way Address: 726 S. 356th St Federal Way, Washington 98003 Subject Graham Cost Proposal#16 Occurrence Date: 2018/08/09 Description: RFP 018- Iron Gate at Public Storage Send To Name: City Of Federal Way Address: 33325 8th Avenue South Federal Way, WA 98003-6325 Phone: (253) 835-7000 Fax: (253) 661-4075 Attention: John Mulkey Comments Attached please find Graham's response to RFP 018 for the rehab of the iron gate at Public Storage. Cc Graham Contracting Ltd. (Attn:Anna Schepp; Dan Zimmerman; Edward Schepp;Jason Bottemiller; Seth Crites; Thrall Hershberger); KPG (Attn: Daniel Clark; Matt North); (signed) "Seth Crites" Per: Seth Crites, Project Coordinator CHAIN LINK * WOOD*ORNAMENTAL IRON SE� PrOpo�aL Residential&Commercial a yl,a Superior Workmanship Co-ntract Quality Materials 7720 Pacific Hwy E Insurance Work Milton, WA 98354 Contractor Lic#SECOMFI 17681 *FinancingAvailble* (253)926-8600 F: (253)926-3007 1-800-422-6828 � sales@secomafence.com 2k'T 1 DATEL`;7/v SUBMITTED TO t J Pl. p PHONE, CFj - 7/8 -12i)EMAIL ADDRESS JOB ADDRESS }7,06;t.„ .54ccrt. We propose to furnish all necessary labor and material in accordance with the plans and specifications below and subject to the following terms and conditions. . . . . . . . . . . . . . . . . . . . FOOTAGE ) �r . . . . . . . . . HEIGHT 7 POST SPACING - BARB a•• }'r;t . TOP • • • • • • f / 44-164"11-1 (cX6P°S+• BOTTOM .el LINE POST G� `MZ ` 4ke pain) b " `a '*1. apx END POST +1.4 '.5 „'.P CORNER POST - WALK GATE POST DRIVE GATE POST (c/I 5-4/..mit” • ' GATE FRAME N \\%L' G - - . STEPPED GROUND CONTOUR • L., AIRLINE . _,SV; - - . CEDAR FENCE STYLES (� Solid ❑ Shadow To Grade ❑Stairstep❑ y�►' , Facing In ❑Out ❑ �f • Metal Base El +� �' + +o 'rwar ( rtc'I + 4,/I TP.- . . UNDERGROUND OBSTRUCTIONS LOCATED? Yes 0 No ❑ Notes: If order is not placed within 10 days from date of proposal contact us regarding increased costs. Above specified work to be completed SUBTOTAL# 3 8 S ) TERMS: 1/3 Down payment due prior to start of work. for the sum total of Contract Terms and Conditions must SALES TAX be signed for contract to be valid TOTAL The above Prices,Specifications and DOWN PAYMENT Salesman Lh`. „cr,,j D�i�. cundltlun,at ]atufactuiy and BALANCE DUE are hereby accepted. 'Add S80 to this bid for prevailing wage projects It appllcaoie. PURCHASER DATE Accepted for Co. Pacific HWY HOV Lanes Phase 5 8/6/2018 RFP 018 -Iron Gate at Public Storage DRAFT Aggregate Inefficiency/ Work Description/Operation Man Hours Hourly Rate Overtime Extension (ST) Graham Labor 1 $ - $ - 2 $ - S - 3 $ - S - 4 $ - S - $ - $ 5 Subtotal Labor - I$ - $ - Subs&Services QTY U/M Unit Rate Extension 6 Modify and Install existing gate at public storageproperty 1 LS $ 3,875.00 $ 3.875.00 7 8 Subtotal Subs&Services $ 3.875.00 Materials QTY U/M Unit Rate 9 $ - 10 _ $ - 11 $ - 12 _ $ - 13 S - 14 15 Subtotal Materials $ Equipment HRS Hourly Rate 16 $ - 17 $ - 18 $ 19 $ - 20 $ - 21 Subtotal Equipment `$ - Field Supervision HRS Hourly Rate 22 23 24 Subtotal Overhead $ - Markups 25 Labor (29%of line 5) $ - 26 Subcontractors (12%of line 8) $ 465.00 27 Equipment (21%of line 21) $ - 28 Material (21%of line 15) S - 29 Services (21%of line 24) $ - 3o Subtotal Markups $ 465.00 31 TOTAL ESTIMATED COST $ 4,340.00 John Mulkey From: Daniel Clark <daniel@kpg.com> Sent: Thursday, August 09, 2018 7:29 PM To: John Mulkey; Desiree Winkler Cc: Matt North; Daniel Johnston; Nelson Davis; Kelly Clark Subject: FW: RFP 018 -Iron Gate at Public Storage Attachments: Graham_Cost_Proposal_16.PDF; Graham_Public_Storage.JPG; RFP_018 _-_Iron_Gate_at_Pu b l ic_Storage_Wo rksheet.pdf John - I would recommend accepting the Graham proposal for the custom iron gate modification.The cost is difficult to double check as it is a custom gate and we are asking to modify it in order to keep the look the property owner wants. Some internet research and it appears a new gate would be in the$4,000 range but might not be able to match directly.Again I would recommend accepting this price and giving the property owner what they want and keep the original style intact. Let us know if you agree and if we can move forward with this work and get a C.O. started. Thanks, Daniel Clark, CPII Construction Services KPG I SEATTLE • TACOMA • WENATCHEE 2502 Jefferson Ave Tacoma,WA 98402 Cell Phone 1253.777.5905 Fax I 253.627.4144 www.kpg.com Original Message From: Seth Crites [mailto:sethc@grahamus.com] Sent:Thursday, August 9, 2018 5:23 PM To:John Mulkey<john.mulkey@cityoffederalway.com> Cc: Anna Schepp<annas@grahamus.com>; Dan Zimmerman<danz@grahamus.com>; Edward Schepp <edsc@grahamus.com>;Jason Bottemiller<jasonbot@grahamus.com>; Seth Crites<sethc@grahamus.com>;Thrall Hershberger<thrallh@grahamus.com>; Daniel Clark<daniel@kpg.com>; Matt North<matt@kpg.com> Subject: RFP 018- Iron Gate at Public Storage Attached please find Graham's response to RFP 018 for the rehab of the iron gate at Public Storage. The information contained in this email, including any attachments, is confidential and may be privileged. It is intended only for the person or entity to which it is addressed and no waiver is intended by sending this email. If the reader is not the intended recipient,you are hereby notified that any review, retransmission, dissemination or other use of, or taking any action in reliance upon this information is strictly prohibited. If you have received this email in error, kindly notify the sender by reply email and delete the original message from any computer.Thank You. 1 {,t. KPQ Federal Way REQUEST FOR PROPOSAL • Q Architecture n Landscape Architecture 7 • Civil Engineering • DATE: July 06,2018 CONTRACT NO.: AG-16-006 PROJECT NAME: Pacific Highway S HOV Lanes Phase 5 (S 340th Street to S 359th Street) SUBJECT: Adding Barbed Wire Topper to BVCCL Fencing SPECIFICATION N/A PLAN REF: Plan Sheets REF: ATTACHMENTS: Plan sheets 83,84,87,90,92,93,96,99 TO: GRAHAM CONTRACTING Provide proposal and time impact analysis, within ten (10) days or as stated above for the scope of work described: NOTE: This is NOT a change order and does NOT constitute approval or notice to proceed on the issue. SCOPE: Provide a cost to modify Black Vinyl Coated Chain Link fencing with barbed wire top at the following locations: 1) South Tire Shop = approx. 242 LF 2) Alaska Freight= approx. 354 LF 3) Public Storage-approx. 305 LF 4) Valmet = approx. 345 F Confirmation this property wants/ needs wire top shall be forthcoming) J2_1CA 19 (-0vx.e (-- 5) North Tire Shop = approx. 124 LF 6) CR Floors on 344th= approx. 82 LF Total LF of barbed wire topper for proposal=1.452 LF MATERIAL: Contractor shall submit materials for approval. MEASUREMENT AND PAYMENT: Per lineal foot including any and all work related to modifying or tying into existing fences By:Daniel Clark,KPG Inc. Date: July 06, 2018 CC: John Mulkey,City of Federal Way i a iii 4'4 i t a ? VI A ti o 8 '80. e Y 3 �` m Y Z 3li53!Ke;§ :: '‘.7,o !^ '4 tle Cootsg P. 1, ! 'k s a 501 o1 W :gi33<-= aigg < r 7 LIE 91 „ r ` 9 4-y - z g&S$ yc 34 K w 35. ` wg< pX i! i ,Ix 3� g 5 i ..-fl tl< 3i I01 `: " ,g 5 35 r g.-g WE 2 X §i 8q r 5: !IL, ' 1 pig L LTJ Q000000000000 = U, z O W 88 133HS 00+L4 Y1S Dill H21511 CO 2 0 ..0i__L.— >-► > ��. Q O YY ow-- � a ! � W U co Q 2 ` da c Q a cWel z a O 0 E 1 A pin t >1 mea L. !•�� m I 1c ...1,a o of tii,i ?i * o ill Q 4 Y , _ 3 is „ 0 m to 1 ..A. ? C __ U rJm t Z 1 Y IL I' 0 W t _ a .' roc , m m O II i Hato 0 II I19 ® 32 \ 'I'i*. i , 4' ** si 0 LL $Kr 4' .' - \ “ . 1 \-(P' i CI lalt, \ 51 7. —`_ v-.� Y. < , QU c0 V ;loved �: III: IIII z o IL' , Cf5 4 / 1i1 \ j W W w Erti LLN s a a 4 S r 0 bQ\ ------1*- c- ., 3 t. lr I11'1I�P�- IP /1 I - vt __ p,Q � I — — `H ! 'I N L � �� CD ro=12 c w I I — X — i I _ A 9H 133HS SZ+Z9 V1S 3NI1 HDLVW V d ? 1 YH(L-2 9100,L/9 6.,,ecndwizzoc\I5ono3\sow.oq\N0K30\A OUNd A.H ood-SLIX't\AVM 1VTO3d\51D31.08d\N i a :�� �g 3 i i 1 W W= $ o s LS "it tea e $ a E' S 1 o <5;g lr / '< � — 3 E ,s; ii i f, m :iiii 5i1§5 oa a oaf _ � Z7 8 x 47 CC /� x al g, a5 a; .a1' as y < 5,T in ga 56 5g sW - ° 000000 i 3 t3 V ; DZ <o ax ow 45 ig 3 = 1 : - b g rj mcg =0- . z 3 5 P. V _ ''..t. O _ y (6 O l0 � 3 N_O 3 al d N26 1334S SC+1161 V1S 3161 H31V/1 7 -- '°N� �� I I I I — — v RN. U Q-0 N m I O I ascpmaOaa)-oa w Z a ca:-t C lO. .OSZ�I s W fç' I § 4 9 I 4 �p i 2.ire / L° ,,, i at n N p OEf jr O I r:..la, Fgi. 4 u 18 C/) E V 1 F w c 1- c N O iii . )�� . 115 re------"'''''i\ f o .,,r�� � a �T II '°=s 11 1 ?CIO, QgYgi11 o as 41) 1- N', , is 1 \ rilill II# \\.,-.-.• 1 1_., - , \\I\ IL..... ILL... 4 , 11:\\\. ,!' 1�11 ;t1;` a f... ....... .Ailip - , i -=ii i o IFI i 86 13316 05+166 WS 3Y1 H3LV11 e a Old 012 9102/1Z/9 6.0 Nt c-3d011ZZ0[t\1>on..oa\s6u.op\Ma530\A aso9d 3..H Dod-2ZO L\A.-0,333f\S173O d\. % : Cos ri 1 - ; is i gg. = a 2 5 r s Wci-a i:0!;;:::!1 1,i ! ! i Wna r $§s S i o N ,..4 ggp / $ -g= WR ' m agar -g3_ / i4 W 2 .0 Y Y i '" Ea .- -1 -i `n -.2 -. riT d ltd g ad g gf 6a .ag .4 _ i NI P, gl it X6 . g R. gig = 00000000000000 W H I— L6 133HS 06+99 VLS 3NI1 N31224 0 1Z LI t U -AMP l Y W xa Oda UW 'I � a \ . � ax II , as r e . i I R QW. .:: �` :. i 73 NMI i* . iii'. - �- o _ _ I 4isI __ . __ __ ; _A .c..-,- ----- ------ 4 0 #t al _+ s.i - co 3 �, 1 e � Ii1'�©� z q�1 I-' I 1�9 sW I111101 U, A m 0 0N g CO m o Yat a;1i ;� 0 ,�.i, in nan n - • m •70,,,s,, ri yy LL • I ccoc dIC W o N V C LN M ® a s IS s r`r-W S Ia _ c C 1 1 ass 0 ��i 4 :i 111 I i Y I` _ - o OA O � O a., r _ - AI i l 2 a s lig G� 1 (� S6 133NS S9+19'11S 3N11 -� t - w 11 3 HJ1VY1 ---_..1- g I Nd SC 7 9101/oZ/9 6.9 01dOXZZOCI\IaoquoJ\s6w.oq\Nowa!,,aao9d.11 Sod-LZOCIUVM 1V1303.ASIO'Ofld\11 i S g2 E a / S2132 "I 3 to !I u < U W of 'd' ! >>` W e n: s • � 4 i Y a 8 1 - N a m s S y > r m c 5 , a 4 yyy-. 4r1'<3 > , S� ii : i M 4e, ' i �� 2 W 4a o 3 3 g O-lc c Ilse, * _ EAJ : gW am3 nLW 4 5' I.vi2et ..- i " i j ' as 2 A Ai a ba AiS tai a Z 3 14 gg 14 11 21 a :a = g VW 3 w i o al W 800000000000000 ® 0000 = �, Z 46 133HS OS+09 Y15 3N(1 H31211 D Z 4 '11 �g0 t O W ate ' ( ' i Q > o 0 a am � 1 t F. O Imo t, 1.1 �. �� Q 06 >t LI w m m 4& s i 4 _. —. d d f S e } T40 I1 0 O 1 = 1 V b I. v 4 in Q I.I 1 38 • a I [111-0 1LLI .1 Z my �� I i•I I.., I III I �� t� i li$ 9 til t, 1 y ^s �I n L ` I ,� s ` 91 8 Ccii) I II o II , 1 � � I .4 .- 0 I Ni e F cr,4.7k iTI Illiti sab l�1 �ti 1 , -i a isitt ii \\s: 111 Ij 4. _g I _ t a' ©iB : k I gg`@6 e tlI - 1• : 0Tis 4 • 14 _ X i wit ri x a aeggit 1 1 a 041 w I ` O� I i1 sKVe J I g' / a 69 133HS OS+SS HIS 3NI1 H31Y11 11d OS-:Z 9102/02/9 6.Pani - X1000\S60u0p\N3S3O\A a604d 1..H 30d-ZZOCL\.AVM 1Y43O3J\S133YONd\N W � � W '4 'i F i i y Io W_ = 0 !,1g 1 ; :7. . W a gI, N W .anPR=33`AnRh? o I-N 1s i s 1 NIT o a se + l a ' s � i i 2 a*-igi ";``1ac oQ ry 9 �` W bads �� bg . ,4m vx ,� z ag g $ ,i W zW b e < - " i v a o F gs 3�. �. .-- .= O 3,- e4 -7 8< = y8' - g j Ma 8' W Y ,i w Lgl bg dES X85 S' Z Al 1� g£ riar E i� V i i wS Vs z V LLJ - r r v 0 0 ® I C/) S8 133HS 0S+Zf VJS 3NIl Haltln j , e 7 O C Q >1 q u I 6 jirj - v a 1`o '�,�_ a a S 0 1150* t J � '' ,8:;. Mil .S'[ K 1 i : l Vi., ,t ',, u ti .� J i ,40 1 I .+ , sx ® a c, \ > e`ii Z 3. ILI 0,_' o 'I I �ot.1 3 N-E .5,1 i.:1 ,.1,41 1 ,. .., C : rzso i ) g c :trio 3 I A p o °'nL U'`: I. aN o r as Baa Ii �'xZ � o C � a Q +;' till° t=Cr30 s , r j,l 1, iNI t fa � ssa I ®' a \: — _ � 1 �F n a o . , = a i , . _ _ � 8w . ,, ---__ N „ r11, P ; co I=1 i co x `N`. 4 -- e , ��� ;, LL 1 // I „, 8 _.. ir .O9 I Vit.- // 8 f8 133HS OS+[Z VIS 3NIl HO1Vn 3 rid rZ Z 9192%rZ/9 6.1,101dOSZZOCI\I>o+1.3\s.tl.04\8530\A aloud Z•H>od-ZZO21\AVM 1tle13O33\S133'O8d\.M GRAHAM COST (GRAHAM PROPOSAL August 15,2018 Page 1 of 1 Graham Contracting Ltd. 13555 SE 36th Street,Suite 120 Phone: Bellevue,Washington, U.S.A.98006 Fax: Project Number: W16051 Owner Project#: AG#16-115 Name: Pacific Highway South HOV Lanes Phase V Owner: City Of Federal Way Address: 726 S. 356th St Federal Way, Washington 98003 Subject Graham Cost Proposal#17 Occurrence Date: 2018/08/15 Description: RFP 019- Barbed Wire Topper Send To Name: City Of Federal Way Address: 33325 8th Avenue South Federal Way, WA 98003-6325 Phone: (253) 835-7000 Fax: (253) 661-4075 Attention: John Mulkey Cc Graham Contracting Ltd. (Attn: Anna Schepp; Dan Zimmerman; Edward Schepp;Jason Bottemiller); KPG (Attn: Daniel Clark; Matt North); (signed) "Seth Crites" Per: Seth Crites, Project Coordinator (GRAHAM Pacific HWY HOV Lanes Phase 5 8/13/2018 RFP 019 -Barbed Wire Topper DRAFT Aggregate Inefficiency/ Work Description/Operation Man Hours Hourly Rate Overtime Extension (ST) Graham Labor 1 $ - $ - 2 $ $ - 3 $ - $ - 4 $ - $ - $ - $ - 5 Subtotal Labor I -I I $ - S - Subs&Services QTY U/M Unit Rate Extension 6 3 Strand ionBarbedWire 1,107 LF -_ 1.20 $ 1,328.40 7 Modification to Previously Installed Fencing 1,107 LF $ 1.25 $ 1,383.75 8 Subtotal Subs&Services $ 2,712.15 Materials QTY U/M Unit Rate 9 $ - - 10 $ - 12 $ - 13 $ - 14 15 Subtotal Materials $ - Equipment HRS Hourly Rate 16 $ - 17 $ - 18 $ - 19 $ - 20 $ - 21 Subtotal Equipment $ - Field Supervision HRS Hourly Rate 22 23 24 Subtotal Overhead S - Markups 25 Labor (29%of line 5) $ - 26 Subcontractors (12%of line 8) _ $ 325.46 27 Equipment (21%of line 21) $ 28 Material j21%of line 15) $ 29 Services (21%of line 24) $ - 30 Subtotal Markups $ 325.46 31 TOTAL ESTIMATED COST $ 3,037.61 John Mulkey From: Daniel Clark <daniel@kpg.com> Sent: Monday, August 20, 2018 5:40 PM To: John Mulkey; Desiree Winkler Cc: Matt North; Daniel Johnston Subject: FW: RFP 019 - Barbed Wire Topper John - I believe the pricing is good to go.The price actually is better than we had thought with the black vinyl coating. I would recommend moving this forward. Thanks, Daniel Clark, CPII Construction Services KPG I SEATTLE • BELLEVUE • TACOMA • WENATCHEE 2502 Jefferson Ave Tacoma,WA 98402 Cell Phone 1253.777.5905 Fax I 253.627.4144 www.kpg.com Original Message From: Seth Crites [mailto:sethc@grahamus.com] Sent: Monday,August 20, 2018 3:26 PM To: Daniel Clark<daniel@kpg.com>;John Mulkey<john.mulkey@cityoffederalway.com> Cc: Anna Schepp<annas@grahamus.com>; Dan Zimmerman<danz@grahamus.com>; Ed Schepp <edsc@grahamus.com>;Jason Bottemiller<jasonbot@grahamus.com>; Matt North <matt@kpg.com>; Daniel Johnston <danieli@kpg.com> Subject: RE: RFP 019- Barbed Wire Topper The pricing reflects vinyl coated wire.The barbs themselves are galvanized. Original Message From: Daniel Clark<daniel@kpg.com> Sent: Thursday,August 16, 2018 9:00 AM To: Seth Crites<sethc@grahamus.com>;John Mulkey<john.mulkey@cityoffederalway.com> Cc: Anna Schepp<annas@grahamus.com>; Dan Zimmerman <danz@grahamus.com>; Ed Schepp <edsc@grahamus.com>;Jason Bottemiller<jasonbot@grahamus.com>; Matt North <matt@kpg.com>; Daniel Johnston <danielj@kpg.com> Subject: RE: RFP 019- Barbed Wire Topper This is an external email. Please exercise caution with its content. Thank you Seth. In a couple meetings Desiree had mentioned she wanted the black vinyl barbed wire. Does this RFP response reflect the barbed wire in black vinyl. If not can you ask them what the up charge would be? Thank you, 1 Daniel Clark, CPII Construction Services KPG I SEATTLE BELLEVUE TACOMA WENATCHEE 2502 Jefferson Ave Tacoma,WA 98402 Cell Phone I 253.777.5905 Fax I 253.627.4144 www.kpg.com Original Message From: Seth Crites [mailto:sethc@grahamus.com] Sent: Wednesday,August 15, 2018 4:44 PM To:John Mulkey<john.mulkey@cityoffederalway.com> Cc: Anna Schepp<annas@grahamus.com>; Dan Zimmerman <danz@grahamus.com>; Edward Schepp <edsc@grahamus.com>;Jason Bottemiller<jasonbot@grahamus.com>; Daniel Clark<daniel@kpg.com>; Matt North <matt@kpg.com> Subject: RFP 019 - Barbed Wire Topper Attached please find the response to RFP 019. The information contained in this email, including any attachments, is confidential and may be privileged. It is intended only for the person or entity to which it is addressed and no waiver is intended by sending this email. If the reader is not the intended recipient,you are hereby notified that any review, retransmission, dissemination or other use of, or taking any action in reliance upon this information is strictly prohibited. If you have received this email in error, kindly notify the sender by reply email and delete the original message from any computer.Thank You. The information contained in this email, including any attachments, is confidential and may be privileged. It is intended only for the person or entity to which it is addressed and no waiver is intended by sending this email. If the reader is not the intended recipient,you are hereby notified that any review, retransmission,dissemination or other use of, or taking any action in reliance upon this information is strictly prohibited. If you have received this email in error, kindly notify the sender by reply email and delete the original message from any computer.Thank You. 2 CITY Or Federal WayREQUEST FOR PROPOSAL ♦ Architecture Landscape Architecture #17 • Civil Engineering • DATE: June 5, 2018 CON I RACT NO AG-16-006 PROJECT NAME: Pacific Highway S HOV Lanes Phase 5 (S 340th Street to S 359th Street) SUBJECT: Conc. Steps at Parcel#23 SPECIFICATION 8-14 PLAN REF: Plan Sheet 39 & 86 REF: ATTACHMENTS: Plan sheet 86 mark up TO: GRAHAM CONTRACTING Provide proposal and time impact analysis, within ten (10) days or as stated above for the scope of work described: NOTE: This is NOT a change order and does NOT constitute approval or notice to proceed on the issue. SCOPE: During the course of the project Graham had submitted RFI #398 in regards to the steps shown per pan sheet #86 at parcel #23 or approximately STA 41+40 LT. The RFI asked the question if steps were necessary as drawn up and Graham had proposed a different solution which incorporated a transition to the existing parcel within wall#3.We agreed and asked Graham for pricing.Graham provided pricing but now the wall and sidewalk are built in this area we have found that the"per plan"nor Graham's initial proposal will work. This RFP is being presented to get another price from Graham for another solution.As disused in the field with Graham representative Seth Crites. This solution will build a level landing that matches Graham's initial elevations but will be slightly larger and shift the landing south approximately four feet(4')in order to avoid the sidewalk curb ramp in the area. The attached marked up plan sheet shows the basic concept of the solution and per Seth Crites request we are presenting Graham this RFP in order for Graham to forward price this work. The intent is to provide pricing in a Lump Sum fashion as the original bid item showed for a complete work. MATERIAL: Materials have not changed from the original spec requirements merely the orientation of them. MEASUREMENT AND PAYMENT: Per lump sum including any and all form work,materials,labor,and equipment to complete the sidewalk to steps transition at Parcel#23. By:Daniel Clark,KPG Inc. Date: June 5,2018 CC: John Mulkey,City of Federal Way IS ist9 . Ill ,,_- , \ .... . ---- 2-----.---H----___ S I. Immm...... Aik ri • '. -:---: --_. - • • - - -71,14*41. 11 2 cu> .... - , 0 - sall Z*4 az E -" : h µms . ct e11114 .i. /� Ili �. F- 8 U lig ih d CO I Nr 4z I t • - 4 ik I ctS % . ,._ Nt. 1 , , \ , , ‘ , jiiT,I , i a 1 IiI-L1 . I t 0 CV I r / fir) 0/ X N I.. . I / Q U o CO / E CZ .. Z CU AM COST(GRAHAM OPOSAL June 26,2018 Page 1 of 1 Graham Contracting Ltd. 13555 SE 36th Street,Suite 120 Phone: Bellevue,Washington,U.S.A.98006 Fax: Project Number: W16051 Owner Project#: AG#16-115 Name: Pacific Highway South HOV Lanes Phase V Owner: City Of Federal Way Address: 726 S. 356th St Federal Way, Washington 98003 Subject Graham Cost Proposal#15 Occurrence Date: 2018/06/26 Description: RFP No. 17- Parcel 23 Concrete Steps Revision Send To Name: City Of Federal Way Address: 33325 8th Avenue South Federal Way, WA 98003-6325 Phone: (253) 835-7000 Fax: (253) 661-4075 Attention: John Mulkey Comments Attached please find Graham's estimated credit to the City of Federal Way associated with the Changes to Parcel 23. As shown on the attached breakdown,the net effect of the estimated costs is a credit to the City of$1,074.11. Cc Graham Contracting Ltd. (Attn: Dan Zimmerman; Edward Schepp; James Gunther;Jason Bottemiller; Seth Crites;Thrall Hershberger); KPG (Attn: Daniel Clark; Kelly Clark; Matt North;Travis Watt); Per: Dan Zimmerman, Project Manager (GA HAM Pacific HWY HOV Lanes Phase 5 6/19/2018 RFP 017 -Parcel 23 Transition to Sidewalk DRAFT Aggregate Inefficiency/ Work Description/Operation Man Hours Hourly Rate Overtime Extension (ST) Graham Labor 1 Grade and compact base 2 $ 65.19 $ - - $ 130.38 2 Form Walkway 8 $ 65.19 $ - $ 521.52 3 Pour and Finish Walkway 8 $ 65.19 $ - $ 521.52 4 Strip/Sack and Patch 6 $ 65.19 $ - $ 391.14 S - $ - 5 Subtotal Labor 24 $ - $ 1,564.56 Subs&Services QTY U/M Unit Rate Extension 6 4'Single Swing Gate(includes fittings and hardware,no posts) 1 EA $ 208.00 $ 208.00 7 8 Subtotal Subs&Services $ 208.00 Materials QTY U/M Unit Rate 9 Expansion joint(between thickened walk and new walkway 12.00 SF $ - $ - 10 Class 3000 Concrete 1.25 CY $ 71.00 $ 88.75 11 Short Load surcharge 1 EA $ 150.00 $ 150.00 12 Basalite Fast Patch 4.00 EA $ 25.62 $ 102.48 13 $ - 14 15 Subtotal Materials $ 341.23 Equipment HRS Hourly Rate 16 HD 2500 Crew Truck 10 $ 21.55 $ 215.50 17 $ - 18 $ - 19 — $ 20 $ - 21 Subtotal Equipment $ 215.50 Field Supervision HRS Hourly Rate 22 23 24 Subtotal Overhead S - Markups 25 Labor (29%of line 5) $ 453.72 26 Subcontractors (12%of line 8) $ 24.96 27 Equipment (21%of line 21) $ 45.26 28 Material (21%of line 1_5) $ 71.66 29 Services (21%of line 24) $ - 30 Subtotal Markups $ 595.60 31 TOTAL ESTIMATED COST $ 2,924.89 32 CONCRETE STEP CREDIT(BI A159) $ (4,000.00) 33 TOTAL CREDIT $ (1,075.11) REQUEST FOR CG �M INFORMATION #398 March 23,2018 Page 1 of 2 Graham Contracting Ltd. 13555 SE 36th Street,Suite 120 Phone: Bellevue,Washington, U.S.A.98006 Fax: Project Number: W16051 Owner Project#: AG#16-115 Name: Pacific Highway South HOV Lanes Phase V Owner: City Of Federal Way Address: 726 S. 356th St Federal Way, Washington 98003 Subject Type: Information Occurrence Date: 2018/03/23 Description: RFI 398 - Follow Up to RFI 355 Send To Name: City Of Federal Way Address: 33325 8th Avenue South Federal Way, WA 98003-6325 Phone: (253) 835-7000 Fax: (253) 661-4075 Attention: John Mulkey Request Graham sent RFI 355 on February 2, 2018. As of March 22, 2018, Graham has still not seen a response to this RFI which proposed leaving the existing concrete steps at parcel 23 in place and deleting the proposed concrete steps detailed on Sheet 39. Since this RFI was sent, Graham has installed wall 3 and has a more detailed plan for leaving the existing concrete steps in place. Graham proposes adding concrete blocks to fill in between wall 3 and the existing steps on the north and south side of the steps. The thickened edge walk on top of wall 3 will be extended over these added blocks and the top of sidewalk will be matched with the top of the second existing step. Please advise if the city would like to pursue this change. G� �A� REQUEST FOR INFORMATION #398 March 23,2018 Page 2 of 2 Graham Contracting Ltd. 13555 SE 36th Street,Suite 120 Phone: Bellevue,Washington,U.S.A.98006 Fax: Answer ANSWERER or RESPONDENT Print name: Signature Date Cc City Of Federal Way(Attn:John Mulkey), (253)661-4075; Graham Contracting Ltd. (Attn: Dan Zimmerman; Edward Schepp;James Gunther;Jason Bottemiller; Samuel Juneau;Seth Crites;Thrall Hershberger); KPG (Attn: Ken Gunther; Matt North;Travis Watt); Please respond by no later than Mar 29,2018 Per: Seth Crites, Project Coordinator .//\. OREGON PORTLAND WASHINGTON WOODINVILLE MASONS SUPPLY (800)537-3407 (800)537-6216 MASCO PH(503)234-4321 PH(425)487-6161 Northwest Owned For Over 90 Years 1111111111111111111111 FAX(503)234-5606 FAX(425)402-3676 www.masco.net CLACKAMAS,OR WEST EUGENE,OR EUGENE,OR HILLSBORO,OR MEDFORD.OR RIDGEFIELD,WA SALEM,OR SEATTLE,WA TACOMA,WA • ph 503-722-1528 ph 541-683.1408 ph 541-744-6696 ph 503-533-0107 ph 541-772-6161 ph 360-887-4777 ph 503-585-5504 ph 206-767-4645 ph 253-581-6161 fax 503-722-1569 fax 541-683-1956 fax 541-744-2302 fax 503-533-0407 fax 541-772-4752 fax 360-887-3048 fax 503-585-6732 fax 206-767-4696 fax 253-588.4272 ARCHITECTURAL CONCRETE: •COLOR I IARUI-NL HS/HLI-CASES&STAINS ( •INTFGRAI COI OH ( •SURFACE RETARDERS T •TEXTURE MAT/STAMPS CONCRETE CHEMICALS&POWDERS: M �l J , ( •CEMENT AND PREMIX cxI4m1 • •CLEANERS FOR CONCRETE LC/n 7L � S^4AA�1 l� •CONCRETE ADMIXTURES C• f0 F V 1 •CONCRETE REPAIR VERTICAL,HORIZONTAL, OVERHEAD&QUICK SET • •CURING AND SEALING COMPOUNDS L-1 `J L)(l' •S 1 •EPDXY ADI IESIVES,ANCIIORING.BONDING l 'T 2,40�•71 AGENTS AND COATINGS F w1� •FIBERS FOR CONCRETE �/`� ,f ( •FORM RELEASES _l S: I - �� Y11, •GROUTS AND HARDENERS �wQvj �(�(� ---- ) •SAND r,_.,w.�_ I CONCRETE FORMING ACCESSORIES, Enc1$, (yn(, ( •CASTINTACT ` •COLLMN AND FORM TREATMENTS `LL 1 •CURING BLANKETS ti) •ACCESS ODORS.HATCHES&SMOKE VENTS •FASTENERS •FLOOR PROTECTION 1 •ECRM LINERS •FORMING HARDWARE WC, 'G \f1 3 I •INSERTS W ` [ •PLYWOOD •PRECAST LIFTING&ACCESSORIES •REBAR SPLICING , •REINFORCING BAR&MESH �( •SCREED RAILS '` •SNAPTICS AND ACCESSORIES • •SONOTI/RF •TILT-UP •TRENCH DRAIN 0. •W'ATERSIOP 4-41-4 ---1 7 - MASONRY SPECIALTIES: ' •BRICK WALL TIES 1 ` •CLEANERS FOR MASONRY L V:46 •COLOR AND ADMIXTURES // •FLASHING AND WATERPROOFING �YG� •JOINT REINFORCING lilt •MORTARS •SEISMIC ANCHORS MECHANICAL&CHEMICAL •VAPOR BARRIER • •WALL TIES AND REINFORCING SUSGRADE PRODUCTS: •GEOTEXTILE FABRIC AND SILT FENCE •INSULATION •SAFETY FENCE •SHEET MEMBRANE •VISQUEEN , TOOLS: . •ABRASIVE AND DIAMOND BLADES •CONCRETE PLACING AND FINISHING •MASONRY PLACING AND FINISHING . ' •POWER TROWELS,SCREEDS.MIXERS, ' GRINDERS,VIBRATORS.GROUT PUMPS AND PLATE COMPACTORS •REBAR CUTTERS AND BENDERS •SAFETY SUPPLIES WATERPROOFING: •BENTONITE WATERPROOFING •CEMENT WATERPROOFING •CLEAR WATER REPELLENTS •DRAINAGE BOARDS •EXPANSION/CONTROL JOINT SEALANTS •LIQUID WATERPROOF&DAMPPROOF RENTAL AND SALES OF: ' •ADJUSTABLE RADIUS WALERS •ALUMINUM BEAMS •CAM LOCK FORM BRACKETS T- - � •CIRCULAR STEEL COLUMN FORMS •DONA FRAMAX , •DONAFRAMI •DONA\1F240 ROLLBACK •DONA PLATFORM K • •EURO CLAMP WALL FORMS •HANDSET FORMS •ISCHEAFCK MFOA SHORE HO ALUMINUM •ISCHEBECK TITAN HV DROPHEAD SHORING •OVERHANG BRACKETS •POSI SHORE - . •RADIUS WALL FORMING •SAFETY RAIZ.POST •SHE BOLTS AND TAPER TIES •SHORING •SOLDIER B-AM •STEEL FORMS •STEEL PLY •STEEL SHORING FRAMES •STEEL WALERS •TILT UP BRACES AND ACCESSORIES SUPPLYING YOUR CONCRETE AND MASONRY NEEDS OWASHINGTON MASONS SUPPLY PORTLAND WOODINVILLE (800)537-3407 (800)537-6216 MASCO PH(503)234-4321 PH(425)487-6161 Northwest Owned For Over 90 Years FAX(503)234-5606 FAX(425)402-3676 www.masco.net CLACKAMAS OR WEST EUGENE OR EUGENE,OR HILLSBORO,OR MEDFORD,OR RIDGEFIELD,WA SALEM OR SEATTLE,WA TACOMA.WA ph 503-722-1528 ph 541-683.1408 ph 541.744.6696 ph 503-533-0107 ph 541-772-6161 ph 360-887-4777 ph 503-585-550-4 ph 206-767-4645 ph 253-581-6161 fax 503-722-1569 fax 541-683-1956 fax 541-744-2302 fax 503-533-0407 tax 541-772-4752 fax 360-887-3048 fax 503-585-6732 fax 206-767-4696 fax 253-588-4272 ARCHITECTURAL CONCRETE: •COLOR HARDENERS/RELEASES&STAINS •INTEGRAL COLOR •SURFACE RETARDERS •TEXTURE MAT/STAMPS CONCRETE CHEMICALS&POWDERS: •CEMENT AND PREMIX •CLEANERS FOR CONCRETE •CONCRETE ADMIXTURES •CONCRETE REPAIR VERTICAL,HORIZONTAL. OVERHEAD&QUICK SET •CURING AND SEALING COMPOUNDS •EPDXY ADHESIVES,ANCHORING,BONDING ' AGENTS AND COATINGS •FIBERS FOR CONCRETE •FORM RELEASES •GROUTS AND IARUENERS LG ha •SND a.1IC CONCRETE FORMING ACCESSORIES: /�(,� v 1 ..� •CASTINTACT• T�TV•' ' 6 W •CURING BLANKETS MN AND FORM TREATMENTS ��T ;r( Prp• S;c�..t,�al k •ACCESS DOORS,HATCHES&SMOKE VENTS •FASTENERS •FI OOR PROTECTION •t )(-!'L s+.Int irn 9t.. J •FORM LINERS •FORMING HARDWARE / e��••� C a/ •INSERTS L AppTok'C�.IIntnSa nS� �XS} •PLYWOOD \`\ \\` •PRECAST I IFTING&ACCESSORIES •REBAR SPLICING ( `f ---- ^'- •REINFORCING BAR&MESH •SCHEEU RAILS •SNAPTIES AND ACCESSORIES •SONOTUBE •TILT UP •TRENCH DRAIN •WAIENSFOP _ • Prop06cd St-G4-W0',•1tc MASONRY SPECIALTIES: '- ff li --- •BRICK WALL TICS •CLEANERS FOR MASONRY •COLOR AND ADMIXTURES •FLASHING AND WATERPROOFING • •JOINT REINFORCING •MORTARS ( I •SEISMIC ANCHORS MECHANICAL&CHEMICAL •VAPOR BARRIER •WALL TIES AND REINFORCING SUBGRADE PRODUCTS: •GEOTEXTILE FABRIC AND SILT FENCE •INSULATION •SAFETY FENCE •SHEET MEMBRANE •VISQUEEN TOOLS: •ABRASIVE AND DIAMOND BLADES •CONCRETE PI ACING AND FINISHING •MASONRY PLACING AND FINISHING •POWER TROWELS,SCREEDS,MIXERS, 'f GRINDERS,VIBRATORS,GROUT PUMPS AND -__ PLATECTER •REBAR CUTUTTERSS AND BENDERS •SAFETY SUPPLIES WATERPROOFING: (� •BENTONITE WATERPROOFING 1\1 •CEMENT WATERPROOFING V !� •CI FAR WATER HEPFI I EATS •DRAINAGE BOARDS • •EXPANSION/CONTROL 101NT SEALANTS •LIQUID WATERPROOF&DAMPPROOF RENTAL AND SALES OF: •ADJUSTABLE RADIUS WALERS •ALUMINUM BEAMS •CAM LOCK FORM BRACKETS •CIRCULAR STEEL COLUMN FORMS •DOKA FRAMAX •DONA FRAMI •DOHA MF240 ROLLBACK •DOKA PLATFORM K • •EURO CLAMP WALL FORMS •HANDSET FORMS • •ISCHFRFCK MEGA SHORE HD Al UMINUM • • •ISCHEBECK TITAN HV OROPHFAD SHORING • • • - • •OVERHANG BRACKETS •POST SHURE - •RADIUS WALL FORMING •SAFETY RAIZ POST • • ,• •SHE BOLTS AND TAPER TIES • •SHORING • •SOLDIER SEAM r •STEEL FORMS •STEEL PLY •STEEL SHORING FRAMES •STEEL WALERS •TILT-UP BRACES AND ACCESSORIES SUPPLYING YOUR CONCRETE AND MASONRY NEEDS in RETURN TO: PW ADMIN EXT: 2700 ID #: T757 :� CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ `i r .� e --1`'1 ` A r 2. ORIGINATING STAFF PERSON: , [7 6`1 !,1 L'✓ I i�. N EXT: 2 7 Z ` 3. DATE REQ. BY: hskp _ 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION i%CONTRACT AMEN MENT(AG#): ❑ INTERLOCAL ❑ OTHER UW14,t4.^ .t r b 4. PROJECT NAME: 161-e' ►" c- Uw M S AV LA -L6 �/!l�' SL V 5. NAME OF CONTRACTOR: C Iq I /,.-I ADDRESS: i3 i %' t!!� v t t9 t TELEPHONE: V Z f'- G'/- 3 9/ E-MAIL: FAX: SIGNATURE NAME: j� L �[ TITLE: 6W yS .L''Ijie s rr.iK 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # 0 if/ V o-? L5 BL, EXP. 12/31 / UBI # 60/ '104 tip' % . EXP. 7. TERM: COMMENCEMENT DATE:2�,2 COMPLETION DATE: UPC4- LiO i't l`•y•^ 8. TOTAL COMPENSATION: $ 17 9 q Z6/ T Q �7 Z Q 4 fry_ (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES j.NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES "0 IF YES, $ PAID BY. ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 51 PROJECT MANAGER DIVISION MANAGER DEPUTY DIRECTOR ql DIRECTOR 2 I ❑ RISK MANAGEMENT (IF APPLICABLE) ip LAW DEPT 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING 5CQnrl.ecL-6 -;�t OVOA ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: $ - aZ - I% DATE REC'D: `b U ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED T *AG#' -SIGNATORY (MAYOR O IRECTORL LERK WWINED AG # D COPY RETURNED DATE SENT: '"I R COMMENTS: EXECUTE " V ORIGINALS (/2018 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG 16-115 08 3/19/2018 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Pacific Highway South HOV Lanes Phase 5 Graham Contracting, Ltd. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: During the construction of the project it was determined there was an error in the description for Bid Item A149 "Sliding Gate with 36" Opening" in the bid schedule, which was bid per the bid items description, when gates with 36 -foot gates were required. A new bid items for 36' gates is created in order to match existing conditions. Additionally it was noted that all fences called out were 4 -foot fences, where in many locations a 6 - foot fence was required. Per Graham's response to RFP #13 and RFP #16 the switch from 4 -foot fences to 6 - foot fences will be done at no cost change. The City is adding two new bid items to Schedule A to compensate Graham for the installation of the new gates. Locations requiring new 36' sliding gates are Driveway 18, 19, and 38. Locations requiring 36' double swing gates are Driveway 23 and 24. The current bid item A149 "Sliding Gate with 36" Opening" will be reduced to one and that bid item will be used to pay for installation of a 36" swing gate to access the new steps installed at approximate station 40+40 RT. Changes to the Bid Schedule — Pacific Highway South HOV Lanes Phase 5 1.) 2.) 3.) Schedule A — Existing Bid Item A149 "36" Sliding Gate", quantity will be reduced by 4 The unit cost for this Bid Item is $500.00 per each. The new quantity is 1 each. The total change amount for this item is a decrease of $2,000.00; Schedule A — Add new bid item C.O.08 - A01 "Double Swing Gate with 36 -foot Opening" The unit cost for this Bid Item is $4,032.00.00 per each. The quantity is 2 each. The total change amount for this item is an increase of $8,064.00 Schedule A — Add new bid item C.O.08 - A02 "Sliding Gate with 36 -foot Opening" The unit cost for this Bid Item is $3,976.00.00 per each. The quantity is 3 each The total change amount for this item is an increase of $11,928.00 The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by -Q Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? If "Yes" Will the Policies Be Extended? Yes No ❑ Yes ❑ No CHANGE ORDER AGREEMENT 1 4/17 THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO ITEM Existing Change TY UNIT PRICE ADD or DELETE Change Item Total Additions C.O.08 —AOI Double Swing Gate with 36 -foot Opening 0 2 $4,032.00 ADD $8,064.00 C.O.08 — A02 Sliding Gate with 36 -foot Opening 0 3 $3,976.00 ADD $11,928.00 ADD Sub Total = Deducts A149 Sliding Gate with 36" Opening 5 4 1 DELETE ($2,000.00) DELETE DELETE Sub Total = Add = Delete = Total Chane $19,992.00 ($2,000.00) $17,992.00 TOTAL NET CONTRACT: INCREASE $17,992.00 DECREASE$( 0.00) STATEMENT: Payment for the above work will be in accordance with applicable portions ofthe standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $16,700,526.60 PREVIOUS CHANGE ORDERS $ 52,210.39 THIS CHANGE ORDER $ 17,992.00 NEW CONTRACT AMOUNT $16,770,728.99 LA gl,.,/$ z CTOR'SSIGNATURE DATE MA WAN SALLOUM P.E., DATL DIRE TOR PUBL WORKS DEPARTMENT CHANGE ORDER AGREEMENT 2 4/17 CITY of Federal Way REQUEST FOR PROPOSAL ozk-L' #16 DATE: PROJECT NAME SUBJECT: May 22nd, 2018 CONTRACT NO.: AG -16-006 I? cm ♦ Architecture 1 andscapc Archi[ccture ♦ Civil Engineering Pacific Highway S HOV Lanes Phase 5 (S 340th Street to S 359th Street) Double Swing Gate, 14' and 36' widths SPECIFICATION 8-12 PLAN REF: Revised Plan Sheets REF: ATTACHMENTS: WSDOT Detail L31.10-02 for 14' double swing gate Detail for 36' double swing gate TO: GRAHAM CONTRACTING Provide proposal and time impact analysis, within ten (10) days or as stated above for the scope of work described: NOTE: This is NOT a change order and does NOT constitute approval or notice to proceed on the issue. SCOPE: The contract plans call for 36' wide sliding gates at various locations on the project site. However, sliding gates are not feasible at some locations due to the constraints of the new grades. The City of Federal Way is considering a change to a double swing gate in 14' and 36' widths. Please review the attached details and provide pricing for all the work and materials necessary to install double swing gates in 14' and 36' widths. The final quantity of each gate is unknown, but the current discussion of the issue suggests that double swing gates will be needed at the following locations; Driveway D23 STA 43+25 RT Driveway D24 STA 44+75 RT Driveway D40 STA 495+50 LT MATFRIAI.- 36' double swing gate 36' double swing gate 14' double swing gate per WSDOT detail Materials shall be submitted and approved for use by the engineer. MEASUREMENT AND PAYMENT: A Change Order will be written at a later time. The price of the new bid item will be reached by negotiation with the Contractor based upon comparable pricing data. By: Travis Watt CC: John Mulkey Date: 05/17/18 r 36' 17/8" frame, C I S/8" Truss \ l / 0 72" _C L lT O 6 6/811 post m 2 f x 11 v •av a p.a:u. d a °.a °,°p• ?o °p vo v I Ell 9•n a•p � °P'p O :`�P Q•'p0'p e�•v•a p o•v .p. °Q•Oo p P: P. p. O:a d °v -p P.• a 'p •0••4 p P a• D•aP.� 4 p 48" � P: a 7 a.•O a p O °.p. O :aP p. �p•p p 9�•9'a O'°.p. p4•pq 'p 1/ �D'p a �*— 2 4" OWL FENCING INC. 0000 STREET ADDRESS ENUMCLAW, WA 00000 (000) 000-0000 DRAWN BY: 05/04/18 SCALE: PAGE: REVISED: 05/04/18 FILE: 1 of 1 §� | | m §§ zz k � e Cq :( ( $/ ! � � lky 4, } � �\ _ - uj § ■, � ))/ @f !« z / /: u | ; ] &,� ! � > § > � : >� ■ , k §� | | m §§ zz k � e Cq w ($ z -0\ a -- B (c} k Rk! a k ! � � lky 4, � Oz _ - uj § ■, � ))/ @f !« z / /: u | - ] &,� ! § � >� ■ , w ($ z -0\ a -- B (c} k Rk! a k s v O U) LL Z w r z O z SN31139 IIIS :AS wvma p O J Q Q a W d W D y az z y = W r y W 4 cc to m z m r N 0 a 0 5 � RRY U� M e W F O o U_ 12 'o v boa J ZW. m Oa:. O m u a W H W � O O p p O J Q Q a W d W D y az z y = W r y W 4 cc to m z m r Y 2 s Z z O ? Z {L = 2 f U_ 12 'o v boa J ZW. m Oa:. � 1 W H W 7 O O p w a z a O W o GRAHAM COST PROPOSAL June 11, 2018 Page 1 of 1 Graham Contracting Ltd. 13555 SE 36th Street, Suite 120 Phone: Bellevue, Washington, U.S.A. 98006 Fax: Project Number: W16051 Owner Project #: AG #16-115 Name: Pacific Highway South HOV Lanes Phase V Owner: City Of Federal Way Address: 726 S. 356th St Federal Way, Washington 98003 Subject Graham Cost Proposal #14 Occurrence Date: 2018/05/31 Description: RFP 016 -Double Swing Gate Send To Name: City Of Federal Way Address: 33325 8th Avenue South Federal Way, WA 98003-6325 Phone: (253) 835-7000 Fax: (253) 661-4075 Attention: John Mulkey Comments Attached please find Graham's response to RPF 016 for double swing gates. Graham proposes to add an item to the Bid Schedule A for (2) 36' Double Swing Gates at a unit price of $4,032.00 per each. Section 7-06.3(7) of the Special Provisions already indicated a 14' gate was to be provided for the storm water pond access. Since no detail for a 14' gate was provided, Graham assumed it to follow WSDOT Detail L31.10-02 and budgeted accordingly. Graham considers this a no cost change already included in the lump sum pricing for the storm water detention pond (A085). Cc Graham Contracting Ltd. (Attn: Dan Zimmerman; Edward Schepp; James Gunther; Jason Bottemiller); KPG (Attn: Daniel Clark; Matt North); Per: Seth Crites, Project Coordinator A A a Tr ,. r, r L Pacific HWY HOV Lanes Phase 5 6/712018 ESTIMATE - Double Swing Gates DRAFT Aggregate Inefficiency / Work Description / Operation Man Hours Hourly Rate Extension Overtime (ST) Graham Labor 1 $ - $ 3 $ - _ $ - 4 - - $ - $ - 5 $ - $ - 6 Subtotal Labor $ - $ - 7 8 Subs & Services QTY U/M Unit Rate Extension 9 Furnish and Install 36' Double Swing Gate DW 23 1 EA $ 3,600.00 $ 3,600.00 $ 3,600.00 $ 3,600.00 10 Furnish and Install 36' Double Swing Gate DW 24 1 EA 11 12 Subtotal Subs & Services $ 7;200.00 13 14 Materials QTY U/M Unit Rate 15$ - 16 —_ $ - 17 $ - 18 $ - 19 $ 20 $ 21 Subtotal Materials $ 22 23 Equipment HRS Hourly Rate 24 $ 25 -- $ 26$ - 27 $ 28 $ 29 Subtotal Equipment $ - 30 31 Field Supervision HRS Hourly Rate 32 33 34 Subtotal Overhead $ 35 36 Markups 37 Labor (29% of line 6) $ - 38 Subcontractors (12% of line 12) $ 864.00 39 Equi ment (21 % of line 34) $ 40 Material (21 % of line 21) $ 41 — - $ - 42 Subtotal Markus $ 864.00 43 TOTAL ESTIMATED COST $ 8,064.00 44 UNIT PRICE: 36' DOUBLE SWING GATE (EA) $ 4,032.00 Independent Price Proposal KING -I ,1 .\ I I I ACUNIA Project Name: PAC HWY HOV PH5 Project No: STPUL-0099 (126) Item No.: RFP #016 Date: 6/15/2018 Description of Work: Per RFP #016 - Graham was asked to install (2) 36 foot double swing gates, 1 at DW #23, and 1 at DW #24. Matt North called and talked to Nick the estimator at Quality Fence Builders (253) 939-8533. He quoted over the phone a price range of $2,800 to $3,200 for a Black Powder- coated Gate meeting WSDOT Gate Details L30.1, supplying and installing the gate with American steel products. Work by Subcontractor?: Yes Prime Contractor: Graham Sub-Contractor: Secoma Fence INC LABOR STRAIGHT TIME OVERTIME DOLLAR NAME OCCUPATION HOURS WWR HOURS WWR AMOUNT S - S S - SUBTOTAL-LABOR: $ - LABOR OVERHEAD & PROFIT @ 29% $ - LABOR TOTAL $ EQUIPMENT HOURS HOURS ADJUSTED STANDBY DOLLAR EQUIPMENT OR ATTACHMENTS WORKING STANDBY RATE RATE AMOUNT S S - $ SUBTOTAL- EQUIPMENT $ EQUIPMENT OVERHEAD & PROFIT @ 21 % $ EQUIPMENT TOTAL $ - MATERIALS DOLLAR MATERIALS INVOICE # QUANTITY UNIT PRICE AMOUNT Quantities as measured in the field SUBTOTAL - MATERIALS S MATERIALS OVERHEAD & PROFIT @ 21 % $ MATERIALS TOTAL $ SUBCONTRACTOR DOLLAR SUBCONTRACTOR Invoice QUANTITY UNIT PRICE AMOUNT Quality Fence Inc. Quote 2 EA $ 3,200.00 $ 6,400.00 $ Quantities as measured in the field SUBTOTAL-SUBCONTRACTOR $ 6,400.00 SUBCONTRACTOR MARKUP @ 12% $ 768.00 SUBCONTRACTOR TOTAL $ 7,168.00 Verification of Hours Worked: SHEET TOTAL: $ 7,168.00 Contractor's Representative Date Owner's Representative Date Pay Estimate Entered: Date: 6/15/2018 By: CITY OS :NFederal WaY REQUEST FOR PROPOSAL #13 DATE: February 21, 2018 CONTRACT NO.: AG -16-006 KPG ♦ Architecture Landscape Architecture ♦ C'i%il Fngincering PROJECT NAME: Pacific Highway S HOV Lanes Phase 5 (S 340th Street to S 359th Street) SUBJECT: Wall Fence Revision 4ft to 6ft SPECIFICATION 8-12 REF: PLAN REF: Revised Plan Sheets 90, 92, 93, 96 ATTACHMENTS: Marked up sheets 90, 92, 93, & 96 TO: GRAHAM CONTRACTING Provide proposal and time impact analysis, within ten (10) days or as stated above for the scope of work described: NOTE: This is NOT a change order and does NOT constitute approval or notice to proceed on the issue. SCOPE: The current plans call for a 4 foot high Black Vinyl Coated Chain Link Fence (BVCCLF) on top of the proposed walls. There are a couple of walls and one property fence that need to be 6 feet high (See attachments). Wall 6 o Install - 306 LF of 6 foot high BVCCL Fence (WSDOT Std Plan L-20.10-03, Type 3) Wall 15 o Install z 342 LF of 6 foot high BVCCL Fence (WSDOT Std Plan L-20.10-03, Type 3) Tire Shop at 340"' (Lot 62) o Install z 93 LF of 6 foot high BVCCL Fence (WSDOT Std Plan L-20.10-03, Type 3) and provide 36ft sliding gate (Black Vinyl Coated) at Driveway #38. MATFiUTAT . Materials shall be submitted and approved for use by the engineer. MEASUREMENT AND PAYMENT: A Change Order will be written at a later time. The price of the new bid item will be reached by negotiation with the Contractor based upon comparable pricing data. By: Melvin Carden CC: John Mulkey Date: 01/25/18 .o ri No Z m Sw Us W cu U� u �w io c O�00000®o®000 o N 133HS 09+69 VIS 3NIl H31VW os cob OW! p ❑ W C 47. N �( W t< 0 4 p h � < r V N s am Ilk O U t Z o \ g n N a n 1 / 3 3 0 tp< g r■ O U� Na <.T.i G N 2 rY �Y fa, 0 I m w IcS oI O O O O O O O O N n O 46 AM N+U V1S 3NIl HOiVW WqT ;ate ,n CL O UU�U F Y Z U N CJ OdCrUW�? a. WM x N V n'1 Q u i UIg O O O O O O O O O O fV N H] L6 133HS 09+99 '41S 3N" HO1VW If Ax N 0 � E t tit all �' } tea' �1 r iS LO 03/ `k Q 0 a a N W w 0 J W n J � o m n 0 UI W . WCL o z o � + ;x; o z L -4 M M z F Y C O U N a m +l lam\ 114 t� �i 0 a a N W w 0 J W n J � o m n 0 UI W . WCL o z o � + ;x; o z L -4 M M z GRAHAM COST PROPOSAL March 19. 2018 Page 1 of 2 Graham Contracting Ltd. 13555 SE 36th Street, Suite 120 Phone: Bellevue, Washington, U.S.A. 98006 Fax: Project Number: W16051 Owner Project #: AG #16-115 Name: Pacific Highway South HOV Lanes Phase V Owner: City Of Federal Way Address: 726 S. 356th St Federal Way, Washington 98003 Subject Graham Cost Proposal #10 Occurrence Date: 2018/03/19 Description: RFP No. 13 - Wall Fence Revision 4ft to 6ft - Estimate Send To Name: City Of Federal Way Address: 33325 8th Avenue South Federal Way, WA 98003-6325 Phone: (253) 835-7000 Fax: (253) 661-4075 Attention: John Mulkey Name: KPG Address: 3131 Elliot Ave Suite 400 Seattle, WA 98121 Phone: (206) 286-1640 Fax: Attention: Ken Gunther Comments Graham has evaluated the City's RFP No. 13 concerning the proposed change from a 4ft to 6ft chain-link fence at the locations identified in the request. In response to the City's request, Graham has prepared the attached cost proposal itemizing a no -cost change to the unit pricing of fencing for the changes detailed in RFP No. 13, however, Graham is requesting an adjustment to the contract price for the addition of the 36 -ft Gate. Graham's cost for providing the 36 -ft sliding gate is $3,550.00, and the net effect to the contract price of RFP No. 13, inclusive the credit for reducing the length of the fence at Lot 62 (Project STA 84+25 RT), is an increase to the total Contract Price by an estimated $2,968.00 as itemized on the attached cost estimate. Graham proposes to add an item to the Bid Schedule A for a 36 -ft sliding gate at the unit price of $3,868.00 per each and quantify the remaining changes outlined in RFP No. 13 though use of Bid Item No. A148 which will be reduced by an estimated 36 LF. L GRAHAM COST PROPOSAL March 19, 2018 Page 2 of 2 Graham Contracting Ltd. 13555 SE 36th Street, Suite 120 Phone: Bellevue, Washington, U.S.A. 98006 Fax: Cc Graham Contracting Ltd. (Attn: Cedric McIntosh; Dan Zimmerman; Edward Schepp; Jason Bottemiller; Jason Medley; Thrall Hershberger); KPG (Attn: Kelly Clark; Matt North; Travis Watt); Per: Dan Zimmerman, Project Manager Pacific HWY HOV Lanes Phase 5 3/19/2018 �s��r ESTIMATE - WALL FENCE REVISION 4FT TO 6FT AND ADDED 36FT GATE DRAFT Aggregate Inefficiency / Work Description / Operation Man Hours Hourly Rate Extension Overtime (ST) Graham Labor 1 $ - $ 2 $ - $ 3 $ - $ 4 - $ - $ $ - $ - 5 Subtotal Labor - $ - Subs & Services QTY U/M Unit Rate Extension 6 ADD - 36ft Gate Including Posts - Secoma Fence 1 EA $ 3,550.00 $ 3,550.00 7 DEDUCT - 46BVCCL Fence (Bid Item Rate) - Secoma Fence (777) _ LF $ 25.00 $ (19,425.00) 8 ADD - 6ft BVCCL Fence Bid Item Rate) - Secoma Fence 741 EA _ $ 25.00 $ 18,525.00 9 Subtotal Subs & Services $ 2,650.00 Materials QTY U/M Unit Rate 10 $ - 11 - $ 12 $ - 13- 14 15 Subtotal Materials $ Equipment HRS Hourly Rate 16 $ 17 $ _ 18 $ 19 - $ 20 $ - 21 Subtotal Equipment $ - Field Supervision HRS Hourly Rate 22 23 24 Subtotal Overhead $ - Markups 25 Labor 29% of line 5 $ - 26 Subcontractors 12% of line 7 _ $ 318.00 27 Equipment 21 % of line 21 - - $ - 28 Material �/o of line 15) $ _- 29 Services 21% of line 24 $ - 30 Subtotal Markus $ 318.00 31 TOTAL ESTIMATED COST $ 2,968.00 �s��r -)-N(71„ RETURN TO: PW ADMIN EXT: 2700 ID #: L t7 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIY: PUBLIC WORKS / 5 1 <t k 1r 2. ORIGINATING STAFF PERSON: -3 0� w Ll �j' Lj l LeA, EXT: Z 7 2-1, 3. DATE REQ. BY: 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ` O? CONTRACT AMEN MENT (AG#): (7-��5 ❑ INTERLOCAL ❑ OTHERo7 4. PROJECT NAME: �C G 011c - 14-f �..+ C U LA Y t�y�t V {/ rr 67rr-V� 5. NAME OF CONTRACTOR: ADDRESS: ~S t t v; TELEPHONE: E-MAIL: FAX: SIGNATURE NAME: p. TITLE: SW✓5l..�nr, 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBS ElPROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # Oft, 0 07 L 3 EXP. 12/31/ UBI # 6,P1 q0S' li 7 EXP. /BL, Z Ue 7. TERM: COMMENCEMENT DATE: [ S� COMPLETION DATE: tl, 8. TOTAL COMPENSATION: a_ 75 Z/ 73 L. (INCLUDE EXPENSES AND SALES TAX, IFA ) / _� (IF CALCULATED ON HOURLY LABOR CHARGE/ Al lAl tl J& rm ,ULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES aLNO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES Od NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED /�y ❑ PURCHASING: PLEASE CHARGE TO: S L1� 7 t (t o-- id 5--s- s -3 y - s -d 9. DOCUMENT / CONTRACT REVIEW INITIAL/ DATE REVIEWED INITIAL / DATE APPROVED 'a PROJECT MANAGER ❑ DIVISION MANAGER i 2-Z ft sr DEPUTY DIRECTORA�� v DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) 5v LAW DEPT & t - v 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING -7-10- ""r� ' 7� ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDERINOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) ED ❑ NT c"I SIGNATORY (MAYOR O DIRECTO CITY CLERK ASSIGNED AG # AG# SIGNED COPY RETURNED DATE SENT: 9-" -�4 . COMMENTS: EXECUTE" 1, ORIGINALS Ya LkL �- �/ i Q 1/2018 d������ 4w o f' wdi k CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG 16-115 7 July 27, 2018 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Pacific Highway South HOV Lanes Phase 5 Graham Contracting, Ltd. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: During the construction of the project it was determined by Lakehaven Water and Sewer District that bid item #1330 — "Sampling Station" shall not be installed with this Contract. The City of Federal Way is deleting this bid item from the Contract with this change order. Changes to the Bid Schedule — Pacific Highway South HOV Lanes Phase 5 1.) Schedule B — Delete bid item #1330 "Sampling Station' The unit cost for this Bid Item is $5,000.00 per each $475.00 is to be deducted from Schedule B tax total for 9.5% sales tax on 8030. The quantity is 1 each. The total change amount for this item is a decrease of $5,475.00 The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by 0 Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? If "Yes" Will the Policies Be Extended? CHANGE ORDER AGREEMENT 1 ❑ Yes ® No ❑ Yes ❑ No THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO ITEM Existing Qty Change QTY UNIT PRICE ADD or DELETE Change item Total Additions ADD ADD ADD Sub Total = Deducts B30 Sampling Station 1 -1 $5,000.00 DELETE $5,000.00 Schedule B 9.5% Sales Tax Total N/A N/A $475.00 DELETE $475.00) DELETE Sub Total = Add = Delete = Total Chane $0.00 $5,475.00) $5,475.00) TOTAL NET CONTRACT: INCREASE DECREASE ($5,475.00) STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT g?/Z7'h TURE DATE MARW 4N SALLOUM .E., DATE I DIREC R PUBLIC ORKS DEPARTMENT CHANGE ORDER AGREEMENT $16,700,526.60 $ 57,685.39 $ -5,475.00 $16,752,736.99 RETURN TO: PW ADMIN EXT: 2700 ID #: CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIv: PUBLIC WORKS`/ 5f L� 1, -0— e- 2. ORIGINATING STAFF PERSON: J 1.�� �' W�2h EXT: Z 1 3. DATE REQ. BY: IfY & 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE % ❑ RESOLUTION % CONTRACT AMENDMENT (AG#): / �"-�i S� ❑ INTERLOCAL ❑ OTHER l.L/v�4 r�`ekt, 4. PROJECT NAME: 7G(C 1 1�.�t �,/'� 7� �'�~i �'Gr e �A 5. NAME OF CONTRACTOR: ADDRESS: / S B v,-t C� TELEPHONE: yt J E-MAIL: FAX: SIGNATURE NAME: Cf TITLE: 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO JIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # (9 91 LV 7Z; BL, EXP. 12/31/ / UBI # 611 Yd Alt 7 EXP. �131/�/ L�, 7. TERM: COMMENCEMENT DATE: !Q� /ZS /� COMPLETION DATE: �nr �, a 19-1 ti..-- 8. TOTAL COMPENSATION: $ jp / 6' 7S T I 9v �s Q� ���� 1 d ( (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HO Y LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES q,NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES Q►NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: > ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED la PURCHASING: PLEASE CHARGE TO: 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 4 PROJECT MANAGER ❑ DIVISION MANAGER _ )IZ,DEPUTY DIRECTOR J -W DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) )gAAW DEPT ilk 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: ,N 1A DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED T C3--L�cbtl-HERT' SIGNATORY (MAYOR O IRECTO C CITY CLERK ASSIGNED AG # AG# Iulu ❑ SIGNED COPY RETURNED DATE SENT: ❑ RETURN ONE ORIGINAL COMMENTS: EXECUTE u t�° ORIGINALS 1/2018 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG #16-115 6 May 29, 2018 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Pacific Highway South HOV Lanes Phase V (S 3401h Street to S 3591h Street) Graham Contracting, Ltd. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This change addresses already paid Force Account Work that are over the bid item total quantity. The below identified Force Account Work was attributable to a number of reasons, some of which were described on individual force account sheets. Time associated with the additional work is identified in the below table. The total hours on the force account sheet and as allowed under the Contract Documents is the sum of the longest single duration of individual man hours per force account per bid item. The Contractor is only entitled to additional Contract Time to the extent such work affected the critical path as set forth in the approved Schedule. Unless fully executed by Contractor, this Change Order is offered without waiver of the City's rights, positions, and defenses. $ 433,671.88 808.75 $ 250,000.00 $ (224,828.50) 275.5 384.5 Added Days = 48.06 Working days are counted in whole or half days. As such, the total additional Contract Time is be 1 Total Hours Hours Hours Bid Item "IF OVER" $ Limit before after BI# Total Dollars on FA on FA Value Difference Date - FA Limit Limit A66 $ 8,369.49 12 $ 10,000.00 $ - N/A A136 $ 12,645.76 17.25 $ 15,000.00 $ - N/A A138 $ 3,256.35 28 $ 10,000.00 $ - N/A A172 $ 9,220.21 17 $ 10,000.00 $ - N/A 5/17/17 - FA A187 $ 84,239.86 150.5 $ 50,000.00 $ (34,239.86) #112 105.5 45 A188 $ 26,648.20 63 $ 20,000.00 $ (6,648.20) 4/26/17 - FA A207 $ 26,593.48 66.5 $ 5,000.00 $ (21,593.48) #85 22.5 44 2/16/17 - FA A209 $ 111,921.43 213.5 $ 20,000.00 $ (91,921.43) #43 31.5 182 B56 $ 35,747.92 49 $ 40,000.00 $ - N/A 49 0 B50 $ 17,675.63 24.5 $ 50,000.00 $ - N/A 24.5 0 B51 $ 5,279.82 11.5 $ 5,000.00 $ (279.82) 7/10/17 - FA C6 $ 6,373.20 19 $ 5,000.00 $ (1,373.20) #164 19 0 12/15/16- D13 $ 37,479.78 48.5 $ 5,000.00 $ (32,479.78) FA #23 11.5 37 5/5/17 - FA E4 $ 48,220.75 88.5 $ 5,000.00 $ (43,220.75) #173 12 76.5 $ 433,671.88 808.75 $ 250,000.00 $ (224,828.50) 275.5 384.5 Added Days = 48.06 Working days are counted in whole or half days. As such, the total additional Contract Time is be 1 rounded up to 48.5 working days. Additionally, those bid items that are time dependent are adjusted to add the associated working days and extend the total cost of those bid items or portion of the bid item total related to time by a ratio of 48.5/350 to determine the increased amount or portion of that amount of the individual bid items based on the lump sum breakdown. Also the one bid item that was based on days will have 48.5 days added to that bid item total per the table below. Total $47,980.36 The time provided for completion in the Contract is ❑ Unchanged ® Increased ❑ Decreased by 48.5 Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No Changes to the Bid Schedule - Pacific Highway S HOV Lanes Phase V 1.) Schedule A - Existing Bid Item A10 - Field Office Building. The Lump Sum Amount for this Bid Item is increased. The new amount is increased by $4,157.14. The new Lump Sum Bid Item Bid Amount is $54,157.14. The total change amount for this item is an increase of $4,157.1 2.) Schedule A - Existing Bid Item Al2 - Traffic Control Supervisor. The Lump Sum Amount for this Bid Item is increased. The new amount is increased by $27,714.29. The new Lump Sum Bid Item Bid Amount is $227,714.29. The total change amount for this item is an increase of $27,714.29 3.) Schedule A - Existing Bid Item A15 - Other Temporary Traffic Control. The Lump Sum Amount for this Bid Item is increased. The new amount is increased by $12,471.43. The new Lump Sum Bid Item Bid Amount is $112,417.43. Est. BI # Description qty Unit Unit Price Total LSB Payment Cost Added cost Per For 48.5 1 time Per Day WD WD A10 Field Office Building 1 LS $50,000.00 $50,000.00 $20,000.00 $30,000.00 $85.71 $4,157.14 Traffic Al2 Control Supervisor 1 LS $200,000.00 $200,000.00 $0.00 $200,000.00 $571.43 $27,714.29 Other A15 Temporary Traffic Control 1 LS $100,000.00 $100,000.00 $10,000.00 $90,000.00 $257.14 $12,471.43 A95 ESC Lead 350 DAY $75.00 $26,250.00 N/A N/A 1 $75.00 $3,637.50 Total $47,980.36 The time provided for completion in the Contract is ❑ Unchanged ® Increased ❑ Decreased by 48.5 Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No Changes to the Bid Schedule - Pacific Highway S HOV Lanes Phase V 1.) Schedule A - Existing Bid Item A10 - Field Office Building. The Lump Sum Amount for this Bid Item is increased. The new amount is increased by $4,157.14. The new Lump Sum Bid Item Bid Amount is $54,157.14. The total change amount for this item is an increase of $4,157.1 2.) Schedule A - Existing Bid Item Al2 - Traffic Control Supervisor. The Lump Sum Amount for this Bid Item is increased. The new amount is increased by $27,714.29. The new Lump Sum Bid Item Bid Amount is $227,714.29. The total change amount for this item is an increase of $27,714.29 3.) Schedule A - Existing Bid Item A15 - Other Temporary Traffic Control. The Lump Sum Amount for this Bid Item is increased. The new amount is increased by $12,471.43. The new Lump Sum Bid Item Bid Amount is $112,417.43. The total change amount for this item is an increase of $12,471.43 4.) Schedule A — Existing Bid Item A95 — ESC Lead. The unit cost for this Bid item is unchanged. The quantity is increased by 48.5 Days. The new quantity is 398.5 Days. The total change amount for this item is an increase of $3,637.50 TOTAL NET CONTRACT: INCREASE $ 47,980.36 DECREASE THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO ITEM Existing QTY Change Quantity UNIT PRICE Chane ADD or DELETE Change Item Total Lum Sum Additions A10 Field Office Building 1 0 $4,157.14 ADD $4,157.14 Al2 Traffic Control Supervisor 1 0 $27,714.29 ADD $27,714.29 A15 Other Temporary traffic Control 1 0 $12,471.43 ADD $12,471.43 Unit Q anti Increases ITEM NO ITEM Existing QTY Change Quantity Unit Price A95 ESC Lead 350 48.5 $75.00 ADD $3,637.50 Add = Delete = Total Change $47,980.36 0 $47,980.36 STATEMENT: Payment for the above work will be in accordance with applicable portions ofthe standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types ofconstruction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically described in this Change Order DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT PUBLIC WORKS DEPARTMENT DATE [�3�2�18 DATE $ 16,700,526.60 $ 9,705.03 $ 47,980.36 $ 16,758,211.99 RETURN TO: PW ADMIN EXT: 2700 ID #: CITY OF FEDERAL WAY, JL, AW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ ` LL j —C O IGS �r 2. ORIGINATING STAFF PERSON: J otl t, (" Vl. � t� EXT: Z 1 Z _ 3. DATE REQ. BY: A 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE r r ❑ RESOLUTION SO CONTRACT AMENDMENT (AG#): J _ ❑ INTERLOCAL ❑ OTHER (C�� 4. PROJECT NAME:—/C- C^ C /'III C 14 y, J �/ fely �cv�/C ` E'� V 5. NAME OF CONTRACTOR: �:yi Gh �n F Il:. f !� r ADDRESS: .f- S S l , e�C IiiN�� y �� , tw /� �J �'/.� fJ TELEPHONE: ilL 5-- /'9 E-MAIL: FAX: SIGNATURE NAME: 4, e z / ��. TITLE:C.M. 05 1" 6. EXHIBITS AND ATTACHMENTS:1>4 SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # ?, -SBL, EXP. 12/31/ UBI # b N Y0741 t° 7 , EXP. 7. TERM: COMMENCEMENT DATE: U/Z ��� COMPLETION DATE: / C7i i%G9. 8. TOTAL COMPENSATION: $ No C/vial-((_ l 16, 7/0)-Z-3 Ij 5 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE -ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES p. NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES CXNO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: / ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED � PURCHASING: PLEASE CHARGE TO: 3 G, ., y'fVc � s -5 y s"-3 0 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED X PROJECT MANAGER V0` Nn ❑ DIVISION MANAGER _ A DEPUTY DIRECTOR � � y � ® DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) _ i6 LAW DEPT 10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING p X SENT TO VENDOR/CONTRACTOR DATE SENT: b DATE REC'D: 10. ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/ DATE SIGNED T -fl—Taicvr'vT'cr i _ IGNATO RY (MAYOI�OR DIRECTOR) _ ' CITY CLERK w .i NOS►/+,Y� ASSIGNED AG # AG# SIGNED COPY RETURNED DATE SENT: a 'B-��l$i iF (iR ir:iTtir e i COMMENTS: EXECUTE " " ORIGINALS 4/2017 AG #16-115 PROJECT NUMBER CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 61, CHANGE ORDER NUMBER Pacific Highway South HOV Lanes Phase V (S 340th Street to S 359th Street) PROJECT TITLE SUMMARY OF PROPOSED CHANGES: 9/12/2016 EFFECTIVE DATE Graham Contracting, Ltd. CONTRACTOR Per Section 5-04.3(22), HMA will be used within the traveled way for temporary paving and cold mix is allowed for any temporary paving outside the traveled way. Due to the difficulties of obtaining small quantities of HMA for temporary patching (which included night work due to minimizing traffic disturbance on SR99), Graham Contracting Ltd. requested to utilize cold mix in lieu of Hot Mix Asphalt (HMA) for temporary pavement within the traveled way. The City of Federal Way agreed to allow Graham to utilize cold mix in lieu of HMA for temporary paving for patch work throughout the site. This change is being written to provide direction to the contractor that under bid item A41 "Temporary Pavement," cold mix will be allowed to be placed in the traveled way in lieu of HMA. There is no cost associated with this material substitution as cold mix and HMA are both to be paid under bid item A41. This is a no cost change order. 2. Graham Contracting Ltd. requested to substitute Gravel Borrow with Crushed Surfacing Base Course (CSBC) for storm sewer and water main installation and also issued RAM -128 proposing to substitute Pipe Zone Bedding (PZB) with CSBC for storm sewer and water main installation. Ken Gunther (KPG) agreed to Graham's request as the CSBC meets the specification requirements for PZB and meets the specification requirements for Gravel Borrow. There is no cost associated with the change as PZB is incidental to the bid items for storm pipe and water main installation and CSBC used in lieu of Gravel Borrow shall be paid as Gravel Borrow for storm sewer installation (Gravel Borrow is incidental to the bid item for water main installation). There is no cost change associated with this material substitution. This is a no cost change order. The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by -Q Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? If "Yes" Will the Policies Be Extended? ❑ Yes ® No ❑ Yes ❑ No TOTAL NET CONTRACT: INCREASE $ 0.00 DECREASE 0.00 STATEMENT: Payment for the above work will be in accordance with applicable portions ofthe standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT S 16,700,526.60 PREVIOUS CHANGE ORDERS $ 9,705.03 THIS CHANGE ORDER $ 0.00 W CONTRACT AMOUNT $ 16,710,231.63 auto 09 ' SHI RE DATE MARW N SALLOUM P.E., DA DIRECTOR PUBLIC WORKS DEPARTMENT ?-Jzl1g N RETURN TO: PW ADMIN EXT: 2700 ID #: CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS /+" 7 +"r'p- e.1-> p 2. ORIGINATING STAFF PERSON: 7 Lq`` ' V-- Y`(`, EXT: Z,? Z� 3. DATE REQ. BY: % 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION N CONTRACT AMENDMENT (AG#):, ,-y INTERLOCAL ❑ OTHER c LA 611-9 r Or c= C h ❑ 4. PROJECTNAME: Ltif-IG I ,A,4 S 1710"V 1-a�C Pt'C-k V 5. NAME OF CONTRACTOR: ADDRESS: /;, 5- SL7 7fT� I f „GAJk I L+�� fir.!/evc L✓/t TELEPHONE: yL) -6fI-3-fi'/ E-MAIL: FAX: ` 1 SIGNATURE NAME: i ��t TITLE:SA d-!g 7, Fin �/'i ✓cJ �.l 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # 1991 d)f) 7 L -Z/BL, EXP. 12/31/ UBI # 40 y&?y yd % EXP. 0 / S 1/ `0 91k-11b 7. TERM: COMMENCEMENT DATE: COMPLETION DATE:y- 15 c, 0, O• L"� �y� 8. TOTAL COMPENSATION: $ 19, ?jTl rQ f GL (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES P NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: 5d YES It NO IF YES, $ Nr r 4, +h m, N.,5 /, D PAID BY. ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: 2 ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 7 �� -O �6� =sf S-;a •6 s o 9. DOCUMENT / CONTRACT REVIEW INITIAL/ DATE REVIEWED INITIAL / DATE APPROVED I;L PROJECT MANAGER W 6! ! 1 7 ❑ DIVISION MANAGER 3 DEPUTY DIRECTOR 1-7 61 DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) CS LAW DEPT v IOUI `7 10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: 1�COUNCIL APPROVAL DATE: 11. CONCT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR 7 DATE SENT: u ` ( DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCILAPPROVAL IS NEEDED.) INITIAL/ DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT SIGNATORY ( IRECTOR ❑ CITY CLERK V4111 fJ ASSIGNED AG # A ❑ SIGNED COPY RETURNED DATE SENT: ❑ RETURN ONE ORIGINAL COMMENTS: EXECUTE ° ORIGINALS 412017 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT STPUL-0099(126) 04 'Pe & Ab"— I ;Zo PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Pacific Highway South HOV Lanes Phase 5 Graham Contracting, Ltd. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: On 06/05/17, KPG received RFI 153 "Modular Wetlands Sizing Issue." Within this RFI, a Bio -Clean representative raised the concern that the 4x6 Modular Wetland Unit (MWU) #610 would not have adequate capacity to meet the maximum loading rate. Per the Bio -Clean representative, in order to meet the loading rate requirements, the 4x6 structure must be up-sized to a 4x8 structure. KPG checked the calculations and verified the Bio -Clean representative's concern and agreed that the MWU #610 will need to be upsized from a 4x6 MWU to a 4x8 MWU. Per the original contract, Modular Wetland Unit sizes included 4x4, 4x6, and 4x 15. After the contract was awarded, it was discovered that MWU #610 needed to be upsized to a 4x8. No bid item exists in the original contract for a 4x8 unit, therefore; a new bid item was established. This change order will deduct existing bid item quantities and add a new bid item. The price of the new bid item was reached by negotiation with the Contractor based upon comparable pricing data. New Bid Item C04-001 "Modular Wetland 4 x 8" is created. Payment for New Bid Item C04-001 will be per Each. The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by_0 Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No Changes to the Bid Schedule — Pacific Highway South HOV Lanes Phase 5 1.) Schedule A — Delete Bid Item A91 — Modular Wetland 4 x 6 The unit cost for this Bid Item is unchanged at $20,000.00 per Each. The quantity is reduced by 1 Each. The new quantity is 1 Each. The total change amount for this item is a decrease of $20,000.00 Schedule A — New Bid Item C004.001 — Modular Wetland 4 x 8 The new unit cost for this bid item is $39,939.03 per Each. The new quantity is 1 Each. The total change amount for this item is an increase of $39,939.03. THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO ITEM OTY UNIT PRICE ADD or DELETE Change Item Total Addition CO4.001 Modular Wetland 4 x 8 1 $39,939.03 ADD $39,939.03 Sub Total = $39,939.03 Deducts A91 Modular Wetland 4 x 6 1 $20,000.00 Delete -$20,000.00 Sub Total = -$20,000.00 Add = Delete = Total Chane $39,939.03 -$20,000.00 $19,939.03 TOTAL NET CONTRACT: INCREASE $ 19,939.03 DECREASE STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT PUBLIC WORKS DEPARTMENT DATE IZ 9 1"-[ DATE 2 $ 16.700,526.60 $ -10,234.00 $ 19,939.03 $ 16,710,231.63 Parifir HWv Hnv 1 nnPQ PhnQp 5 8124/2017 RFP #07 - MWU #610 Size Increase to 4x8 COST ESTIMATE Work Description / Operation Man Hours Aggregate Hourly Rate (ST) Inefficiency/ Overtime Extension Graham Labor 1 z 3 4 Estimated Labor Hours 4 Man crew @ 1.5 Shift to Install 2 Man Crew @ 1/2 Shift Sub Support) 48 8 $ 65.19 $ 65.19 $ _ $ $ $ $ - 3,129.12 521.52 5 Subtotal Labor 56 $ 31650.64 Subs & Services QTY U/M Unit Rate Extension 6 Dump Trucking 8 $ 135.00 $ 1,080.00 7 Unsuitable Excavation Disposal 1.0 $ 140.00 $ 140.00 8 OSR Operated Crane Rental - Mobe 1 LHR $ 740.00 $ 740.00 9 OSR Operated Crane Rental - HourlyService 4 $ 360.00 $ 1,440.00 lo Subtotal Subs & Services $ 3.400.00 Materials QTY U/M Unit Rate 11 12 13 14 15 Gravel Bedding / Backfill Small Tools 5% Line 5 Modular Wetland 37 1 1 TN $ 13.05 $ 482.85 LS $ - $ 182.53 EA $ 22,542.30 $ 22,542.30 $ $ _ _ - - 16 Subtotal Materials $ 23,207.68 Equipment HRS Hourly Rate 17 18 19 20 21 JD 245 Excavator JD 310 Backhoe W/Hoe Pac F350 Flatbed _ -- 12 12 16 $ $ $ 112.52 50.81 23.73 $ $ $ $ - $ 1,350.24 609.72 379.68 - - 22 Subtotal Equipment $ 2,339.64 Field Supervision HRS Hourly Rate 23 24 Superintendent _ 4 $ 75.16 $ 300.64 25 Subtotal Overhead $ 300.64 Markups 26 Labor 29% of line 5) $ 1,058.69 27 Subcontractors 12% of line 6 $ 129.60 28 Equipment (21 % of line 22) $ 491.32 29 30 Material (21% of line 16) Services 21 % of line 7 8 9 $ 4,873.61 487.20 31 Subtotal Markus $ 7.040.42 32 ESTIMATE TOTAL t 39,939.03 John Mulkey From: Ken Gunther <ken@kpg.com> Sent: Tuesday, October 24, 2017 11:28 AM To: John Mulkey Subject: FW: 4'x 8' Modular Wetland estimate Attachments: 2546_001.pdf See below. From: Nelson Davis Sent: Monday, October 23, 2017 4:46 PM To: Ken Gunther <ken@kpg.com> Cc: Melvin Carden <melvin@kpg.com>; Ray Edralin <rav@kpg.com> Subject: FW: 4'x 8' Modular Wetland estimate Ken, I'm still working with Ade on the wall cap pricing, but in regards to the proposed price of $39,939.03 for the 4'x8' modular wetland unit, the price does not seem out of line with current and recent bid experience. Here are 2 recent projects which included a 4'x8' unit: Cascade View, Tukwila - May 10, 2017 Bidders: 6 Winning Bid: $31,000 Low: $29,000 High: $40,000 Mean Average: $33,830 Median: $ $33,000 S 144th Street, Phase ll, Tukwila - 1/26/2017 Bidders: 5 Winning Bid: $32,000 Low Bid: $ 30,000 High Bid: $50,000 Mean Average: $39,262.00 Median: $39,312 We also had a 4'x6' modular wetland unit on Federal Way's Steel Lake Park to Downtown Trail this summer with an average bid of $32,582 compared to around $20k for this size unit when PHS bid last year. Since the PHS bid, Modular Wetlands was bought out and there has been a significant price increase... they have likely gone to std pricing rather than competitively bidding to beat out Filterra as they had done in the past. So although it is more than expected, the cost seems on the high side, but within the standard range of current pricing. Unfortunately, as a proprietary item, there is no good info on WSDOT or in RS Means on this type of installation so we are mostly reliant on recent bids. Let me know if you need additional info on this. Thanks, Nelson Nelson Davis, PE d: 206267.052 206 354.5933 www.kpg.com From: Ken Gunther Sent: Tuesday, October 17, 2017 8:25 AM To: Nelson Davis < ,eison@kpg.com> Subject: FW: Attached Image See attached, lets discuss. From: copier GrahamUS@comcast.net [mailto:copier GrahamUS@comcast.net] Sent: Tuesday, October 17, 2017 6:33 AM To: Ken Gunther <Ken@kpg.com> Subject: Attached Image Estimate for Added Bid Item COXX-001 MWU-610 Increase to 4x8 Weighted Wage rates calculated from received Certified Payrolls install new 46 MWU # 610 4x8 MWU cost from Manufacturer (Bio Clean) PRIME CONTRACTOR LABOR STRAIGHT TIME OVERTIME DOLLAR NAME OCCUPATION HOURS V1/WR HOURS WWR AMOUNT GRAHAM LABORER 12 $ 53.35 $ 640.20 GRAHAM LABORER 12 $ 53.35 $ 640.20 GRAHAM LABORER 12 $ 53.35 $ 640.20 GRAHAM OPERATOR 8 $ 56.00 $ 448.00 SUBTOTAL -LABOR: $ 2,368.60 LABOR OVERHEAD & PROFIT @ 29% $ 686.89 LABOR TOTAL $ 3,055.49 PRIME CONTRACTOR EQUIPMENT HOURS HOURS ADJUSTED STANDBY DOLLAR EQUIPMENT OR ATTACHMENTS WORKING STANDBY RATE RATE AMOUNT JD B/H 12 40.81 $ 489.72 Dump Truck 8 82.57 $ 660.56 Work Truck F350 12 25.38 $ 304.56 SUBTOTAL - EQUIPMENT $ 1,454.84 EQUIPMENT OVERHEAD & PROFIT @ 21% $ 305.52 EQUIPMENT TOTAL $ 1,760.36 MATERIALS MATERIALS INVOICE# QUANTITY UNIT PRICE DOLLAR AMOUNT MWU 4x8' 1 EA $ 20,493.00 $ 20,493.00 Structure Exc 14 CY $ 25.00 $ 350.00 SUBTOTAL -MATERIALS $ 20,843.00 MATERIALS OVERHEAD & PROFIT @ 21% $ 4.377.03 MATERIAL TOTAL $ 25,220.03 TOTAL ESTIMATE $ 30,035.88 4x8 MWU cost from Manufacturer (Bio Clean) RETURN TO: PW ADMIN EXT: 2700 ID #: 1 /% Z2 31 VV CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / �y f re,44 J 2. ORIGINATING STAFF PERSON: j w1 EXT: Z 7 1Z,_ 3. DATE REQ. BY: 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.C., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT Cl SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG Cl REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION % CONTRACT AMENDMENT (AG#): �I - '/� SS~ ❑ INTERLOCAL ❑ OTHER �`(r 4. PROJECT NAME: iIn L 4--tJ 1 m01 L.,cv4(I J �W L/ 5. NAME OF CONTRACTOR: c�f�,�1oul (zld lt:,C [I'�iC�l/lA' . ADDRESS: 13575'S St% 3,�~ & "OOL/i TELEPHONE: E-MAIL: FAX: g /� SIGNATURE NAME:�� . i I7C [�. TITLE: CSM 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE fLALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO S GN REQUIRED LICENSES ❑PRIOR CONTRACT/AMENDMENTS CFW LICENSE # �� � C C %2 BL, EXP. 12/31/ El BI # &Vge"9 ye 7 / , EXP. '913 e/ I 7. TERM: COMMENCEMENT DATE: �/Z169 COMPLETION DATE:_` a" L 4' ` /10 ^^ 8. TOTAL COMPENSATION: $ -/0 � Z, y.� J`c h� (INCLUDE EXPENSES AND SALES TAX, IF ANY} (IF CALCULATED ON HOURLY LABOR CHARGE -ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES (I}NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: kl YES EFNO IF YES, $ A, t 4rCi ri a,, h PAID BY: Qt•CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT://] u ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR RETAINAGE BOND PROVIDED NL PURCHASING: PLEASE CHARGE TO: 3 P �" 4/*10 _ /65S' 9. DOCUMENT / CONTRACT REVIEW INITIAL/ DATE REVlEyr JED INITIAL /DATE APPROVED 4d PROJECT MANAGER ❑ DIVISION MANAGER DEPUTY DIRECTOR LU I�0 DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) [s LAW DEPT 10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING i�L ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: S L �LL (((��� DATE REC'D: "'r"` l ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER(NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/ DATE SIGNED o--nF4NA;"4C-E DEPARTMENT C3=L�LY#3EP�I' SIGNATORY (MAYOR pi -Di- _40 CITY CLERK rtA III A; ASSIGNED AG # AG# — "N14'IGNED COPY RETURNED DATE SENT: -010-1 ❑ RETURN ONE ORIGINAL COMMENTS: EXECUTE" " ORIGINALS oen, ICOV it6a d Jf l - Via 4/2017 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT STPUL-0099(126) 3 v Jj(-7 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Pacific Highway South HOV Lanes Phase 5 Graham Contracting, Ltd. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: When the contractor was excavating for Wall 23 (STA 17+96, RT), it was discovered that the soils were saturated and unsuitable. The decision was made between the City of Federal Way and KPG to delete the installation of Wall 23, provide a back slope of 2:1 from back of walk, and install a permanent subsurface drainage system to address the unsuitable soil conditions. A Field Work Directive (FWD -55.01) was issued to delete proposed Wall 23, install a subsurface French drain system to prevent oversaturation of the soils, and back slope from back of walk at 2:1. Based on Graham's cost analysis, the cost to delete the proposed wall and install the subsurface drain will be more cost effective than installing Wall 23 as per plan; therefore, this change order well be a "Deduct Change Order." No bid item exists in the original contract for the subsurface drainage system; therefore, a new bid item will be established to pay for the deletion of wall 23 and installation of subsurface drain system. See attached FWD 55.01 for full description of this work. New Bid Item C04-001 "Wall 23 Removal and Subsurface Drain Pipe" is created. Payment for New Bid Item C04-001 will be per Lump Sum. CHANGE ORDER AGREEMENT 1 4/17 Changes to the Bid Schedule — Pacific Highway South HOV Lanes Phase 5 1.) Schedule A — Add new Bid Item C04.001 — Wall 23 Removal and Subsurface Drain Pipe. The unit cost for this Bid Item is $29,577.00 per Lump Sum. The quantity is 1 Lump Sum. The total change amount for this item is an increase of $29,577.00 Schedule A — Existing Bid Item A362 — Structure Excavation Class B for Structural Earth Wall. The unit cost for this Bid item is unchanged. The quantity is reduced by 80 Cubic Yards. The new quantity is 580 Square Feet. The total change amount for this item is a decrease of $2,000.00 Schedule A — Existing Bid Item A52 — Modular Block Wall. The unit cost for this Bid item is unchanged. The quantity is reduced by 701 Square Feet. The new quantity is 2,769 Square Feet. The total change amount for this item is a decrease of $13,319.001 Schedule A — Existing Bid Item A53 — Backfill for Structural earth wall Incl. Haul. The unit cost for this Bid item is unchanged. The quantity is reduced by 84 Cubic Yards. The new quantity is 626 Cubic Yards. The total change amount for this item is a decrease of $4,032.00 Schedule A — Existing Bid Item A148 — Black Vinyl Coated Chain Link Fence. The unit cost for this bid item is unchanged. The quantity is reduced by 330 Lineal Feet. The new quantity is 3,570 Lineal Feet. The total change amount for this item is a decrease of $8,250.001 Schedule A — Existing Bid Item Al 53 — Thickened Edge Sidewalk. The unit cost for this bid item is unchanged. The quantity is reduced by 330 Lineal Feet. The new quantity is 1,440 Lineal Feet. The total change amount for this item is a decrease of $12,210.00 The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by -0 Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No CHANGE ORDER AGREEMENT 2 4/17 THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO ITEM Existing Qty Change QTY UNIT PRICE ADD or DELETE Change Item Total Addition C04.001 Wall 23 Removal and Subsurface Drain Pie F 0 1 $29,577.00 ADD $29,577.00 Sub Total = $29,577.00 Deducts A36 Structure Excavation Cl B for SEW 660 -80 $25.00 DELETE -$2,000.00 A52 Modular Block Wall 3,470 -701 $19.00 DELETE -$13,319.00 A53 Backfill for SEW 710 -84 $48.00 DELETE -$4,032.00 A148 Chain Link Fence 3,900 -330 $25.00 DELETE -$8,250.00 A153 Thickened Ede Sidewalk 1,770 -330 $37.00 DELETE -$12,210.00 Sub Total = -$39,811.00 Add = Delete = Total Change $29,577.00 -$39,811.00 -$10,234.00 TOTAL NET CONTRACT: INCREASE DECREASE $10,234.00 STATEMENT: Payment for the above work will be in accordance with applicable portions ofthe standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT I� 171 �-- 'S SIGNATURE DATE AN SALLOUM P.E., DATE WORKS DEPARTMENT $16,700,526.60 $ 0.00 $ -10,234.00 $16,690,292.60 CHANGE ORDER AGREEMENT 3 4/17 Owner Approval - By: KPG, Inc. - Signature Ken Gunther, Resident Engineer BY%la: m? ity of Federal Way ; nature John Mulkey Contractor Acknowledgement: By: Graham Contracting Dan Zimmerman, Project Manager ,Xc��� 7 Date Date Date ❖ Graham is in disagreement with the method of Measurement and/or Payment of this Field Work Directive. Graham specifically reserves all of its rights and defenses under the Contract, regardless of whether stated herein, and the positions stated herein are without waiver of Graham's rights, positions, defenses, and remedies. ❑ Yes ❑ No THIS FIELDWORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION ORA CHANGE IN THE CONTRACT PRICE. LABOR, EQUIPMENT, AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEM(S) OR A CHANGE ORDER SHALL BE DEVELOPED FOR TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTEST TO THE FIELD WORK DIRECTIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS. cONLnc�1' wld4r'1n1» - Fo tYA6�lnR� Ca�pO , 1.e = IlZ,to IakkS / NA. P -d -d 19+00 18+00 M ' PROPOS¢) BACK -8WQ POKE 190 $ OF 9—AV" ;'rs" 3 190 \, rr tarof W1�Y1 T/bl'LWOJCA'1. 9 185 185 C I' Av4I'L\4Q) ENSTM GRONO AT FACE OF WALL �... . 11 180ISO ;EC I81.6B. EG 182.57- CG ins 71 / . ONSTRUCT U M KOF}( RLL 175 MAIL PER DETAIL. BUT 225 175 0+00 1+00 2+00 I �� — s/6 1,W,skta ror`V L Nc �-- 71� PROFILE IbE 1�0� GENERAL WAIL NOTES 1. SEE MNL DETAILS, SHEETS 22F225. 2. THEY EIEVA110N5 NAW BEEN PROVIDED FOR USE AS A GLIDE FOR CONSTRUCTION. THE RETNNNG WNL SHALL BE CONSTRUCTED PER TYPICAL SECTIONS. DETAILS, AND MANUFACTURER'S REO0MMERDAPONS EXCEPT AS ADAKTED IN THE FED BY THE ENGINEER. WALL 27 N1191BER START STA NORTHINGFEASINGLENGTH WMIDELTA RADIUS PI STA TAN L36 0+54X00 1U59B6.31 WL91 N 2414'01 E \ MLOS 1+X14 PACIFIC H\ WIN 2100 N 0046'00' E N 2414'01 E L39 1+6114 \ 11,18' MN UO 1+61.02 106126.70 X00' N 2414W E 2S Nf6tlSTA271•W1Ak14 74125' 1+74A2 IM X46 \ \ L42 RT -\ 10621X06 _—� h MILL 23 - CCN MIL 21 -_ BEGIN _. � —. _ __ __, "\ --- __ __� _ y : s WILL 21 STA 1+1X96 (STA 19+06.M, 419L f __-- ___________ ____ __ _ ________ __________________�_________— — ` � \ \ R \ WALL�427. 1+66.72 11 �� --_\` \ \ STA ( STA 19T50b5 45AY RT IN1+70.14 � 2STA " \ \ PI WALL 27 . � STA 1941554, 49.16' RT "`� NAIL 27, STA 1+55.1* STA 19+40.55, 49,76' RT PLANT WALL 23 0 5 1020 30 STA 0+00 TO STA 2+00 SCALE IN FEET 200 +� 200 d dl 195 e� b 195 M ' PROPOS¢) BACK -8WQ POKE 190 $ OF 9—AV" ;'rs" 3 190 \, rr tarof W1�Y1 T/bl'LWOJCA'1. 9 185 185 C I' Av4I'L\4Q) ENSTM GRONO AT FACE OF WALL �... . 11 180ISO ;EC I81.6B. EG 182.57- CG ins 71 / . ONSTRUCT U M KOF}( RLL 175 MAIL PER DETAIL. BUT 225 175 0+00 1+00 2+00 I �� — s/6 1,W,skta ror`V L Nc �-- 71� PROFILE IbE 1�0� GENERAL WAIL NOTES 1. SEE MNL DETAILS, SHEETS 22F225. 2. THEY EIEVA110N5 NAW BEEN PROVIDED FOR USE AS A GLIDE FOR CONSTRUCTION. THE RETNNNG WNL SHALL BE CONSTRUCTED PER TYPICAL SECTIONS. DETAILS, AND MANUFACTURER'S REO0MMERDAPONS EXCEPT AS ADAKTED IN THE FED BY THE ENGINEER. ] K BID PACIFIC HIGHWAY SOUTH WALL PLANS DOCUMENTS 0 Federal Way PHASE V IMPROVEMENTS WALL 27 pyxNN (awnLur Kvc: c:I - I:IultI sn, _ WALL 27 N1191BER START STA NORTHINGFEASINGLENGTH WMIDELTA RADIUS PI STA TAN L36 0+54X00 1U59B6.31 WL91 N 2414'01 E L37 L16 MLOS 1+X14 IONSS57 106062.74 WIN 2100 N 0046'00' E N 2414'01 E L39 1+6114 10511X6] 11,18' N 21141 K UO 1+61.02 106126.70 X00' N 2414W E L41 1+74A2 IM X46 110!0 N 29%44'E L42 2+1.71 10621X06 I N 22Y8'11 E ] K BID PACIFIC HIGHWAY SOUTH WALL PLANS DOCUMENTS 0 Federal Way PHASE V IMPROVEMENTS WALL 27 pyxNN (awnLur Kvc: c:I - I:IultI sn, _ a 3+501 .. ... . ..... .. .......... . ..... .... ..... .... 2.00 I A Y�Zve. 190 LAI fl- A. -r Ic 170 10 20 30 40 50 so 70 80 90 kwe"- UASV,4"�� + &w1 \ "'ll(PA4—borrovi 200 0 10 WSO 20 30 Elclnllrtk., 8omoud cxd RAO" 180 046 --------- r rl 40 f, : 170 40 50 so 70 so 90 C8 TYPE 2-48' STORYWATER MEDIA RIM 18+31.18, 31.39 RT RIM 184.10 FILTER. SEE SHUTS 167-169 1E IN 176.42 (18'NE) EXISTING CB TYPE 2-4K IE IN 180.30 (6 -SE) — INSTALL RMn SOLID LD IE OUT 176.42 (18'S) A' '1<17+8857 3h80' ,ti RIM 18314 �, PROPOSED GROUND AT RIGHT GUTTER LINE IE OUT 17620 (18 -SW) EXOSTING GROUND AT CJ#ECT PROPOSED PIPE - IE IN 176.20 (18`N)• CONSTRUCTION E - TO E70S71NG STRUCTURE .moon N. --S NE) 161 11s i-- - —s+ -4 . 43 t8' So -- S-0.51% OUTLET TO I EXISTING DITCH ,I :.1 . �I 69.1F. L8'. SO. S-.SBXi _ WI PROFILE EAST 0 10 20 40 60 VERTICAL SCALE = 1/2 HORIZONTAL SCALE 17+00 1 18+00 Shc -e-� W G 210 200 v 190 Jai OD 1_80 = 170 U Q 160 1 150 18+50 G 0-A 4 t CORRESPONDING SHEETS RIGHT OF WAY PLAN 44 SITE PREPARATION PLAN 52 ROADWAY PLAN 81 ROADWAY PROFNE 100 INTERSECTION DETAILS 118 DRAINAGE PLAN 127 DRAINAGE PROFIE 146 WATER t SEINER PLAN k PROFILE 182 IRRIGATION PLAN N/A LANDSCAPE PLAN 271 I U I IAIINA110N NI AN 1 74% 1 190 180 170 220 210 a 200 Ln 190 C2 180 :3 IE IN 179 45 (18" NF) I IE OUT 179 5 (18" SW) IE OUT 177.15 (18' SW) I IE OUT 180.4 (18' NW) CONNECT NEW PIPE TO EXISTMIG STRUCTURE 21 LF18'SI) 190 190 ------------' S- 11.94% (`t { _ _ — _ T %IST 18' SO I` p 180 0 180 - _ - 0 8 LF 18' SO 8 LF 18" S- 0.62% S=1.18% CONNECT NEW PPE. 1 ' 170 TO DOSTAVG WE I SAME 1 STRUCTURE_ I C8 TYPE 2-48' ROUT C 7 STA 19+43.32,29.66' 1 RIM 187.28 IE IN 180.20 (18 -SE) 1 IE OUT 180.20 (18"S) SAME STRUCTURE STRUCTURE I ' C8 TYPE 2-48' 1 1 STA 20+76.39. 48.35 STORM TER MMA RIM 190.44 1...... FILTER, SEE ST MI 167-168 --IE IN 186.40 (6"E) 1 IE IN 185.99 (18"N) �. .. ., .+ IE OUT 185.99 (10 -SW I / U 4.-r - - _ - --- 0 ! 1' dt� �.1 �''� fXISTIN(. CB TYPE 2-48" l� INSTALL ROUND SOLID UD 170 CO TYPE 2-48 „ µ. (�j (., {T 19+90 31, 32'44 RT IJl} STA 19+00.25, 33.08 RT �t RIM 166.00 IE IN 180 80 (18"W) IE IN 179.77 (18"N) IE OUT 180 50 (18"E) IE IN 176.80 (18 -NE) CONNECT PROPOSED PPE-- E IN 180.70 (18 -NE) 160 IE OUT 176.80 (18 -SW) TO E%IS1111O STRUCTURE 18+50 19+00 20+00 DATE BY REVISIONS Approved By 1507L80PRF61 Q,q F9 E.E TA 09116 DESIGNED BY DATE Tie OWN _ DRAWN BY DATE 1016 09155 CHECKED BY DATE PROFILE 1 WEST 190 180 F X151 9DW TYPE 1-0 '.TA 19,9103. 3997' i RIM 188 02 IE IN 180 30 (18"W) IE OUT 180 30 (18"SW) SEE STRUCTURE DETAIL ON SHEET 165 PROPOSf3) GROUND AT RIGHT GUTTER LINE EXISTING GROUNb AT CONSTRUCTION f 217 LF 18" 21+00 PROFILE EAST 0 10 20 40 60 VERTICAL SCALE = 1/2 HORIZONTAL SCALE 313190kASM 0 2`AtJrrsonA* BID 'MA .511williksm T9orgWAna M2*iw Moss DOCUMENTS •9aMi �{,f 1h �,�� b 51&b+ itis GI�AHAN/ GRAHAM COST PROPOSAL July 26, 2017 Page 1 of 2 Graham Contracting Ltd. 13555 SE 36th Street, Suite 120 Phone: Bellevue, Washington, U.S.A. 98006 Fax: Project Number. W16051 Owner Project #: AG #16-115 Name: Pacific Highway South HOV Lanes Phase V Owner: City Of Federal Way Address: 726 S. 356th St Federal Way, Washington 98003 Subject Graham Cost Proposal #4 Occurrence Date: 2017/07/26 Description: FWD #55 Wall 23 Removal and Subsurface Drain Send To Name: City Of Federal Way Address: 33325 8th Avenue South Federal Way, WA 98003-6325 Phone: (253) 835-7000 Fax: (253) 661-4075 Attention: John Mulkey Name: Graham Contracting Ltd. Address: Seattle Phone: Fax: Attention: Dan Zimmerman; James Gunther; Jason Bottemiller; Jason Medley; Seth Crites Name: KPG Address: 3131 Elliot Ave Suite 400 Seattle, WA 98121 Phone: (206) 286-1640 Fax: Attention: Ken Gunther; Matt North; Melvin Carden GRAHAM COST PROPOSAL July 26, 2017 Page 2 of 2 Graham Contracting Ltd. 13555 SE 36th Street, Suite 120 Phone: Bellevue, Washington, U.S.A. 98006 Fax: Comments Graham is in receipt of Field Work Directive (FWD) #55, Wall 23 Removal and Subsurface Drain, and propose a change to the Measurement and Payment suggested by the FWD. Graham proposes a net change order price of $1,976. This price proposal is the result of the added work $29,577 and a credit in the amount of ($27,601) for the eliminated bid item work. Graham has itemized the new work into five operations; connect to existing, trench excavation, French drain, trench backfill and gravel borrow, attached is a breakdown of the cost estimate for this work. The eliminated work consists of the following bid items; A036 Structure Excavation Class B for SEW, A052 Modular Block Wall, A053 Backfill for SEW Wall and A148 Chain Link Fence, attached is a breakdown of the respective quantities and price. Per: Edward Schepp, Senior Project Manager FWD #55 Wall 23 Removal and Subsurface Drain List of bid items deleted by the FWD Bid Item Description Qty Units UP Amount A036 Structure Excavation Class B for SEW 80 CY $25.00 $2,000.00 A052 Modular Block Wall 701 SF $19.00 $13,319.00 A053 Backfill for SEW Wall 84 CY $48.00 $4,032.00 A148 Chain Link Fence 330 LF $25.00 $8,250.00 1TOTAL $27,601.00 Pacific HWY HOV Lanes Phase 5 7/26/2017 FWD#55 Wall 23 Removal and Subsurface Drain Pipe Work Description /Operation Graham Labor Man Hours Aggregate Hourly Rate (ST) Inefficiency I Overtime Extension 1 2 3 4 Connect to Existing CB 100 Trench Excavation French Drain Backfill Trench _ _ Place Gravel Borrow 10 30 25 40 32 $ $ $ $ $ 65.19 65.19 65.19 65.19 65.19 $ - $ 651.90 $ - $ 1,955.70 $ - $ 1,629.75 $ - $ $ - $ 2,607.60 2,086.08 5 Subtotal Labor 137 $ 8,931.03 Subs & Services QTY U/M Unit Rate Extension 6 7 S 9 Dump Trucking Unsuitable Excavation Disposal Subtotal Subs & Services 32 14 HR LDS $ $ 135.00 140.00 $ $ $ $ 4,320.00 1,960.00 - 6,280.00 Materials QTY U/M Unit Rate 10 11 12 13 14 Trench Box Rental 6" Perf Pipe Nonwoven GeoFabnc 5/8" Washed Rock Small Tools (5% Line 5) 1 140 127 33 1 LS LF SY TN LS $ $ $ $ $ 1,947.00 3.50 1.00 15.00 - $ $ $ $ $ 1,947.00 490.00 127.00 496.50 446.55 15 Subtotal Materials $ 3,507.05 Equipment HRS Hourly Rate 16 JD 245 Excavator 21 $ 112.52 $ 2,362.92 17 JD 310 Backhoe W/Hoe Pac 21 $ 50.81 $ 1,067.01 18 D3 Dozer 8 $ 50.39 $ 403.12 19 Bomag Roller 8 $ 56.31 $ 450.48 20 F350 Flatbed 30 $ 23.73 $ 711.90 21 Subtotal Equipment $ 4,995.43 Field Supervision HRS Hourly Rate zz 23 Superintendent 10 $ 75.16 $ 751.60 24 Subtotal Overhead $ 751.60 Markups 25 26 27 Labor (29% of line 5) Subcontractors (12% of line 6) Equipment (21% of line 21) $ $ $ 2,807.96 518.40 1,049.04 28 29 Material (21 % of line 15) Services (21 % of line 7) $ $ 736.48 411.60 30 Subtotal Markups $ 5,111.88 31 TOTAL ESTIMATED FWD#55 Wall 23 $ 29,577.00 City of Federal Way Pacific Hwy S HOV Lanes Ph V FWD #55 Wall 23 Removal and Subsurface Drain Independent Cost Estimate 31 -Jul -17 Added Work: Remove 6x8x127 unsuitable, install french drain, backfill with gravel borrow to sidewalk subgrade at 2:1 for length of wall replacement Bid Item Description Qty Unit UP Amount A30 Gravel Borrow inc. Haul 916.7 TN $ 18.00 $ 16,500.60 A33 Unsuitable Foundation Exc incl Haul 226 CY $ 20.00 $ 4,520.00 A37 Shoring or Extra Excavation Cl. B 762 SF $ 0.50 $ 381.00 A83 Connect to Existing CB 1 EA $ 1,000.00 $ 1,000.00 NEW French Drain 127 LF $ 50.00 $ 6,350.00 Subtotal - Added Work: $ 28,751.60 Deleted Work: Wall 23 and chainlink fence A36 Structure Excavation Cl B for SEW -80 CY $ 25.00 $ (2,000.00) A52 Modular Block Wall -701 SF $ 19.00 $ (13,319.00) A53 Backfill for SEW Wall -84 CY $ 48.00 $ (4,032.00) A148 Chain Link Fence -330 LF $ 25.00 $ (8,250.00) A153 Thickened Edge Sidewalk -330 LF $ 37.00 $ (12,210.00) Subtotal - Deleted Work: $ (39,811.00) Net Cost Difference: RETURN TO: PW ADMIN EXT: 2700 ID #: leY CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / S S 2. ORIGINATING STAFF PERSON: v� V" EXT: �7 3. DATE REQ. BY: //:S 2�1*0 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.C., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/ CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.a BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION CONTRACT AA4,ENDMENT (AG#): Ii "//S Z Cl INTERLOCAL ❑ OTHER l<vrZtj=' �/ 01 4. PROJECT NAME: kf" %G #;94,ert/ 5 #vy iG V�c'S P{�ttiff I%/ 5. NAME OF CONTRACTOR: ADDRESS: �! S ,s .� fC ..d er ; 7& ' /L ' i111eYBe,l t1/1 fPef ,l TELEPHONE: 2 =•-? E-MAIL: FAX: SIGNATURE NAME: 6",r` # ' TITLE:6= , Vj tics cfTi.� 6. EXHIBITS AND ATTACHMENTS: 111 SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE R ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE #-09 /90 &3 ?BL, EXP.. 12/31// UBI # ��� y ��� y/ 'EXP. 0'13111 / 7. TERM: COMMENCEMENT DATE: "` Z 5-116 COMPLETION DATE: U el'A Co,, -/ '` l'.j" �.0 �'._ . .. Cas w 8. TOTAL COMPENSATICS .ti. W � (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHAR - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES NNO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES IN NO IF YES, $ PAID BY: A CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: s / �/ ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR RETAINAGE BOND PROVIDED d4 PURCHASING: PLEASE CHARGE TO: ale, 7���� �t�S ifs =3�'-vel u 9. DOCUMENT / CONTRACT REVIEW INITIAL/ DATE REVIEWED INITIAL / DATE APPROVED Ib`'PROJECT MANAGER :5,044•l I /Z ER N DEPUTY DIRECTOR C5 DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) LAW DEPT v /(C/( 7 10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING �''] ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: It[ [ 1 ` DATE REC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAw DEPT SIGNATORY (MAYOR OR I ffk-CT6R—j-) ❑ CITY CLERK ASSIGNED AG # AG# SIGNED COPY RETURNED DATE SENT: ❑ RETURN ONE ORIGINAL COMMENTS: EXECUTE " L" ORIGINALS 4/2017 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG #16-115 2 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Pacific Highway South HOV Lanes Phase V (S 340" Street to S 359'h Street) Graham Contractine, Ltd. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: Graham Contracting, Ltd. proposed to substitute the Class IV Reinforced Concrete Storm Sewer Pipe ("Class IV") with Class V Reinforced Concrete Storm Sewer Pipe ("Class V"). The City of Federal Way agreed to Graham's request as there is no change in cost per linear foot and the "Class V" meets and exceeds the structural properties of the "Class IV". This material substitution will be for all sizes of reinforced concrete piping (12", 18", & 24"). New bid item CO2 -001 "Class V Reinf. Conc. Storm Sewer Pipe 12 In. Diam." is created. New bid item CO2 -002 "Class V Reinf. Conc. Storm Sewer Pipe 18 In. Diam." is created. New bid item CO2 -003 "Class V Reinf. Conc. Storm Sewer Pipe 24 In. Diam." is created. Payment for new bid items CO2 -001, CO2 -002, & CO2 -003 will be per linear foot. CHANGE ORDER AGREEMENT 1 4/17 Changes to the Bid Schedule — Pacific Highway South HOV Lanes Phase 5 1.) Schedule A — Delete Bid Item A69 — Class IV Reinf. Conc. Storm Sewer Pipe 12 In. Diam. The unit cost for this Bid Item is $58.00 per Lineal Foot The quantity is 6,021 Lineal Feet. The total change amount for this item is a decrease of $349,218.00 Schedule A — Delete Bid Item A70 - Class IV Reinf, Conc. Storm Sewer Pipe 18 In. Diam. The unit cost for this Bid item is $79.00 per Linear Foot. The quantity is 4,849 Linear Feet. The total change amount for this item is a decrease of $383,071.00 Schedule A — Existing Bid Item A71 - Class IV Reinff, Conc. Storm Sewer Pipe 24 In. Diam. The unit cost for this Bid item is $89.00 per Linear Foot. The quantity is 203 Lineal Feet. The total change amount for this item is a decrease of $18,067.00 Schedule A — New Bid Item C002.001 - Class V Reinf. Conc. Storm Sewer Pipe 12 In. Diam. The new unit cost for this bid item is $58.00 per Lineal Foot The quantity is 6,021 Lineal Feet. The total change amount for this item is an increase of $349,218.00 Schedule A — New Bid Item C002.002 - Class V Reinf. Conc. Storm Sewer Pipe 18 In. Diam. The new unit cost for this bid item is $79.00 per Lineal Foot The quantity is 4,849 Linear Feet. The total change amount for this item is an increase of $383,071.00 Schedule A — New Bid Item C002.003 - Class V Reinf. Conc. Storm Sewer Pipe 24 In. Diam. The new unit cost for this bid item is $89.00 per Lineal Foot The quantity is 203 Lineal Feet. The total change amount for this item is an increase of $18,067.00 The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by --Q Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No CHANGE ORDER AGREEMENT 2 4/17 THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO ITEM Existing QTY Change Quantity UNIT PRICE ADD or DELETE Change Item Total Addition CO2.001 Class V Reinf Conc. Storm Sewer Pie 12 In. Diam. 0 6,021 $58.00 ADD $349,218.00 CO2.002 Class V Reinf Conc. Storm Sewer Pie 18 In. Diam. 4,849 4.489 $79.00 ADD $383,071.00 CO2.003 Class V Reinf Conc. Storm Sewer Pipe 24 In. Diam. 203 203 $89.00 ADD $18,067.00 Sub Total = $750,356.00 Deducts A69 Class IV Reinf. Conc. Storm Sewer Pie 12 In. Diam. -6,021 0 $58.00 DELETE - $349,218.00 A70 Class IV Reinf. Conc. Storm Sewer Pie 18 In. Diam. -4,849 0 $79.00 DELETE -$383,071.00 A71 Class IV Reinf. Conc. Storm Sewer Pipe 24 In. Diam. -203 0 $89.00 DELETE -$18,067.00 Sub Total = -$750,356.00 Add = Delete = Total Chane $750,356.00 -$750,356.00 $0.00 TOTAL NET CONTRACT: INCREASE $ 0.00 DECREASE 0.00 STATEMENT: Payment for the above work will be in accordance with applicable portions ofthe standard spec (cations, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER N W CONTRACT AMOUNT gl� SIGNATURE DATE MARY&N SALLOUM, P.E. DATE DIRECTOR PUBLIC WORKS DEPARTMENT $ 16,700,526.60 $ 0.00 $ 0.00 $ 16,700,526.60 CHANGE ORDER AGREEMENT 3 4/17 RETURN TO: PW ADMIN EXT: 2700 1D# CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: 2. ORIGINATING STAFF PERSON: f t S EXT: Z7 2'? 3. DATE REQ. BY: -1w 4. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/ CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION X CONTRACT AMENDMENT (AG#): %J S- // ❑ INTERLOCAL r�1 I ❑ OTHER i�k&AAe Apr -V 5. PROJECT NAME: Pe.0 41 L 6. NAME OF CONTRA( ADDRESS: E-MAIL: SIGNATURE NAME: k FAX: 7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE 7 Z3 BL, EXP. 12/31/ I UBI # 101 y0q ? , EXP. --bl % % 8. TERM: COMMENCEMENT DATE: �� Z 1 10/ C COMPLETION DATE: �rD eV -P 9. TOTAL COMPENSATION: $�► hiS C '�/l �i 7 Q /'%4 SL C �0 TLI �Z` (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO I/F�YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY ❑ PURCHASING: PLEASE CHARGE TO: 3 D m " / Vee - 1,6 ,57 - _�-f S 3O i0.S O 10. DOCUMENT/ CONTRACT REVIEW iCPROJECT MANAGER F�h DIVISION MANAGER DEPUTY DIRECTOR t)' DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) Ib LAW DEPT 11. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING h /I SENT TO VENDOR/CONTRACTOR DATE SENT: (� T ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ LAW DEPT ❑ CHIEF OF STAFF SIGNATORY (MAYOR OR DIRECTOR) ❑ CITY CLERK a-- ASSIGNED AG # ,. SIGNED COPY RETURNED ❑ RETURN ONE ORIGINAL COMMENTS: EXECUTE " Z." ORIGINALS INITIAL DATE SIGNED 1 QT �• INITIAL / DATE APPROVED COUNCIL APPROVAL DATE: DATE REC'D: tit 1/l5 AG # 16-115 PROJECT NUMBER CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 1 CHANGE ORDER NUMBER Pacific Highway South HOV Lanes Phase 5 PROJECT TITLE SUMMARY OF PROPOSED CHANGES: This Change Order No. 1 covers the work changes summarized below: EFFECTIVE DATE Graham Contracting, Ltd. CONTRACTOR 1.) At the time of bid the Special Provisions of the Contract were issued with several references to the 2014 Standard Specifications in the Description of Work for Schedules A and B. The intended reference was to the 2016 WSDOT Standard Specifications as stated in Section 2-3 of the "General Contractual Terms and Conditions," which takes precedence. This Change Order shall modify the language of the contract to be "2016 Standard Specifications" wherever the Contract refers to the "2014 Standard Specifications." This is a no -cost Change Order. No new bid items will be added to the Contract. No existing bid items will be adjusted. No working days will be added to the Contract. 2.) At the time of bid the Contract signal plans included call outs for a sign "R10-30" at several intersections. The channelization plans call out a similar but different sign "Right Turn on Red Yield" on page 334. To ensure consistency throughout the project the contractor will install the "Right Turn on Red Yield" sign as shown page 334 of the Contract plans at all locations where the "R10-30" sign was originally called for installation. The cost for the material and installation of each sign is equivalent, therefore no adjustment to the bid schedule will be made. This is a no -cost Change Order. No new bid items will be added to the Contract. No existing bid items will be adjusted. No working days will be added to the Contract. 3.) At the time of bid the Special Provisions of the Contract contained requirements for existing bid item 10 Field Office Building. Through discussion with the Contractor it has been agreed that the requirements of the Field Office Building will be amended to better serve the needs of Project Engineering staff by customizing the required contents of the Field Office Building through this Change Order. The specific equipment contained in this change order is considered equivalent to the original contract, therefore no additional compensation will be made. All other requirements of the Special Provisions regarding the Field Office Building will remain unchanged. Original Contract Requirement to be deleted; Two desks (3ft by 6ft min) with drawers along one side and pencil drawer Two desk chairs and one drafting chair with adjustable heights and backs Change Order No. 1 continued Twenty stackable chairs One 4 -drawer filing cabinet Plan Layout table (3ft by 6ft min.) Drafting Table (3ft by 6ft min.) with adjustable tilting top Dry erase white board (24 sf min.) Copy machine with extra toner and service as required Revised Contract Requirements to be added Five desks (3ft by 6ft min.) with drawers along one side and pencil drawer Two desk chairs with adjustable heights and backs Six folding chairs 2of4 Two 4 -drawer filing cabinets Three dry erase white boards (24 sf min. each) Color copy machine with scanner capable of scanning/printing 11 x17 paper at 300 dpi (with extra toner and service as required) This is a no -cost Change Order. No new bid items will be added to the Contract. No existing bid items will be adjusted. Changes to the Bid Schedule - Pacific Highway South HOV Lanes Phase 5 1.) This Change Order shall modify the language of the contract to "2016 Standard Specifications" wherever the Contract refers to the "2014 Standard Specifications". No changes to the bid schedule are made with this change. There is no change in the value of the contract.1 2.) This Change Order shall modify all "R10-30" Signs to be "Right Turn on Red Yield" signs. No changes to the bid schedule are made with this change There is no change in the value of the contract. 3.) This Change Order shall modify the language of the contract regarding the requirements of existing bid item 10 Field Office Building. No changes to the bid schedule are made with this change. There is no change in the value of the contract. Change Order No. 1 continued 3 of 4 Net Changes to the Bid Schedule — Pacific Highway South HOV Lanes Phase 5 Change Bid Existing Change Item Item Description Quantity QuantityUnit Unit Cost Total NA NA NA NA NA NA $0.00 Total this Change Order $0.00 The time provided for completion in the Contract is ® Unchanged ❑ Increased by ❑ Decreased Working Day. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. Change Order No. 1 continued 4 of 4 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT $ 16,701,392.60 $ 0.00 $ 0.00 $ 16, 701, 392.60 CONTRACTOR'S SIGfiATURE DATE G� i MARWAN SAL�LODUM. P.E., SIGNATURE DATE DIRECTOR PUBLIC WORKS DEPARTMENT RETURN TO: Mercedes EXT: 2701 Qwt � z39 CITY OF FEDERTL WAY LAW DEPARTMEN7ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / STREETS 2. ORIGINATING STAFF PERSON K� MA - EXT: 2 :iJ-a' 3. DATE REQ. BY:ASAP 4. TYPE OF DOCUMENT (CHECK ONE: CONTRACTOR SELECTION DOCUMENT (E.G. a RFP, RFQ) PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL Q OTHER 5. PROJECT NAME: PACIFIC HIGHWAY SOUTH HOV LANES PHASE V (S 340TH STREET TO S 359TH STREET) 6. NAME OF CONTRA ADDRESS: 1�1 0 E-MAIL: SIGNATURE NAME: FAX: TITLE: 7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRE_,D, LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # � J00 1Z3 BL, EXP. 12/31/' UBI #(>�0I-1ha`l ,, EXP. 6 1`3(( •/Q-9 8. TERM: COMMENCEMENT DATE: COMPLETION DATE: J%V VVD1'K�IY�AS 9. TOTAL COMPENSATION: $ 4�Q,�o(2 (00 (INCLUDE EXPENSES AND SALES TAX, IF ANY (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES REIMBURSABLE EXPENSE: ❑ YES A NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: RYES ❑ NO IF YES, $ I (S LVO -W PAID BY:,kCONTRACTOR ❑ CITY PURCHASING: PLEASE CHARGE TO: 10. DOCUMENT/ CONTRACT REVIEW R-f� - INITIAL/ DATE REVIEWED W„" �� INITIAL / DATE APPROVED PROJECT MANAGER L l -! -/bPI'71112 DIVISION MANAGER ///ab �] DEPUTY DIRECTOR S�j6 ,dDIRECTOR 'S l o ❑ RISK MANAGEMENT (IF APPLICABLE) H'LAW DEPT 11. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: N,�A 5/6 6 COUNCIL APPROVAL DATE: g 9 12. CONTRACT SIGNATURE ROUTING I I n Wk- 81 1 'Q(�SENT TO VENDOR/CONTRACTOR DATESENT: V� "I DATEREC'D: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS /,LAW DEPT I�fCHIEF OF STAFF SIGNATORYMAYO OR DIRECTOR CITY CLER ,X ASSIGNED AG # ❑ SIGNED COPY RETURNED N1 RETURN ONE -ORIGINALS COMMENTS: Z ' Pacific Highway South HOV Lanes Phase V S340 1h Street to S 359th Street STPUL 0099(126) RFB 16-006 Addendum No. 1 July 21, 2016 ' ATTENTION: All Bidders and Planholders ' You are hereby notified that in Addendum No. 1, the Bid and Contract Documents are amended as follows: A. ATTACHMENT C -BID SCHEDULE DELETE Bid Schedule pages 24 through 36 and REPLACE with the attached ' pages 24 through 36. A summary of revisions to the bid schedule is included below.- Deleted elow: Deleted reference to "Unit Price in Words" on all pages. A new Bid Item A210 has been added to Schedule A, "Settlement Monitoring for Wall 12" ' A new Bid Item A211 has been added to Schedule A, "Settlement Monitoring for Wall 14" • A new Bid Item A212 has been added to Schedule A, "Settlement Monitoring for Wall 15" • Bid Item Name for Item B7 is changed to "Remove Existing Pressure Reducing Valve Station". e Bid Item Name for Item B11 is changed to "Structure Excavation Cl B Incl. Haul for Schedule B". Bid Item B39 is deleted. Valve Boxes are incidental to Bid Items B37 and B38. ' • Quantities for Bid Items B46 and B47 are revised. • Bid Item Name for Item B49 is changed to "Service Connection 5/8 x 3/4 In. Setter (2 In. Service Pipe)". 1 Bid Items B50 and B51 are deleted. • Bid Items B40 through B59 are renumbered to B39 through B56 due to bid item deletions above. r B. SPECIAL PROVISIONS t1. Section 1-07.24, Page 83 - ADD the following additional requirement under Parcel 56 (34315 Pacific Highway South): C. The business operator at this site (Valmet) regularly operates milling equipment that is sensitive to vibration. The Contractor shall notify ' and coordinate with property owner at least one week in advance of any work along this property frontage utilizing heavy equipment. 'City of Federal Way 1 of 5 Addendum No. 1 PHS Phase V HOV Lanes July 21, 2016 2. Section 2-09.5, Page 116 — DELETE the 7th and 8th paragraph of this Section and REPLACE with the following: The unit contract price per cubic yard for Structure Excavation Class B Incl. Haul for Undergrounding Overhead Utilities shall be full pay for all labor, materials, tools, equipment required to sawcut, excavate, dewater, haul, dispose of excavated materials, and compact trenches for installation of utility conduits, utility vaults, and utility handholes. "Structure Excavation Class B Incl. Haul for Schedule B"; per cubic yard. The unit contract price per cubic yard for Structure Excavation Class B Incl. Haul for Schedule B shall be full pay for all labor, materials, tools, equipment required to sawcut, excavate, dewater, haul, dispose of excavated material, and compact trenches for installation of water and sewer facilities identified in Schedule B. 3. Section 6-13.2, page 138 — ADD the following to this section: Backfill for Structural Earth Wall shall conform to Section 9-03.14(4). 4. Section 6-16.3, page 143 — ADD the following to this section: 6-16.3(3) Shaft Excavation Section 6-16.3(3) is supplemented with the following Although groundwater was generally not observed in the geotechnical explorations completed for this project, perched groundwater may be encountered within the areas of shaft excavation and deeper excavations may encounter groundwater. The contractor should be prepared to handle groundwater seepage into the drilled shaft during excavation and subsequent backfill operations. 5. Section 6-16, page 144 — ADD the following new subsections: 6-16.3(9) Settlement monitoring Section 6-16.3(9) is a new section.- Settlement ection: Settlement Monitoring for soldier pile walls 12, 14, and 15 shall include all of the work listed below: Preconstruction Review and Survey 2 of 5 City of Federal Way PHS Phase V HOV Lanes 1 Addendum No. 1 ' July 21, 2016 ' Interior Review Prior to construction the Contractor shall perform a visual inspection of the existing conditions of the structures located within 100 ft of the proposed ' soldier pile wall. ' Exterior Survey Prior to construction the Contractor shall perform a visual inspection of the existing conditions of the outer edges of the buildings and patios, the ' driveway and parking areas and other existing structures to remain such as walls, walkways, landscaping items, etc. O A licensed surveyor shall establish approximately 8 optical survey benchmarks on existing structures and utilities. Approximately 4 of the proposed 8 benchmarks should be located against adjacent structures ' located within 100 ft of the soldier pile walls. The Contractor shall place crack gauges on existing cracks in walls, floor ' slabs, and exterior concrete flatwork. The Contractor shall establish two baseline readings of all benchmarks ' prior to any excavation work or soldier pile installation. The Contractor shall prepare a written, video and photographic log of the ' existing conditions, noting any visible damage to the building that would indicate a structural deficiency. ' Construction Monitoring The vertical and horizontal alignment of all benchmarks should be surveyed to the nearest 0.01 It and the crack gauges be read on a daily ' basis during construction of the soldier pile walls. After the soldier pile walls are installed, the Contractor shall establish 3 1 benchmarks along the top of each soldier pile wall. The benchmarks should be equally spaced along the top of the wall. The vertical and horizontal alignment of all benchmarks shall be surveyed to the nearest 0.01 ft and the crack gauges shall be read on a weekly basis for four consecutive weeks immediately following construction of the ' soldier pile walls, and on a monthly basis for 2 months thereafter. ' If cracks are noted in adjacent streets, sidewalks, or existing structures, or if existing cracks move more than 1/8'; or if movement greater than 118" is observed, the Engineer should be notified immediately. ' 6-16.4 Measurement Section 6-16.4 is supplemented with the following: 'City of Federal Way 3 of 5 Addendum No. 1 PHS Phase V HOV Lanes July 21, 2016 e No specific unit of measurement shall apply to "Settlement Monitoring for , Wall " which shall be paid per lump sum for each wall. 6. Section 6-16.5, page 144 - ADD the following to this Section: ' "Settlement Monitoring for Wall ly per lump sum, The lump sum Contract price for "Settlement Monitoring for Wall " shall ' include all labor, materials, tools and resources necessary to complete the work as described above, including but not limited to: performing the ' interior and exterior review and survey, providing and installing crack gauges and optical survey benchmarks, establishing baseline reading for t benchmarks, and providing documentation of the initial review and survey, performing survey monitoring during construction at the durations described, providing all monitoring results, and notifying the Engineer of ' any potential concerns or issues. 7. Section 7-12.3(3), page 203 - REVISE the first sentence of the first I paragraph to read: 'For gate valves 42" and less- All gate valves on this project shall include ' a valve box installed and adjusted to final grade in accordance with Lakehaven Utility District Standard Plan 11.01 included in Appendix J.' 8. Section 7-12.3(3), page 203 - DELETE the last paragraph of this section ' 9. Section 7-12.5, page 205 - DELETE the bid item and description for "Spur- I Gear Gate Box Valve Box". 10. Section 7-15.5, page 218 - DELETE the bid item for "Service Replacement I In. Setter (2 In. Service Pipe). C. APPENDICES I 1. Appendix B - DELETE Appendix B and REPLACE with the attached I Appendix B. 2. Appendix F - DELETE Appendix F and REPLACE with the attached Appendix F. 3. Appendix J - DELETE Appendix J and REPLACE with the attached Appendix J. 4of5 City of Federal Way Addendum No. 1 PHS Phase V HOV Lanes July 21, 2016 11 ' D. PLANS 1. WATER & SEWER PLAN & PROFILE — DELETE the following fourteen (14) ' Sheets and replaced with the revised sheets attached: • 172 through 175 of 372 • 187 of 372 ' 199 through 201 of 372 • 203 of 372 • 205 of 372 • 207 through 210 of 372 ' 2. Sheets 292 and 293 — Illumination Plans. On the `LUMINAIRE SCHEDULE', slip bases per WSDOT standards are called for on poles 1, 3, 4, 5 and 6. The City will consider alternate FHWA approved breakaway couplings, frangible ' transformer bases or an integral break away device on these aluminum poles subject to RAM review and approval. I E. 3. ILLUMINATION PLANS — DELETE Sheet 300 of 372 and 306 of 372 and REPLACE with the attached revised sheets 300 and 306. 4. SIGNAL PLANS -, DELETE Sheet 331 of 372 and REPLACE with the attached revised sheet 331. BID OPENING The bid opening date has not changed. All bidders are required to acknowledge receipt of this addendum on page 23 of the Bid Form. Failure to do so may cause rejection of the bid. CITY FEDERAL WAY G!i'f'I-��t Desiree Winkler, P.E. Street Systems Manager ' City of Federal Way PHS Phase V HOV Lanes 5 of 5 Addendum No. 1 July 21, 2016 Attachment C BID SCHEDULE CITY OF FEDERAL WAY Pacific Highway South HOV Lanes Phase V (S 340th St to S 359th St) SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. INO. NOSPEC ITEM DESCRIPTION UNIT X. (TAUAN PPROTY DUNIT PRICE OLLARS CENTS OUNT DOLLARS CENTS Al 1-05 Construction Surveying LS 1 A2 1-05 As -Built Survey and Record Drawings LS 1 A3 1-05 Audio / Video Taping LS 1 A4 1-07 Health and Safety Plan LS 1 A5 1-07 FA - Site Cleanup For Bio. And Physical Hazards EST 1 $ 2,500.00 $ 2,500.00 A6 1-07 Training HR 1,500 A7 1-07 SPCC Plan LS 1 A8 1-08 Type B Progress Schedule (Min. Bid $10,000) LS 1 A9 1-09 Mobilization, Schedules A,C,D,E LS 1 A10 1-09 Field Office Building LS 1 A11 1-10 Off -Duty Uniformed Police Officer EST 1 $ 75,000.00 $ 75,000.00 Al2 1-10 Traffic Control Supervisor LS 1 A13 1-10 Flaggers and Spotters HR 14,000 A14 1-10 Other Traffic Control Labor HR 3,000 A15 1-10 Other Temporary Traffic Control LS 1 A16 1-10 Construction Signs Class A SF 200 A17 1-10 Sequential Arrow Sign HR 5,500 A18 1-10 Portable Changeable Message Sign HR 25,000 A19 1-10 Business Access Sign EA 40 A20 1-10 Temporary No Parking Sign EA 12 A21 2-01 Clearing and Grubbing LS 1 A22 2-01 Roadside Cleanup EST 1 $ 5,000.00 $ 5,000.00 A23 2-02 Removal of Structures and Obstructions LS 1 A24 2-02 Sawcutting SF 29,000 A25 2-02 Remove Existing PSE Gas Pipe LF 580 A26 2-02 Remove Existing Catch Basin EA 109 A27 2-02 Remove Existing Storm Sewer Pipe LF 8,714 A28 2-02 Removal and Relocation of Existing Private Improvements EST 1 $ 20,000.00 $ 20,000.00 City of Federal Way ' Pacific Highway South RFB #16-006 HOV Lanes Phase V 24 June 2016 SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. TNO. SPENOC ITEM DESCRIPTION UNIT APPROX. QUANTITY UNIT PRICE DOLLARS CENTS AMOUNT DOLLARS CENTS A29 2-02 Remove Pavement Markings LS 1 A30 2-03 Gravel Borrow Incl. Haul TN 9,220 A31 2-03 Gravel Borrow for Trench Backfill Incl. Haul TN 15,550 A32 2-03 Roadway Excavation Incl. Haul CY 36,600 A33 2-03 Unsuitable Foundation Excavation Incl. Haul CY 670 A34 2-09 Removal and Disposal of Contaminated Soil EST 1 $ 10,000.00 $ 10,000.00 A35 2-09 Structure Excavation Class B Incl. Haul for Undergrounding of Overhead Utilities CY 9,200 A36 2-09 Structure Excavation Cl B Incl. Haul for Structural Earth Walls CY 660 A37 2-09 Shoring or Extra Excavation Class B SF 113,400 A38 2-09 Shoring or Extra Excavation Cl. A LS 1 A39 2-09 Controlled Density Fill CY 500 A40 4-04 Crushed Surfacing Base Course TON 13,360 A41 5-04 Temporary Pavement TON 1,000 A42 5-04 HMA Cl. 1/2" PG 64-22 TON 9,230 A43 5-04 HMA for Preleveling Cl. 1/2" PG 64-22 TON 9,100 A44 5-04 HMA Cl. 1" PG 64-22 TON 8,960 A45 5-04 Commercial HMA PG 64-22 TON 850 A46 5-04 Planing Bituminous Pavement SY 47,890 A47 5-05 Decorative Stamped Concrete Pavement SY 540 A48 6-02 Cement Concrete Fill Wall CY 20 A49 6-02 Cement Conc. Pedestrian Ramp LS 1 A50 6-10 Temporary Conc. Barrier LF 500 A51 6-13 Structural Earth Wall SF 2,210 A52 6-13 Modular Block Wall SF 3,470 A53 6-13 Backfill for Structural Earth Wall Incl. Haul CY 710 A54 6-16 Shaft - 30 Inch Diameter LF 1,800 A55 6-16 Furnishing Soldier Pile - W 14x30 Flange Beams LF 440 A56 6-16 Furnishing Soldier Pile - W1 4x38 Flange Beams LF 495 A57 6-16 Furnishing Soldier Pile - W1 4x48 Flange Beams LF 600 A58 6-16 Furnishing Soldier Pile - W1 4x6I Flange Beams LF 300 A59 6-16 Furnishing Soldier Pile - W14x74 Flange Beams LF 150 n 11 0 1 City of Federal Way Pacific Highway South RFB #16-006 ' HOV Lanes Phase V 25 June 2016 1 SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. ITEM NO. NO ITEM DESCRIPTION UNIT APPROX. QUANTITY DOLLARS CENTS DOLLARS CENTS A60 6-16 Timber Lagging SF 4,900 A61 6-16 Prefabricated Drainage Mat SY 320 A62 6-16 Concrete Fascia Panel SF 4,820 A63 6-16 Removing Soldier Pile Shaft Obstructions EST 1 $ 10,000.00 $ 10,000.00 A64 6-20 Handrailing LF 220 A65 7-01 Drain Pipe 6 In. Diam. LF 750 A66 7-01 Reconnect Existing Misc. Drainage EST 1 $ 10,000.00 $ 10,000.00 A67 7-01 Stormwater Interception Trench LF 524 A68 7-04 Ductile Iron Storm Sewer Pipe 8 In. Diam LF 293 A69 7-04 Class IV Reinf. Conc. Storm Sewer Pipe 12 In. Diam. LF 6,021 A70 7-04 Class IV Reinf. Conc. Storm Sewer Pipe 18 In. Diam. LF 4,849 A71 7-04 Class IV Reinf. Conc. Storm Sewer Pipe 24 In. Diam. LF 203 A72 7-05 Catch Basin Type 1 EA 51 A73 7-05 Catch Basin Type 1 L EA 35 A74 7-05 Catch Basin Type 2 48 In. Diam. EA 5 A75 7-05 Catch Basin Type 2 54 In. Diam. EA 1 A76 7-05 Catch Basin Type 2 54 In. Diam. with Flow Restrictor EA 1 A77 7-05 Catch Basin Type 2 72 In. Diam. with Flow Restrictor EA 1 A78 7-05 Adjust Existing Storm Drainage Structure EA 24 A79 7-05 Adjust Monitoring Well EA 1 A80 7-05 Adjust Gas Valve EA 19 A81 7-05 Reconstruct Storm Drainage Structure EA 14 A82 7-05 Adjust Stormfilter and Flow Splitter Vaults to Grade LS 1 A83 7-05 Connection to Existing Drainage Structure EA 25 A84 7-05 Install Solid Cover on Existing Type 1 Catch Basin EA 6 A85 7-06 Stormwater Detention Pond LS 1 A86 7-09 Relocate Reduced Pressure Backflow Device EA 1 A87 7-12 Split Steel Casing 20 In. Diam. LF 20 A88 7-21 Catch Basin Insert for Oil Control EA 27 A89 7-22 Stormwater Media Filter (Filterra or Modular Wetland Unit) EA 16 A90 7-22 Modular Wetland 4 x 4 EA 13 ' City of Federal Way Pacific Highway South RFB #16-006 HOV Lanes Phase V 26 June 2016 SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. INO. SPEC ITEM DESCRIPTION UNIT AN OITY 1[—UNIT PRICE I AMOUNT No. Q DOLLARS CENTS DOLLARS CENTS A91 7-22 Modular Wetland 4 x 6 EA 2 A92 7-22 Modular Wetland 4 x 15 EA 2 A93 8-01 Stormwater Pollution Prevention Plan LS 1 A94 8-01 Temporary Detention/Retention SWPPP Control LS 1 Facilities A95 8-01 ESC Lead DAY 350 A96 8-01 Biodegradable Erosion Control Blanket SY 2,778 A97 8-01 Inlet Protection EA 316 A98 8-01 Stabilized Construction Entrance SY 300 A99 8-01 Sift Fence LF 2,900 A100 8-01 Wattle LF 1,000 A101 8-01 Temporary Curb LF 5,000 A102 8-01 High Visibility Fence LF 3,404 A103 8-01 Seeding and Fertilizing AC 1 A104 8-01 Mulching with Moderate Term Mulch AC 1 A105 8-02 Topsoil, Type A CY 2,025 A106 8-02 Bark Mulch CY 360 A107 8-02 Fine Compost CY 245 A108 8-02 Seeded Lawn Installation SY 670 A109 8-02 Sod Installation SY 3,850 A110 8-02 PSIPE, Acer x freemanii 'Jeffersred'/ Autumn Blaze EA 112 Maple; 2.5" Cal., 12'-14' Ht. PSIPE, Fraxinus oxycarpa'Raywood'/ Raywood Ash; A111 8-02 2.5" Cal., 12'-14' Ht. EA 19 At 12 8-02 PSIPE, Pyrus calleryana 'Glen's Form'/ Chanticleer EA 11 Pear; 2.5" Cal., 12'-14' Ht. At 13 8-02 PSIPE, Malus'Adirondack'/ Adirondack Crabapple; EA 36 2" Cal., 10'-12' Ht. At 14 8-02 PSIPE, Calocedrus decurrens/ Incense Cedar; 7'-8' EA 22 At 15 8-02 PSIPE, Physocarpus opulifolius'Little Devil'/ Little EA 142 Devil Ninebark; 15"-18" Ht. A116 8-02 PSIPE, Cornus stolonifera 'Farrow'/ Arctic Fire Red- EA 64 Twig Dogwood; 15"-18" Ht. At 17 8-02 PSIPE, Cistus x hybridus/ White Rockrose; 15"-18" EA 127 At 18 8-02 PSIPE, Rhododendron 'Dora Amateis'/ Dora Amateis EA 291 Rhododendron; 2 Gal. Cont. At 19 8-02 PSIPE, Spiraea betulifolia'Tor'/ Tor Birchleaf Spirea; EA 162 2 Gal. Cont. A120 8-02 PSIPE, Viburnum davidii/ David Viburnum; 2 Gal. EA 152 Cont. A121 8-02 PSIPE, Berberis thunbergii'Gentry'/ Royal Cloak EA 296 Barberry; 2 Gal. Cont. 7 1 11 City of Federal Way Pacific Highway South RFB #16-006 ' HOV Lanes Phase V 27 June 2016 II� CI, SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. INO. DESCRIPTION UNIT PPROX. UNIT PRICE AMOUNT =1ITEM QUANTIITY DOLLARS CENTS DOLLARS CENTS A122 8-02 PSIPE, Nandina domestica'Jaytee'/ Harbor Belle EA 484 Heavenly Bamboo; 2 Gal. Cont. A123 8-02 PSIPE, Festuca idahoensis'Siskiyou Blue'/ Idaho EA 1,235 Blue Fescue; 1 Gal. Cont. A124 8-02 PSIPE, Sesleria autumnalis/ Autumn Moor Grass; 1 EA 1,205 Gal. Cont. A125 8-02 PSIPE, Rubus calycinoides'Golden Quilt'/ Golden EA 1,235 Quilt Creeping Bramble; 1 Gal. Cont. At 26 8-02 PSIPE, Prunus laurocerasus'Mount Vernon'/ Mount EA 1,260 Vernon Laurel; 1 Gal. Cont. At 27 8-02 PSIPE, Pseudotsuga menziesii/ Douglas Fir; 5 Gal. EA 30 Cont. A128 8-02 PSIPE, Betula papyrifera/ Paper Birch; 5 Gal. Cont. EA 16 A129 8-02 PSIPE, Amelanchier alnifolia/ Serviceberry; 2 Gal. EA 20 Cont. A130 8-02 PSIPE, Rhamnus purshiana/ Cascara/; 2 Gal. Cont. EA 14 At 31 8-02 PSIPE, Ribes sanguineum/ Red Flowering Currant; 1 EA 48 Gal. Cont. At 32 8-02 PSIPE, Halodiscus discolor/ Oceanspray; 1 Gal. EA 45 Cont. A133 8-02 PSIPE, Vaccinium ovatum/ Evergreen Huckleberry; 1 EA 83 Gal. Cont. A134 8-02 PSIPE, Symphoricarpos albus/ Snowberry; 1 Gal. EA 121 Cont. A135 8-02 PSIPE, Mahonia aquifolium/ Tall Oregon Grape; 1 EA 121 Gal. Cont. At 36 8-02 Property Restoration EST 1 $ 15,000.00 $ 15,000.00 A137 8-03 Automatic Irrigation System, Complete LS 1 At 38 8-03 Repair Existing Irrigation System EST 1 $ 10,000.00 $ 10,000.00 A139 8-03 Lakehaven Utility District Connection Fee EST 1 $ 20,000.00 $ 20,000.00 A140 8-04 Integral Curb SF 400 A141 8-04 Extruded Curb, Type 6 LF 11,800 At 42 8-04 Bumper Curb LF 400 At 43 8-04 Cement Conc. Traffic Curb and Gutter LF 12,600 At 44 8-06 Cement Conc. Pavement Approach 3 -Day SY 3,100 A145 8-07 Precast Sloped Mountable Curb LF 1,700 At 46 8-09 Raised Pavement Marker Type 2 HUN 20 At 47 8-10 Median Guidepost EA 14 A148 8-12 Black Vinyl Coated Chain Link Fence LF 3,900 A149 8-12 Sliding Gate with 36" Opening EA 5 A150 8-12 Temporary Security Fencing LF 1,400 A151 8-13 Adjust Monument Case and Cover EA 6 A152 8-13 Monument Case and Cover FEA 2 ' City of Federal Way Pacific Highway South RFB #16-006 HOV Lanes Phase V 28 June 2016 SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. ITEM NO. NOC ITEM DESCRIPTION UNIT F QUANTITY JI DOLLARSR RCENTS DOLLARS CENTS A153 8-14 Thickened Edge Sidewalk LF 1,770 A154 8-14 Cement Conc. Sidewalk SY 9,330 A155 8-14 Cement Conc. Perpendicular Curb Ramp EA 25 A156 8-14 Cement Conc. Parallel Curb Ramp EA 3 At 57 8-14 Cement Conc. Single Direction Curb Ramp EA 6 A158 8-14 Cement Conc. Combination Curb Ramp EA 1 At 59 8-14 Cement Concrete Steps and Landing LS 1 A160 8-14 Bus Shelter Footing EA 5 A161 8-15 Quarry Spalls TN 50 A162 8-18 Relocate Mailbox EA 10 A163 8-20 Traffic Signal System Modifications - Pacific Highway S & S 356th Street, Complete LS 1 A164 8-20 Traffic Signal System Modifications - Pacific Highway S & S 352nd Street, Complete LS 1 A165 8-20 Traffic Signal System - Pacific Highway S & S 348th St, Complete LS 1 A166 8-20 Traffic Signal System - Pacific Highway S & S 344th St, Complete LS 1 A167 8-20 Traffic Signal System - Pacific Highway S & S 340th Place, Complete LS 1 A168 8-20 Illumination System, South End of Project to S 348th Street, Complete LS 1 A169 8-20 Illumination System, S 348th Street to S 344th Street, Complete LS 1 At 70 8-20 Illumination System, S 344th Street to North End of Project, Complete LS 1 At 71 8-20 Interconnect System, Complete LS 1 At 72 8-20 Relocate Private Luminaires EST 1 $ 10,000.00 $ 10,000.00 At 73 8-21 Permanent Signing LS 1 At 74 8-22 Plastic Stop Line Type A LF 860 A175 8-22 Painted Wide Line Type D LF 9,500 At 76 8-22 Paint Line LF 134,600 At 77 8-22 Painted Stop Line LF 3,430 A178 8-22 Painted Traffic Arrow EA 116 A179 8-22 Plastic Crosswalk Line Type A SF 6,200 A180 8-22 Profiled Plastic Line Type D LF 16,700 A181 8-22 Profiled Plastic Wide Line Type D LF 9,000 A182 8-22 Profiled Plastic Dotted Wide Line Type D LF 10,500 A183 8-22 Plastic HOV Lane Symbol Type A EA 38 11 0 City of Federal Way Pacific Highway South RFB #16-006 ' HOV Lanes Phase V 29 June 2016 1 I r—, I I SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. ITEM NO. C NO ITEM DESCRIPTION UNIT APPROX. F UANTITY DOLLARS CENTS DOLLARS CENTS At 84 8-22 Plastic Access Parking Space Symbol Type A EA 1 At 85 8-22 Plastic Traffic Arrow Type A EA 82 A186 8-26 Tree Grate EA 34 At 87 8-31 Resolution of Utility Conflicts EST 1 $ 50,000.00 $ 50,000.00 A188 8-31 Potholing EST 1 $ 20,000.00 $ 20,000.00 A189 8-32 Pitrun Sand CY 2,260 At 90 8-32 Fluidized Thermal Backfill CY 130 A191 8-32 Provide and Install Conduit, 4 In. LF 13,300 A192 8-32 Provide and Install Vault, 4'x4'x4' EA 19 A193 8-32 35516 PHS UG Service Conversion LS 1 A194 8-32 35400 PHS UG Service Conversion No. 1 LS 1 At 95 8-32 35400 PHS UG Service Conversion No. 2 LS 1 A196 8-32 35400 PHS UG Service Conversion for Billboard LS 1 At 97 8-32 35109 PHS UG Service Conversion LS 1 A198 8-32 34839 PHS UG Service Conversion for Billboard LS 1 A199 8-32 34425 PHS UG Service Conversion LS 1 A200 8-32 34434 PHS UG Service Conversion for Billboard LS 1 A201 8-32 34414 PHS UG Service Conversion LS 1 A202 8-32 34221 PHS UG Service Conversion for Billboard LS 1 A203 8-32 34211 PHS UG Service Conversion LS 1 A204 8-32 34110 PHS UG Service Conversion LS 1 A205 8-32 34018 PHS UG Service Conversion for Billboard LS 1 A206 8-32 Misc. Service Conversion EST 1 $ 5,000.00 $ 5,000.00 A207 8-32 Excavation for Retraining PSE Conduit EST 1 $ 5,000.00 $ 5,000.00 A208 8-54 Bollard EA 6 A209 1-04 Unexpected Site Changes EST 1 $ 20,000.00 $ 20,000.00 A210 6-16 Settlement Monitoring for Wall 12 LS 1 A211 6-16 Settlement Monitoring for Wall 14 LS 1 A212 6-16 Settlement Monitoring for Wall 15 LS 1 TOTAL SCHEDULE A $ ' City of Federal Way Pacific Highway South RFB #16-006 HOV Lanes Phase V 30 June 2016 SCHEDULE B - LAKEHAVEN WATER AND SEWER All unit prices in Bid Schedule B shall not include applicable sales tax. T—E-M-IF CITEM DESCRIPTION UNIT 1 UNIT PRICE AMOUNT IF-I NO. 2O-j Flaggers and Spotters HRS UANTOX. I Q ITY I DOLLARS CENTS DOLLARS CENTS 131 1-09 Mobilization, Schedule B LS 1 B2 1-10 Flaggers and Spotters HRS 1,500 B3 2-02 Removal of Structures and Obstructions, Schedule B LS 1 B4 2-02 Remove AC Water Main LF 2,900 B5 2-02 Remove Ductile Iron/Cast Iron Water Main LF 510 B6 2-02 Remove Steel Casing LF 60 B7 2-02 Remove Existing Pressure Reducing Valve Station EA 1 B8 2-02 Remove Existing Gate Valve EA 6 B9 2-02 Remove Existing Hydrant Assembly EA 13 B10 2-02 Decomission DI Water Main 8 in. Diam. LF 110 Bi 1 2-09 Structure Excavation Class B Incl. Haul for Schedule CY 3,800 B12 2-09 Shoring or Extra Excavation Cl. B SF 28,200 B13 5-04 Temporary Pavement TN 60 B14 7-09 Ductile Iron Pipe for Water Main 6 In. Diam. LF 10 B15 7-09 Ductile Iron Pipe for Water Main 8 In. Diam. LF 3,850 B16 7-09 Ductile Iron Pipe for Water Main 10 In. Diam. LF 10 817 7-09 Ductile Iron Pipe for Water Main 12 In. Diam. LF 270 B18 7-09 Ductile Iron Pipe for Water Main 14 In. Diam. LF 60 B19 7-09 Ductile Iron Pipe for Water Main 16 In. Diam. LF 110 820 7-09 Additional Cast Iron Fittings LB 1,500 B21 7-09 Connect to Existing Water Main 6 In. Diam. EA 1 B22 7-09 Connect to Existing Water Main 8 In. Diam. EA 13 B23 7-09 Connect to Existing Water Main 10 In. Diam. EA 1 B24 7-09 Connect to Existing Water Main 12 In. Diam. EA 1 B25 7-09 Connect to Existing Water Main 14 In. Diam. EA 6 rB2r67-09 Connect to Existing Water Main 16 In. Diam. EA 3 City of Federal Way Pacific Highway South RFB #16-006 HOV Lanes Phase V 31 June 2016 1 F7 1 n n 1 �7 1 u 1 SCHEDULE B - LAKEHAVEN WATER AND SEWER All unit prices in Bid Schedule B shall not include applicable sales tax. INO. [NPOE.C ITEM DESCRIPTION UNIT QUANTOITY 1FOULLNAITRSRICE CENTS AMOUNT DOLLARS CENTS B27 7-09 Removal and Replacement of Unsuitable Foundation Material CY 110 B28 7-09 Gravel Base For Trench Backfill CY 1,780 B29 7-09 Concrete for Thrust Blocking CY 115 B30 7-09 Sampling Station EA 1 B31 7-09 12 In. Cube Launch Assembly EA 1 B32 7-10 Construction Sequencing and Temporary Water Service LS 1 B33 7-12 Steel Casing 20 In. Diam. LF 120 B34 7-12 Modify Existing Steel Casing EA 2 B35 7-12 Gate Valve, 8 In. EA 26 B36 7-12 Gate Valve, 12 In. EA 3 B37 7-12 Gate Valve, 14 In. - Spur Gearing EA 4 B38 7-12 Gate Valve, 16 In. - Spur Gearing EA 3 B39 7-12 Pressure Reducing Valve Station No. 9A EA 1 B40 7-14 Hydrant Assembly, 6 In. EA 8 B41 7-14 Hydrant Assembly, 8 In. EA 5 B42 7-14 Hydrant, 6 In. EA 7 B43 7-14 Reconnecting Existing Tapping Hydrant EA 1 B44 7-14 Hydrant Extension, Vertical LF 1 B45 7-15 Service Connection 1 In. Setter (2 In. Service Pipe) EA 7 B46 7-15 Service Connection 1-1/2 In. Setter (2 In. Service Pipe) EA 3 B47 7-15 Service Connection 2 In. Setter (2 In. Service Pipe) EA 1 B48 7-15 Service Connection 5/8 x 3/4 In. Setter (2 In. Service Pipe) EA 12 B49 7-15 Customer Supply Line LF 230 B50 8-31 Resolution of Utility Conflict FA 1 $ 20,000.00 $ 20,000.00 B51 8-31 Potholing FA 1 $ 5,000.00 $ 5,000.00 B52 8-35 Adjust Water Valve Box EA 28 City of Federal Way ' Pacific Highway South RFB #16-006 HOV Lanes Phase V 32 June 2016 SCHEDULE B - LAKEHAVEN WATER AND SEWER All unit prices in Bid Schedule B shall not include applicable sales tax. INAPPROX. O.TEM =SPEC ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE 11 DOLLARS CENTS AMOUNT DOLLARS CENTS B53 1 8-35 Adjust Water Meter Box EA 5 B54 8-35 Adjust Existing Sewer Manhole to Grade EA 4 B55 8-35 Reconstruct Manhole EA 19 B56 1-04 Unexpected Site Changes EST 1 $ 40,000.00 $ 40,000.00 SUBTOTAL SCHEDULE B $ SALES TAX (9.5%)$ TOTAL SCHEDULE B $ City of Federal Way Pacific Highway South RFB #16-006 HOV Lanes Phase V 33 June 2016 SCHEDULE C - COMCAST UNDERGROUNDING All unit prices in Bid Schedule C shall include applicable sales tax. —ITEM NO. SNOC. ITEM DESCRIPTION UNIT QUANTITAPPROX.Y UNIT PRICE DOLLARS CENTS AMOUNT DOLLARS CENTS C2 8-32 Install Conduit 4 In. LF 15,400 C1 1 8-32 Install Conduit 2 In. LF 120 C2 8-32 Install Conduit 4 In. LF 15,400 C3 8-32 Install Vault SGLB 2436 EA 12 C4 8-32 Install Vault SGLB 3048 EA 14 C5 832 Install Pedestal EA 8 C6 1-04 Unexpected Site Changes EST 1 $ 5,000.00 $ 5,000.00 TOTAL SCHEDULE C1$ City of Federal Way Pacific Highway South RFB #16-006 HOV Lanes Phase V 34 June 2016 SCHEDULE D - PSE UNDERGROUNDING All unit prices in Bid Schedule D shall include applicable sales tax. INO. SNOC. ITEM DESCRIPTION M OUANTAPPROITY X. IFUNIT OLLARS CENTS DOLLARS CENTS D2 8-32 Install Conduit 3 In. LF 4,110 D1 8-32 Install Conduit 2 In. LF 1,820 D2 8-32 Install Conduit 3 In. LF 4,110 D3 8-32 Install Conduit 4 In. LF 16,200 D4 8-32 Install Conduit 6 In. LF 12,600 D5 8-32 Install PSE Junction Box 4'8"x7'x5'8" EA 19 D6 8-32 Install PSE Transformer 4'8"x4'8"x3'6" EA 4 D7 8-32 Install PSE Transformer 36"x42"x38" EA 11 D8 8-32 Install PSE Handhole 2'8"x3'8"x3' EA 11 D9 8-32 Install PSE Handhole 17"x30"x12" EA 3 D10 8-32 Install PSE Switch Vault 5'10"x8'2"x11'4" EA 4 D11 8-32 Install PSE Pull Vault 5'10"x8'2"x11'4" EA 4 D12 8-32 Install PSE Pull Vault 5'10"x5'x11'4" EA 2 D13 1-04 Unexpected Site Changes EST 1 $ 5,000.00 $ 5,000.00 TOTAL SCHEDULED City of Federal Way Pacific Highway South RFB #16-006 HOV Lanes Phase V 35 June 2016 SCHEDULE E - CENTURYLINK UNDERGROUNDING All unit prices in Bid Schedule E shall include applicable sales tax. INO. j[LiSNOC. 1 8-32 ITEM DESCRIPTION UNIT 22,600 E2 8-32 Install Vault 4484 -TA EA OUANTOITY JDOULLNAITRS CENTS DOLLARS CENTS E1 1 8-32 1 Install Conduit 4 In. LF 22,600 E2 8-32 Install Vault 4484 -TA EA 8 E3 8-32 Install Handhole 264TA EA 20 E4 1-04 Unexpected Site Changes EST 1 $ 5,000.00 $ 5,000.00 TOTAL SCHEDULE E $ City of Federal Way Pacific Highway South RFB #16-006 HOV Lanes Phase V 36 June 2016 APPENDIX B PREVAILING WAGES AND BENEFIT CODE KEY 0 General Decision Number: WA160001 07/15/2016 WAl Superseded General Decision Number: WA20150001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the E0, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 1 02/19/2016 2 02/26/2016 3 03/04/2016 4 04/22/2016 5 05/20/2016 6 06/03/2016 7 06/24/2016 8 07/08/2016 9 07/15/2016 CARP0001-008 06/01/2015 Rates CARPENTER GROUP 1 .....................$ 27.61 GROUP 2 .....................$ 41.86 GROUP 3 .....................$ 32.97 GROUP 4 .....................$ 31.94 GROUP 5 .....................$ 73.44 GROUP 6 .....................$ 35.02 GROUP 7 .....................$ 36.72 GROUP 8 .....................$ 33.27 GROUP 9 .....................$ 35.02 WA160001 Modification 9 Federal Wage Determinations for Highway Construction Fringes 14.00 14.49 14.00 14.00 14.00 14.00 14.00 14.00 14.00 Page 11 1 1 1 1 7 1 i� 1 1 1 11 J �I 11 CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby, Bell/Vehicle or Submersible operator Not Under Pressure GROUP 8: Assistant Tender, ROV Tender/Technician GROUP 9: Manifold Operator -Mixed Gas ZONE PAY: ZONE 1 0-40 MILES FREE ZONE 2 41-65 MILES $2.25/PER HOUR ZONE 3 66-100 MILES $3.25/PER HOUR ZONE 4 OVER 100 MILES $4.75/PER HOUR DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite). WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page 12 Page �3 ' DEPTH PAY FOR DIVERS BELOW WATER SURFACE: ' 50-100 feet $2.00 per foot 101-150 feet $3.00 per foot 151-220 feet $4.00 per foot , 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0-25 feet Free 26-300 feet $1.00 per Foot SATURATION DIVING: ' The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. ' HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: ' LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. ' LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. , LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. WA160001 Modification 9 Federal Wage Determinations for Highway Construction ' Page 14 CARP0003-006 10/01/2011 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: ' Rates Fringes Carpenters: CARPENTERS ..................$ 32.04 14.18 DIVERS TENDERS ..............$ 36.34 14.18 DIVERS ................... ..$ 77.08 14.18 DRYWALL .....................$ 27.56 14.18 ' MILLWRIGHTS .................$ 32.19 14.18 PILEDRIVERS .................$ 33.04 14.18 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET ' Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 ' BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than miles of the respective city of the above mentioned cities 50 ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities ---------------------------------------------------------------- ' WA160001 Modification 9 ' Federal Wage Determinations for Highway Construction Page 15 ' CARP0770-003 06/01/2015 Olympia Bellingham ' Bremerton Rates Fringes Shelton CARPENTER Aberdeen-Hoquiam Tacoma , CENTRAL WASHINGTON: Everett Port Angeles Centralia CHELAN, DOUGLAS (WEST OF Sunnyside Chelan Pt. Townsend THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE , MATERIAL ...................$ 40.46 13.66 CARPENTERS .................$ 40.36 13.66 DIVERS TENDER ..............$ 35.02 14.00 ' DIVERS .....................$ 73.44 14.00 MILLWRIGHT AND MACHINE ERECTORS ...................$ PILEDRIVER, DRIVING, 41.86 13.66 PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING ....... $ 40.61 13.66 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following ' listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT ' AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free ' 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour WA160001 Modification 9 ' Federal Wage Determinations for Highway Construction r. Page 16 ---------------------------------------------------------------- CARP0770-006 06/01/2015 Rates Fringes CARPENTER WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES BRIDGE CARPENTERS .......... $ 40.36 13.66 CARPENTERS ON CREOSOTE 26-35 radius MATERIAL ...................$ 40.46 13.66 CARPENTERS .................$ 40.36 13.66 DIVERS TENDER ..............$ 44.67 13.66 DIVERS .....................$ 93.56 13.66 MILLWRIGHT AND MACHINE ERECTORS ...................$ 41.86 13.66 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING ....... $ 40.61 13.66 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Zone Pay: Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page 17 ---------------------------------------------------------------- ELEC0046-001 02/01/2016 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER ....................$ 46.87 3%+15.96 ELECTRICIAN ......................$ 45.77 3%+17.91 ---------------------------------------------------------------- ELEC0048-003 01/01/2016 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER ....................$ 44.22 21.50 ELECTRICIAN ......................$ 40.20 21.11 HOURLY ZONE PAY: Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1: 31-50 miles $1.50/hour Zone 2: 51-70 miles $3.50/hour Zone 3: 71-90 miles $5.50/hour Zone 4: Beyond 90 miles $9.00/hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. ---------------------------------------------------------------- ELEC0048-029 01/01/2016 COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER ....................$ 44.22 21.50 ELECTRICIAN ......................$ 40.20 21.11 ---------------------------------------------------------------- WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page 18 * ELECO073-001 07/01/2016 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER ....................$ 34.10 16.68 ELECTRICIAN ......................$ 31.50 17.60 ---------------------------------------------------------------- ELEC0076-002 09/01/2014 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER ....................$ 37.94 23.36 ELECTRICIAN ......................$ 34.49 23.36 ---------------------------------------------------------------- ELEC0112-005 06/01/2015 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES WA160001 Modification 9 Federal Wage Determinations for Highway Construction Rates Fringes CABLE SPLICER ....................$ 40.74 18.65 ELECTRICIAN ......................$ 38.80 18.59 ---------------------------------------------------------------- * ELECO191-003 06/01/2015 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER ....................$ 44.23 17.73 ELECTRICIAN ......................$ 41.15 18.25 ---------------------------------------------------------------- * ELEC0191-004 06/01/2015 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER ....................$ 40.82 17.63 ELECTRICIAN ......................$ ---------------------------------------------------------------- 38.15 18.16 WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page 19 , ENGI0302-003 06/01/2014 , CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF (including THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, GROUP 1AA KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), (including SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE in height, 120TH MERIDIAN) COUNTIES PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS GROUP lA - SHOWN BELOW) (including Zone 1 (0-25 radius miles): , tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, Rates Fringes backhoes-6 yards and over with attachments Power equipment operators: ' Group 1A ...................$ 38.39 17.39 Group 1AA..................$ 38.96 17.39 Group 1AAA.................$ 39.52 Group 1 .....................$ 37.84 17.39 17.39 Group 2 .....................$ 37.35 17.39 Group 3 .....................$ 36.93 17.39 Group 4 .....................$ 34.57 17.39 , Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, , excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft , of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 ' yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator ' on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page 110 t GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders -overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off-road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine -shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps -concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrpers-concrete and carry -all; Service engineer -equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; 1 Concrete finish mahine-laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other ' than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator i� ' WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page Ill I Category B Projects: 950 of the basic hourly reate for each , group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: , 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million ' excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. , HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be , elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. ' H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit - Base wage rate plus $ .25 per hour. H-3 Class "B" Suit - Base wage rate plus $ .50 per hour. , H-4 Class "A" Suit - Base wage rate plus $ .75 per hour. Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima I A WA160001 Modification 9 , Federal Wage Determinations for Highway Construction I 1 1 1 1 1 t POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP lAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders -overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off-road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine -shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page 1 12 Page 113 ' GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader -elevating type, belt; Motor patrol ' grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps -concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrpers-concrete and carry -all; Service engineer -equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; , Concrete finish mahine-laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACH , GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED RATES MAY BE PAID ON THE FOLLOWING: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions , of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving including, but utilities excluded. 3. Marine projects (docks, wharfs, ect.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designed hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous I waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing. H-2 Class "C" Suit - Base wage rate plus $.25 per hour. H-3 Class "B" Suit - Base wage rate plus $.50 per hour. H-4 Class "A" Suit - Base wage rate plus $.75 per hour. ---------------------------------------------------------------- WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page 114 ENGI0370-002 06/01/2015 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1 .....................$ 26.16 13.55 GROUP 2 .....................$ 26.48 13.55 GROUP 3 .....................$ 27.09 13.55 GROUP 4 .....................$ 27.25 13.55 GROUP 5 .....................$ 27.41 13.55 GROUP 6 .....................$ 27.69 13.55 GROUP 7 .....................$ 27.96 13.55 GROUP 8 .....................$ 29.06 13.55 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Fireman & Heater Tender; Hydro -seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler -Driver (CLD required) & Cable Tender, Mucking Machine WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page 115 ' GROUP 2: A -frame Truck (single drum); Assistant Refrigeration , Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber , Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable -concrete); Pavement Breaker, Hydra -Hammer & similar; Power Broom; , Railroad Ballast Regulation Operator (self-propelled); Railroad Power Tamper Operator (self-propelled); Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator , GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry , Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive ' Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer/Tractor (up to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; , Turnhead Operator GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more , drums or Tower Hoist); Loaders (overhead & front-end, under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R/T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ' ft. depth capacity); Turnhead (with re -screening); Vacuum Drill (reverse circulation drill under 8 inch bit) i [ --I LI WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page 116 GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes ' & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments); Cable Controller (dispatcher); Compactor (self-propelled with ' blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber -tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, 1 super sucker; Lime Batch Tank Operator (REcycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over); Helicopter Pilot WA160001 Modification 9 Federal Wage Determinations for Highway Construction BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ----------------------- ENGI0612-012 06/01/2014 LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles): Rates POWER EQUIPMENT OPERATOR GROUP 1A ...................$ 38.39 GROUP 1AA..................$ 38.96 GROUP 1AAA.................$ 39.52 GROUP 1 .....................$ 37.84 GROUP 2 .....................$ 37.35 GROUP 3 .....................$ 36.93 GROUP 4 .....................$ 34.57 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) _ $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA WA160001 Modification 9 Federal Wage Determinations for Highway Construction Fringes 17.40 17.40 17.40 17.40 17.40 17.40 17.40 Page 117 1 t t t t i1 1 t 1 t 1 1 1 t 1 1 11 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes - (including jib with height, bas to boom 200 tonsto 300 tons, or 250 ft of boom attachments; Tower crane over 175 ft in GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 411 D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers - self -propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto -mill, roto - grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page 118 Page 119 ' GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill , locator; Outside Hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders -elevating type, belt; Motor ' patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump -Concrete; Roller, plant mix or multi-lfit materials; Saws -concrete; Scrapers, concrete and carry all; Service engineers -equipment; Trenching machines; Truck crane ' oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and ' under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger -mechanical; Power plant; Pumps -water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: , 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. ' 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities ' excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally ' designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site ' safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class "D" Suit - Base , wage rate plus $ .50 per hour. H-2 Class "C" Suit - Base wage rate plus $1.00 per hour. H-3 Class "B" Suit - Base wage rate plus $1.50 per hour. , H-4 Class "A" Suit - Base wage rate plus $2.00 per hour. -------------------------------------------------------------- I WA160001 Modification 9 Federal Wage Determinations for Highway Construction 1 J ENGI0701-002 01/01/2015 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates ' POWER EQUIPMENT OPERATOR GROUP 1 .....................$ 39.47 GROUP 1A ....................$ 41.44 GROUP 1B ....................$ GROUP 2 .....................$ 43.42 37.58 GROUP 3 .....................$ 36.44 GROUP 4 .....................$ 35.36 GROUP 5 .....................$ 34.13 ' GROUP 6. .$ 30.94 Zone Differential (add to Zone 1 Zone 2 - $3.00 rates): Zone 3 - $6.00 t 1 ' WA160001 Modification 9 Federal Wage Determinations for Highway Construction Fringes 14.10 14.10 14.10 14.10 14.10 14.10 14.10 14.10 Page 120 Page 121 ' For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: , All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 , and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, ' Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. ' All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the , Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the , respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. , t t WA160001 Modification 9 ' Federal Wage Determinations for Highway Construction Page 122 POWER EQUIPMENT OPERATORS CLASSIFICATIONS Group 1 Concrete Batch Plan and or Wet mix three (3) units or more; Crane, Floating one hundred and fifty (150) ton but less than two hundred and fifty (250) ton; Crane, two hundred (200) ton through two hundred ninety nine (299) ton with two hundred foot (200') boom or less (including jib, inserts and/or attachments); Crane, ninety (90) ton through one hundred ninety nine (199) ton with over two hundred (200') boom Including jib, inserts and/or attachments); Crane, Tower Crane with one hundred seventy five foot (1751) tower or less and with less than two hundred foot (200') jib; Crane, Whirley ninety (90) ton and over; Helicopter when used in erecting work Group 1A Crane, floating two hundred fifty (250) ton and over; Crane, two hundred (200) ton through two hundred ninety nine (299) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Crane, three hundred (300) ton through three hundred ninety nine (399) ton; Crane, Tower Crane with over one hundred seventy five foot (175') tower or over two hundred foot (2001) jib; Crane, tower Crane on rail system or 2nd tower or more in work radius Group 1B Crane, three hundred (300) ton through three hundred ninety nine (399) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Floating crane, three hundred fifty (350) ton and over; Crane, four hundred (400) ton and over Group 2 Asphalt Plant (any type); Asphalt Roto -Mill, pavement profiler eight foot (8') lateral cut and over; Auto Grader or "Trimmer"; Blade, Robotic; Bulldozer, Robotic Equipment (any type); Bulldozer, over one hundred twenty thousand (120,000) lbs. and above; Concrete Batch Plant and/or Wet Mix one (1) and two (2) drum; Concrete Diamond Head Profiler; Canal Trimmer; Concrete, Automatic Slip Form Paver (Assistant to the Operator required); Crane, Boom Truck fifty (50) ton and with over one hundred fifty foot (150') boom and over; Crane, Floating (derrick barge) thirty (30) ton but less than one hundred fifty (150) ton; Crane, Cableway twenty-five (25) ton and over; Crane, Floating Clamshell three (3) cu. Yds. And over; Crane, ninety (90) ton through one hundred ninety nine (199) ton up to and including two hundred foot (2001) of boom (including jib inserts and/or attachments); Crane, fifty (50) ton through eighty nine (89) ton with over one hundred fifty foot (150') boom (including jib inserts and/or attachments); Crane, Whirley under ninety (90) ton; Crusher Plant; Excavator over one hundred thirty thousand (130,000) lbs.; Loader one hundred twenty thousand (120,000) lbs. and above; Remote Controlled Earth Moving Equipment; Shovel, Dragline, Clamshell, five (5) cu. Yds. And over; Underwater Equipment remote or otherwise, when used in construction work; Wheel Excavator any size WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page , (23 Group 3 Bulldozer, over seventy thousand (70,000) lbs. up to and including one hundred twenty thousand (120,000) lbs.; Crane, Boom Truck fifty (50) ton and over with less than one hundred fifty foot (150') boom; Crane, fifty (50) ton , through eighty nine (89) ton with one hundred fifty foot (1501) boom or less (including jib inserts and/or attachments); Crane, Shovel, Dragline or Clamshell three ' (3) cu. yds. but less than five (5) cu. Yds.; Excavator over eighty thousand (80,000) lbs. through one hundred thirty thousand (130,000) lbs.; Loader sixty thousand (60,000) lbs. and less than one hundred twenty thousand ' (120,000) lbs. Group 4 Asphalt, Screed; Asphalt Paver; Asphalt Roto -Mill, pavement , profiler, under eight foot (8') lateral cut; Asphalt, Material Transfer Vehicle Operator; Back Filling Machine; Backhoe, Robotic, track and wheel type up to and including twenty thousand (20,000) lbs. with any attachments; Blade (any type); Boatman; Boring Machine; Bulldozer over twenty thousand (20,000) lbs. and more than one hundred (100) horse up to seventy thousand (70,000) lbs.; Cable -Plow (any , type); Cableway up to twenty five (25) ton; Cat Drill (John Henry); Chippers; Compactor, multi -engine; Compactor, Robotic; Compactor with blade self-propelled; Concrete, Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile; ' Concrete, Paving Road Mixer; Concrete, Reinforced Tank Banding Machine; Crane, Boom Truck twenty (20) ton and under fifty (50) ton; Crane, Bridge Locomotive, Gantry and ' Overhead; Crane, Carry Deck; Crane, Chicago Boom and similar types; Crane, Derrick Operator, under one hundred (100) ton; Crane, Floating Clamshell, Dragline, etc. Operator, under three (3) cu. yds. Or less than thirty (30) , ton; Crane, under fifty (50) ton; Crane, Quick Tower under one hundred foot (100') in height and less than one hundred fifty foot (150') jib (on rail included); Diesel -Electric Engineer (Plant or Floating); Directional Drill over twenty ' thousand (20,000) lbs. pullback; Drill Cat Operator; Drill Doctor and/or Bit Grinder; Driller, Percussion, Diamond, Core, Cable, Rotary and similar type; Excavator Operator , over twenty thousand (20,000) lbs. through eighty thousand (80,000) lbs.; Generator Operator; Grade -all; Guardrail Machines, i.e. punch, auger, etc.; Hammer Operator (Piledriver); Hoist, stiff leg, guy derrick or similar ' type, fifty (50) ton and over; Hoist, two (2) drums or more; Hydro Axe (loader mounted or similar type); Jack Operator, Elevating Barges, Barge Operator, self -unloading; , Loader Operator, front end and overhead, twenty five thousand (25,000.) lbs. and less than sixty thousand (60,000) lbs.; Log Skidders; Piledriver Operator (not crane type); Pipe, Bending, Cleaning, Doping and Wrapping ' Machines; Rail, Ballast Tamper Multi -Purpose; Rubber -tired Dozers and Pushers; Scraper, all types; Side -Boom; Skip Loader, Drag Box; Strump Grinder (loader mounted or similar type); Surface Heater and Planer; Tractor, rubber -tired, , over fifty (50) HP Flywheel; Trenching Machine three foot (3') depth and deeper; Tub Grinder (used for wood debris); ' WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page 124 ■ Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine; Ultra High Pressure Water Jet Cutting Tool System Operator; Vacuum Blasting Machine Operator; Water pulls, Water wagons Group 5 Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt mix); Asphalt, Roto -Mill pavement profiler ground man; Bulldozer, twenty thousand (20,000) lbs. or less, or one hundred (100) horse or less; Cement Pump; Chip Spreading Machine; Churn Drill and Earth Boring Machine; Compactor, self-propelled without blade; Compressor, (any power) one thousand two hundred fifty (1,250) cu. ft. and over, total capacity; Concrete, Batch Plant Quality control; Concrete, Combination Mixer and compressor operator, gunite work; Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb and Gutter; Concrete, Finishing Machine; Concrete, Grouting Machine; Concrete, Internal Full Slab Vibrator Operator; Concrete, Joint Machine; Concrete, Mixer single drum, any capacity; Concrete, Paving Machine eight foot (8') or less; Concrete, Planer; Concrete, Pump; Concrete, Pump Truck; Concrete, Pumperete Operator (any type); Concrete, Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Conveyored Material Hauler; Crane, Boom Truck under twenty (20) tons; Crane, Boom Type lifting device, five (5) ton capacity or less; Drill, Directional type less than twenty thousand (20,000) lbs. pullback; Fork Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist Operator, single drum; Hydraulic Backhoe track type up to and including twenty thousand (20,000) lbs.; Hydraulic Backhoe wheel type (any make); Laser Screed; Loaders, rubber -tired type, less than twenty five thousand (25,000) lbs.; Pavement Grinder and/or Grooving Machine (riding type); Pipe, cast in place Pipe Laying Machine; Pulva-Mixer or similar types; Pump Operator, more than five (5) pumps (any size); Rail, Ballast Compactor, Regulator, or Tamper machines; Service Oiler (Greaser); Sweeper Self -Propelled; Tractor, Rubber -Tired, fifty (50) HP flywheel and under; Trenching Machine Operator, maximum digging capacity three foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power Jumbo setting slip forms, etc. Group 6 Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck Mounted Asphalt Spreader, with Screed; Auger Oiler; Boatman; Bobcat, skid steed (less than one (1) yard); Broom, self-propelled; Compressor Operator (any power) under 1,250 cu. ft. total capacity; Concrete Curing Machine (riding type); Concrete Saw; Conveyor Operator or Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler; Deckhand; Drill, Directional Locator; Fork Lift; Grade Checker; Guardrail Punch Oiler; Hydrographic Seeder Machine, straw, pulp or seed; Hydrostatic Pump Operator; Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump (any power); Rail, Brakeman, Switchman, Motorman; Rail, Tamping Machine, mechanical, self-propelled; Rigger; Roller grading (not asphalt); Truck, Crane Oiler -Driver WA160001 Modification 9 ' Federal Wage Determinations for Highway Construction Page 125 * IRON0014-005 07/01/2016 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER .......................$ 32.89 24.56 ---------------------------------------------------------------- IRON0029-002 07/01/2015 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER .......................$ 40.52 24.71 ---------------------------------------------------------------- WA160001 Modification 9 Federal Wage Determinations for Highway Construction Rates Fringes IRONWORKER .......................$ 34.12 23.04 ---------------------------------------------------------------- * IRON0086-002 07/01/2016 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes IRONWORKER .......................$ 32.89 24.56 ---------------------------------------------------------------- * IRON0086-004 07/01/2016 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER .......................$ 40.52 24.71 ---------------------------------------------------------------- WA160001 Modification 9 Federal Wage Determinations for Highway Construction LAB0O001-002 06/01/2014 ZONE 1: Rates Fringes Laborers: Page 126 CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN,SKAGIT, SNOHOMISH,THURSTON AND WHATCOM COUNTIES GROUP 1 ....................$ 22.49 10.30 GROUP 2 ....................$ 25.79 10.30 GROUP 3 ....................$ 32.29 10.30 GROUP 4 ....................$ 33.08 10.30 GROUP 5 ....................$ 33.62 10.30 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES GROUP 1 ....................$ 18.95 10.30 GROUP 2 ....................$ 21.76 10.30 GROUP 3 ....................$ 23.85 10.30 GROUP 4 ....................$ 24.43 10.30 GROUP 5 ....................$ 24.85 10.30 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ' ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page 127 LABORERS CLASSIFICATIONS ' GROUP 1: Landscaping and Planting; Watchman; Window ' Washer/Cleaner (detail clean-up, such as but not limited to , cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; , Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator , Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; ' Clean-up Laborer; Concrete Form Stripper; Curing Laborer; ' Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); Maintenance Person; Material ' Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; ' Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same , respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Jackhammer; Laserbeam Operator; Manhole ' Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and ' Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained , breathing apparatus or a supplied air line). ---------------------------------------------------------------- WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page 128 LAB00238-004 06/01/2014 PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES Rates Fringes LABORER (PASCO) WA160001 Modification 9 Federal Wage Determinations for Highway Construction GROUP 1 .....................$ 22.25 10.95 GROUP 2 .....................$ 24.35 10.95 GROUP 3 .....................$ 24.62 10.95 GROUP 4 .....................$ 24.89 10.95 GROUP 5 .....................$ 25.17 10.95 LABORER (SPOKANE) GROUP 1 .....................$ 21.95 10.95 GROUP 2 .....................$ 24.05 10.95 GROUP 3 .....................$ 24.32 10.95 GROUP 4 .....................$ 24.59 10.95 GROUP 5 .....................$ 24.87 10.95 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page 129 LABORERS CLASSIFICATIONS , GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and , maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. ' prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; , Carpenter Tender; Cement Handler; Clean-up Laborer; ' Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, , handling the nozzle of squeezcrete or similar machine,6 , inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); ' Dumpman; Fence Erector; Firewatch; Form Cleaning Machine ' Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); ' Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, , and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, ' cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall ' Be Classified As General Laborer GROUP 3: Asphalt Roller, walking; Cement Finisher Tender; , Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical , "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo-crete nozzle); Nozzleman, water, air or steam; Pavement ' Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; ' Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; , Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) WA160001 Modification 9 ' Federal Wage Determinations for Highway Construction ' GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line); Miner Class "D", (to include raise and shaft miner, laser beam operator on riases and shafts) ---------------------------------------------------------------- LAB00238-006 06/01/2014 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, ' CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN ' Rates Fringes 1 Hod Carrier ......................$ 24.32 10.95 ---------------------------------------------------------------- LAB00335-001 06/01/2013 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Laborers: ZONE 1: GROUP 1 ....................$ 28.65 GROUP 2 ....................$ 29.25 GROUP 3 ....................$ 29.69 GROUP 4 ....................$ 30.07 GROUP 5 ....................$ 26.15 GROUP 6 ....................$ 23.73 GROUP 7 ....................$ 20.53 WA160001 Modification 9 Federal Wage Determinations for Highway Construction Fringes 10.05 10.05 10.05 10.05 10.05 10.05 10.05 Page 130 Page 131 a Zone Differential (Add to Zone 1 rates): ' Zone 2 $ 0.65 GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and ' Zone 3 - 1.15 Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Zone 4 - 1.70 Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Median Rail Reference Post, Guide Post, ' Zone 5 - 2.75 Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ' ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the Timber Faller and Bucker (hand labor); Toolroom Man (at job respective city hall. site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) , ZONE 3: More than 40 miles but less than 50 miles from the ' respective city hall. saw); Burners; Choker Splicer; Clary Power Spreader and ' similar types; Clean- up Nozzleman-Green Cutter (concrete, ZONE 4: More than 50 respective city hall. miles but less than 80 miles from the ' ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS ' GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and ' Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon ' Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; , Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) , GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and ' similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; ' Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; ' Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); ' Stake -Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) , WA160001 Modification 9 Federal Wage Determinations for Highway Construction ' Page 132 ' GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, ' rubber -mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster ' GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying) -applicable when employee assigned to move, set ' up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel ' GROUP 5: Traffic Flaggers GROUP 6: Fence Builders ' GROUP 7: Landscaping or Planting Laborers -------------------------------------------------------------- LABO0335-019 09/01/2013 Rates Fringes ' Hod Carrier ......................$ 30.4710_05 ------------ - PAIN0005-002 06/01/2016 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES ' Rates Fringes Painters: ' STRIPERS 29.25 98 ----- --------------------$ PAIN0005-004 03/01/2009 -----------14 ' CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER ..........................$ ---------------------------------------------------------------- 20.82 7.44 tWA160001 Modification 9 ' Federal Wage Determinations for Highway Construction Page 133 PAIN0005-006 07/01/2015 ' ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, ' LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes ' PAINTER Application of Cold Tar ' Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water ' and Sandblasting ............ $ 28.15 10.85 Over 30'/Swing Stage Work..$ 22.20 7.98 Brush, Roller, Striping, Steam -cleaning and Spray .... $ 23.05 10.85 ' Lead Abatement, Asbestos Abatement ...................$ 21.50 7.98 *$.70 ' shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. ---------------------------------------------------------------- , PAIN0055-003 10/01/2015 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES , Rates Fringes PAINTER Brush & Roller ..............$ 22.97 9.85 High work - All work 60 ft. or higher ...............$ -----Spray and Sandblasting ...... $ ----- ---- -------------------- ------ 23.72 23.57 ------------------------ 9.85 9.85 ' PAIN0055-006 11/01/2014 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES ' Rates Fringes 1 Painters: HIGHWAY & PARKING LOT STRIPER $ ----- ---------------------- 33.43 -----------1 1 08 ' WA160001 Modification 9 ' Federal Wage Determinations for Highway Construction ' Page 134 PLAS0072-004 06/01/2015 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates Fringes CEMENT MASON/CONCRETE FINISHER ZONE 1 ......................$ 27.01 12.59 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office ---------------------------------------------------------------- PLAS0528-001 06/01/2016 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes CEMENT MASON CEMENT MASON ................$ 39.52 16.04 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE ....... $ 40.02 16.04 TROWLING MACHINE OPERATOR ON COMPOSITION ..............$ 40.02 16.04 ---------------------------------------------------------------- PLAS0555-002 06/01/2015 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes CEMENT MASON CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD..$ 30.58 18.18 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD ............ $ 30.58 18.18 CEMENT MASONS ...............$ 29.98 18.18 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS...$ 31.18 18.18 WA160001 Modification 9 Federal Wage Determinations for Highway Construction Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall ---------------------------------------------------------------- TEAM0037-002 06/01/2014 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Truck drivers: ZONE 1 GROUP 1 ....................$ 26.90 GROUP 2 ....................$ 27.02 GROUP 3 ....................$ 27.15 GROUP 4 ....................$ 27.41 GROUP 5 ....................$ 27.63 GROUP 6 ....................$ 27.79 GROUP 7 ....................$ 27.99 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 Fringes 14.37 14.37 14.37 14.37 14.37 14.37 14.37 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page 135 ' 1 1 1 t 1 1 1 1 1 u TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w/load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and/or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Boom Truck/Hydra-lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi -trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver -Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck/Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self -Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic -Welder -Body Repairman; Utility and Clean-up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi -Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page 136 Page 137 1 GROUP 7: Dump Trucks, side, end and bottom dumps, including , Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) ----------------------------------------------------------- TEAM0174-001 01/01/2016 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: GROUP 1: ................... $ 33.38 17.87 GROUP 2: ................... $ 32.54 17.87 GROUP 3: ................... $ 29.73 17.87 GROUP 4 :...................$ 24.76 17.87 GROUP 5: ................... $ 31.44 17.87 ZONE B (25-45 miles from center of listed cities*): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*): Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS "A GROUP 1 - -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four -Wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard , increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page 138 GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four -wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with less than 11 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber-tired)(when used within Teamster jurisdiction); i Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying I respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self-contained breathing apparatus or a supplied air line. ---------------------------------------------------------------- WA160001 Modification 9 Federal Wage Determinations for Highway Construction * TEAM0690-004 01/01/2016 Page 139 1 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (AREA 1: SPOKANE ZONE CENTER: Adams,Chelan, Douglas, Ferry, Grant, Kittitas, Lincoln, Okanogan, Pen Oreille, Spokane, Stevens, and Whitman Counties AREA 1: LEWISTON ZONE CENTER: Asotin, Columbia, and Garfield Counties AREA 2: PASCO ZONE CENTER: Benton, Franklin, Walla Walla and Yakima Counties) AREA 1: GROUP 1 ....................$ 20.17 16.69 GROUP 2 ....................$ 22.44 16.69 GROUP 3 ....................$ 22.94 16.69 GROUP 4 ....................$ 23.27 16.69 GROUP 5 ....................$ 23.38 16.69 GROUP 6 ....................$ 23.55 16.69 GROUP 7 ....................$ 24.08 16.69 GROUP 8 ....................$ 24.44 16.69 AREA 2: GROUP 1 ....................$ 21.77 16.69 GROUP 2 ....................$ 24.31 16.69 GROUP 3 ....................$ 24.42 16.69 GROUP 4 ....................$ 24.75 16.69 GROUP 5 ....................$ 24.86 16.69 GROUP 6 ....................$ 25.02 16.69 GROUP 7 ....................$ 25.56 16.69 GROUP 8 ....................$ 25.88 16.69 Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00) BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office WA160001 Modification 9 Federal Wage Determinations for Highway Construction t Page 140 TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber -tired, pulling trailer or similar equipment) iGROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A -Frame; Burner, Cutter, & Welder; Service Greaser; ' Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi -Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck -Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super 1 sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons) ; 1 WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page 141 1 GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C -D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15/hour over applicable truck rate --------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). I The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of WA160001 Modification 9 Federal Wage Determinations for Highway Construction Page 142 the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 1 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the 1 most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. t IWA160001 Modification 9 Federal Wage Determinations for Highway Construction 1 WA160001 Modification 9 Federal Wage Determinations for Highway Construction , Page X43 WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 1 WA160001 Modification 9 Federal Wage Determinations for Highway Construction , Page (44 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- ---------------------------------------------------------------- END OF GENERAL DECISION WA160001 Modification 9 Federal Wage Determinations for Highway Construction State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 07/29/2016 Count Trade Job Classification Wage lHoliday Overtime Note King Asbestos Abatement Workers Journey Level $43.95 5D 1 H King Boilermakers Journey Level $64.29 5N 1C King Brick Mason Journey Level $52.82 5A 1M King Brick Mason Pointer -Caulker -Cleaner $52.82 5A 1M King Building Service Employees Janitor $22.09 5S 2F King Building Service Employees Traveling Waxer/Shampooer $22.54 5S 2F King Building Service Employees Window Cleaner (Non- Scaffold) $23.99 5S 2F King Building Service Employees Window Cleaner (Scaffold) $26.78 5S 2F King Cabinet Makers (In Shop) Journey Level $22.741 1 King Carpenters Acoustical Worker $54.02 5D 4C King Carpenters Bridge, Dock And Wharf Carpenters $54.02 5D 4C King Carpenters Carpenter $54.02 5D 4C King Carpenters Carpenters on Stationary Tools $54.15 5D 4C King Carpenters Creosoted Material $54.12 5D 4C King Carpenters Floor Finisher $54.02 5D 4C King Carpenters Floor Layer $54.02 5D 4C King Carpenters Scaffold Erector $54.02 5D 4C King Cement Masons Journey Level $53.95 7A 1M King Divers Et Tenders Diver $107.221 5D 4C 8A King Divers Et Tenders Diver On Standby $64.42 5D 4C King Divers Et Tenders Diver Tender $58.33 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator $58.33 5D 4C King ( Divers Et Tenders Surface Rcv Et Rov Operator Tender $54.27 5A 4C 'King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.671 5D 3F Ll 1 J t t 1] i t t L� t fl King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $54.02 5D 1 H King Drywall Tapers Journey Level $54.07 5P 1 E King Electrical Fixture Maintenance Workers Journey Level $27.24 5L 1 E King Electricians - Inside Cable Splicer $69.77 7C 4E King Electricians - Inside Cable Splicer (tunnel) $74.95 7C 4E King Electricians - Inside Certified Welder $67.41 7C 4E King Electricians - Inside Certified Welder (tunnel) $72.37 7C 4E King Electricians - Inside Construction Stock Person $37.94 7C 4E King Electricians - Inside Journey Level $65.05 7C 4E King Electricians - Inside Journey Level (tunnel) $69.77 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Construction Cable Splicer $74.92 5A 4D King Electricians - Powerline Construction Certified Line Welder $65.71 5A 4D King Electricians - Powerline Construction Groundperson $44.12 5A 4D King Electricians - Powerline Construction Heavy Line Equipment Operator $65.71 5A 4D King Electricians - Powerline Construction Journey Level Lineperson $65.71 5A 4D King Electricians - Powerline Construction Line Equipment Operator $55.34 5A 4D King Electricians - Powerline Construction Pole Sprayer $65.71 5A 4D King Electricians - Powerline Construction Powderperson $49.16 5A 4D King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $85.45 7D 4A King Elevator Constructors Mechanic In Charge $92.351 7D 4A King Fabricated Precast Concrete All Classifications - In -Factory Work Only $16.55 5B 111 Products King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $37.26 7A 31 King Glaziers Journey Level $56.16 7L 1y King Heat Et Frost Insulators And Asbestos Workers Journeyman $63.18 5J 1S King Heating Equipment Mechanics Journey Level $72.83 7F 1E King Hod Carriers 8 Mason Tenders Journey Level $45.32 7A 31 King Industrial Power Vacuum Cleaner Journey Level $9.47 1 King Inland Boatmen Boat Operator $56.78 5B 1K King Inland Boatmen Cook $53.30 5B 1K King Inland Boatmen Deckhand $53.30 5B 1K King Inland Boatmen Deckhand Engineer $54.32 5B LK King Inland Boatmen Launch Operator $55.57 5B 1 K King Inland Boatmen Mate $55.57 5B 1 K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer Operator $31.49 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer Et Water Systems By Remote Control King Inspection /Cleaning Technician $19.33 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $54.02 5D 4C King Ironworkers Journeyman $63.53 7N 10 King Laborers Air, Gas Or Electric Vibrating Screed $43.95 i 7A 31 King Laborers Airtrac Drill Operator $45.32 7A 31 King Laborers Ballast Regular Machine $43.95 7A 31 King Laborers Batch Weighman $37.26 7A 31 King Laborers Brick Pavers $43.95 7A 31 King Laborers Brush Cutter $43.95 7A 31 King Laborers Brush Hog Feeder $43.95 7A 31 King Laborers Burner $43.95 7A 31 King Laborers Caisson Worker $45.32 7A 31 King Laborers Carpenter Tender $43.95 7A 31 King Laborers Caulker $43.95 7A 31 King Laborers Cement Dumper -paving $44.76 7A 31 King Laborers Cement Finisher Tender $43.95 7A 31 King Laborers Change House Or Dry Shack $43.95 7A Al King Laborers Chipping Gun (under 30 Lbs.) $43.95 7A 31 King Laborers Chipping Gun(30 Lbs. And Over) $44.76 7A 31 King Laborers Choker Setter $43.95 7A 31 King Laborers Chuck Tender $43.95 7A 31 King Laborers Clary Power Spreader $44.76 7A 31 King Laborers Clean-up Laborer $43.95 7A 31 King Laborers Concrete Dumper/chute Operator $44.76 7A 31 King Laborers Concrete Form Stripper $43.95 7A 31 King Laborers Concrete Placement Crew $44.76 7A 31 King Laborers Concrete Saw Operator/core Driller $44.76 7A 31 t F� t 1 r i.J L [1 King Laborers Crusher Feeder $37.26 7A 31 King Laborers Curing Laborer $43.95 7A 31 King Laborers Demolition: Wrecking Et Moving (incl. Charred Material) $43.95 7A 31 King Laborers Ditch Digger $43.95 7A 31 King Laborers Diver $45.32 7A 31 King Laborers Drill Operator (hydraulic, diamond) $44.76 7A 31 King Laborers Dry Stack Walls $43.95 7A 31 King Laborers Dump Person $43.95 7A 31 King Laborers Epoxy Technician $43.95 7A 31 King Laborers Erosion Control Worker $43.95 7A 31 King Laborers Faller Et Bucker Chain Saw $44.76 7A 31 King Laborers Fine Graders $43.95 7A 31 King Laborers Firewatch $37.26 7A 31 King Laborers Form Setter $43.95 7A 31 King Laborers Gabian Basket Builders $43.95 7A 31 King Laborers Genera[ Laborer $43.95 7A 31 King Laborers Grade Checker Et Transit Person $45.32 7A 31 King Laborers Grinders $43.95 7A 31 King Laborers Grout Machine Tender $43.95 7A 31 King Laborers Groutmen (pressure)including Post Tension Beams $44.76 7A 31 King Laborers Guardrail Erector $43.95 7A 31 King Laborers Hazardous Waste Worker (level A) $45.32 7A 31 King Laborers Hazardous Waste Worker (level B) $44.76 7A 31 King Laborers Hazardous Waste Worker (level C) $43.95 7A 31 King Laborers High Scaler $45.32 7A 31 King Laborers Jackhammer $44.76 7A 31 King Laborers Laserbeam Operator $44.76 7A 31 King Laborers Maintenance Person $43.95 7A 31 King Laborers Manhole Builder-mudman $44.76 7A 31 King Laborers Material Yard Person $43.95 7A 31 King Laborers Motorman -dinky Locomotive $44.76 7A 31 King Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla $44.76 7A 31 King Laborers Pavement Breaker $44.76 7A 31 King Laborers Pilot Car $37.26 7A 31 King Laborers Pipe Layer Lead $45.32 7A 31 King Laborers Pipe Layer/tailor $44.76 7A 31 King Laborers Pipe Pot Tender $44.76 7A 31 King Laborers Pipe Reliner $44.76 7A 31 King Laborers Pipe Wrapper $44.76 7A 31 King Laborers Pot Tender $43.95 7A 31 King Laborers Powderman $45.32 7A 31 King Laborers Powderman's Helper $43.95 7A 31 King Laborers Power Jacks $44.76 7A 31 King Laborers Railroad Spike Puller - Power $44.76 7A 31 King Laborers Raker - Asphalt $45.32 7A 31 King Laborers Re-timberman $45.32 7A 31 King Laborers Remote Equipment Operator $44.76 7A 31 King Laborers Rigger/signal Person $44.76 7A 31 King Laborers Rip Rap Person $43.95 7A 31 King Laborers Rivet Buster $44.76 7A 31 King Laborers Rodder $44.76 7A 31 King Laborers Scaffold Erector $43.95 7A 31 King Laborers Scale Person $43.95 7A 31 King Laborers Sloper (over 20") $44.76 7A 31 King Laborers Sloper Sprayer $43.95 7A 31 King Laborers Spreader (concrete) $44.76 7A 31 King Laborers Stake Hopper $43.951 7A 31 King Laborers Stock Piler $43.95 7A 31 King Laborers Tamper 1t Similar Electric, Air It Gas Operated Tools $44.76 7A 31 King Laborers Tamper (multiple 13 Self- propelled) $44.76 7A 31 King Laborers Timber Person - Sewer (tagger, Shorer tt Cribber) $44.76 7A 31 King Laborers Toolroom Person (at Jobsite) $43.95 7A 31 King Laborers Topper $43.95 7A 31 King Laborers Track Laborer $43.95 7A 31 King Laborers Track Liner (power) $44.76 7A 31 King Laborers Traffic Control Laborer $39.84 7A 31 8R King Laborers Traffic Control Supervisor $39.84 7A 31 8R King Laborers Truck Spotter $43.95 7A 31 King Laborers Tugger Operator $44.76 7A 31 King Laborers Tunnel Work -Compressed Air Worker 0-30 psi $74.29 7A 31 King Laborers Tunnel Work -Compressed Air Worker 30.01-44.00 psi $79.32 7A 31 King Laborers Tunnel Work -Compressed Air Worker 44.01-54.00 psi $83.00 7A 31 8Q( King Laborers Tunnel Work -Compressed Air Worker 54.01-60.00 psi $88.70 7A 31 84 King Laborers Tunnel Work -Compressed Air Worker 60.01-64.00 psi $90.82 7A 31 I1 e� [l 11 t t t t t 1� 1 King Laborers Tunnel Work -Compressed Air Worker 64.01-68.00 psi $95.92 7A 31 88Q King Laborers Tunnel Work -Compressed Air Worker 68.01-70.00 psi $97.82 7A 31 8S King Laborers Tunnel Work -Compressed Air Worker 70.01-72.00 psi $99.82 7A 31 King Laborers Tunnel Work -Compressed Air Worker 72.01-74.00 psi $101.82 7A 31 King Laborers Tunnel Work-Guage and Lock Tender $45.42 7A 31 King Laborers Tunnel Work -Miner $45.42 7A 31 King Laborers Vibrator $44.76 7A 31 King Laborers Vinyl Seamer $43.95 7A 31 King Laborers Watchman $33.86 7A 31 King Laborers Welder $44.76 7A 31 King Laborers Well Point Laborer $44.76 7A 31 King Laborers Window Washer/cleaner $33.86 7A 31 King Laborers - Underground Sewer General Laborer it Topman $43.95 7A 31 & Water King Laborers - Underground Sewer Pipe Layer $44.76 7A 31 E. Water King Landscape Construction Irrigation Or Lawn Sprinkler Installers $13.56 1 King Landscape Construction Landscape Equipment Operators Or Truck Drivers $28.17 1 King Landscape Construction Landscaping or Planting Laborers $17.87 1 King Lathers Journey Level $54.02 5D 1H King Marble Setters Journey Level $52.82 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $55.52 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.47 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $39.351 6Z 2B King Pile Driver Journey Level $54.27 5D 4C King Plasterers Journey Level $51.68 M 1R King Playground 8t Park Equipment Journey Level $9.47 1 Installers King Plumbers 8 Pipefitters Journey Level $75.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $56.94 7A 3C 8P King Power Equipment Operators Assistant Engineer $53.57 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $56.44 7A 3C 8P King Power Equipment Operators Batch Plant Operator, Concrete $56.44 7A 3C 8P King Power Equipment Operators Bobcat $53.57 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition Equipment $53.57 7A 3C 8P King Power Equipment Operators Brooms $53.57 7A 3C 8P King Power Equipment Operators Bump Cutter $56.44 7A 3C 8P King Power Equipment Operators Cableways $56.94 7A 3C 8P King Power Equipment Operators Chipper $56.44 7A 3C 8P King Power Equipment Operators Compressor $53.57 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $56.94 7A 3C 8P King Power Equipment Operators Concrete Finish Machine -laser Screed $53.57 7A 3C 8P King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $56.00 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $56.44 7A 3C 8P King Power Equipment Operators Conveyors $56.00 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and over $58.67 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $56.44 7A 3C 8P King Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $57.51 7A 3C 8P King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $58.10 7A 3C 8P King Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $58.67 7A 3C 8P King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $56.94 7A 3C 8P King Power Equipment Operators Cranes: A -frame - 10 Tons And Under $53.57 7A 3C 8P King Power Equipment Operators Cranes: Friction cranes through 199 tons $58.10 7A 3C 8P King Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $56.00 7A 3C 8P t [l t t t t t t t i� t J it t 1�' King Power Equipment Operators Icrusher $56.441 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches (power) $56.44 7A 3C 8P King Power Equipment Operators Derricks, On Building Work $56.94 7A 3C 8P King Power Equipment Operators Dozers D-9 Et Under $56.00 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $56.00 7A 3C 8P King Power Equipment Operators Drilling Machine $57.51 7A 3C 8P King Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $53.57 7A 3C 8P King Power Equipment Operators Finishing Machine, Bidwell And Gamaco Et Similar Equipment $56.44 7A 3C 8P King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $56.00 7A 3C 8P King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $53.57 7A 3C 8P King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $56.44 7A 3C 8P King Power Equipment Operators Gradechecker/stakeman $53.57 7A 3C 8P King Power Equipment Operators Guardrail Punch $56.44 7A 3C 8P King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $56.94 7A 3C 8P King Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $56.44 7A 3C 8P King Power Equipment Operators Horizontal/directional Drill Locator $56.00 7A 3C 8P King Power Equipment Operators Horizontal/directional Drill Operator $56.44 7A 3C 8P King Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $56.00 7A 3C 8P King Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $53.57 7A 3C 8P King Power Equipment Operators Loader, Overhead 8 Yards. Et Over $57.51 7A 3C 8P King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $56.94 7A 3C 8P King Power Equipment Operators Loaders, Overhead Under 6 Yards $56.44 7A 3C 8P King Power Equipment Operators Loaders, Plant Feed $56.44 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $56.00 7A 3C 8P King Power Equipment Operators Locomotives, All $56.44 7A 3C 8P King Power Equipment Operators Material Transfer Device $56.44 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $57.51 7A 3C 8P King Power Equipment Operators Motor Patrol Graders $56.941 7A3C 8P King Power Equipment Operators $56.94 7A I 3C I 8P �i J t 1 Lj t Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower Distribution Et Mulch Seeding Operator $53.57 7A 3C 8P King Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $56.00 7A 3C 8P King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $56.44 7A 3C 8P King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $57.51 7A 3C 8P King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $56.94 7A 3C 813 King Power Eq ui pmenL Operators Pavement Breaker $53.571 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane Mount) $56.44 7A 3C 813 King Power Equipment Operators Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $53.57 7A 3C 8P King Power Equipment Operators Power Plant $53.57 7A 3C 8P King Power Equipment Operators Pumps - Water $53.57 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $53.57 7A 3C 8P King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $56.94 7A 3C 813 King Power Equipment Operators Rigger And Bellman $53.57 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $56.00 7A 3C 8P King Power Equipment Operators Rollagon $56.94 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $53.57 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $56.00 7A 3C 8P King Power Equipment Operators Roto -mill, Roto -grinder $56.44 7A 3C 8P King Power Equipment Operators Saws - Concrete $56.00 7A 3C 813 King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $56.44 7A 3C 8P King Power Equipment Operators Scrapers - Concrete Et Carry All $56.00 7A 3C 813 King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $56.94 7A 3C 813 King Power Equipment Operators Service Engineers - Equipment $56.00 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $53.57 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $56.00 7A 3C 8P King Power Equipment Operators ___[$56.94 7A 3C 8P �i J t 1 Lj t t F1 t t t t 1 t Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $56.44 7A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $57.51 7A 3C 813 King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $58.10 7A 3C 8P King Power Equipment Operators Slipform Pavers $56.94 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et Screedman $56.94 7A 3C 8P King Power Equipment Operators Subgrader Trimmer $56.44 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $56.00 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $57.51 7A 3C 8P King Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $58.10 7A 3C 8P King Power Equipment Operators Tower Cranes: over 250' in height from base to boom $58.67 7A 3C 8P King Power Equipment Operators Transporters, All Track Or Truck Type $56.94 7A 3C 8P King Power Equipment Operators Trenching Machines $56.00 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $56.44 7A 3C 813 King Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $56.00 7A 3C 8P King Power Equipment Operators Truck Mount Portable Conveyor $56.44 7A 3C 8P King Power Equipment Operators Welder $56.94 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farman Type $53.57 7A I 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $56.44 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bobcat $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition Equipment $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brooms $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cableways $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine -laser Screed $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Conveyors $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and over $58.67 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $57.51 7A 3C 813 Underground Sewer Et Water King Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $58.10 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 300 tons and over or 300' of boom including jib with attachments $58.67 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Friction cranes through 199 tons $58.10 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Crusher $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches (power) $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Derricks, On Building Work $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 int Under $56.00 7A 3C 8P Underground Sewer Et Water [1 t i 1 t t t 1 1 1 L�� 1 fl 1 1 King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $56.00 7A 3C 8P Underground Sewer int Water King Power Equipment Operators- Drilling Machine $57.51 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Finishing Machine, Bidwell And Gamaco Et Similar Equipment $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Gradechecker/stakeman $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $56.44 7A 3C 8P Underground Sewer £t Water King Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $56.94 7A 3C 8P Underground Sewer It Water King Power Equipment Operators- Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Horizontal/directional Drill Locator $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Horizontal/directional Drill Operator $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $56.00 7A 3C 8P Underground Sewer int Water King Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $53.57 7A 3C 8P Underground Sewer £t Water King Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $57.51 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders, Overhead Under 6 Yards $56.44 7A 3C 8P Underground Sewer £t Water King Power Equipment Operators- Loaders, Plant Feed $56.44 7A 3C 8P Underground Sewer lit Water King Power Equipment Operators- Loaders: Elevating Type Belt $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $57.51 7A 3C 8P Underground Sewer it Water King Power Equipment Operators- Motor Patrol Graders $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Oil Distributors, Blower Distribution Et Mulch Seeding Operator $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Overhead, Bridge Type: 100 Tons And Over $57.51 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pavement Breaker $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane Mount) $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rigger And Bellman $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman (Certified) $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rollagon $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roto -mill, Roto -grinder $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $56.44 7A 3C 8P Underground Sewer Et Water King $56.00 7A 3C 8P n t 1 1 L 1 t 1 1 n t t t it 1 J u 1 1 Power Equipment Operators- Scrapers - Concrete Et Carry All Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Service Engineers - Equipment $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $57.51 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $58.10 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Slipform Pavers $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et Screedman $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Subgrader Trimmer $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $57.51 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane: over 175' through 250' in height, base to boom $58.10 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Cranes: over 250' in height from base to boom $58.67 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Transporters, All Track Or Truck Type $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Trenching Machines $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Mount Portable Conveyor $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Welder $56.94 7A 3C 8P Underground Sewer Et Water "King Power Equipment Operators- Wheel Tractors, Farmall Type $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $56.44 7A 3C 8P Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A Trimmers King Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $40.84 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers King Refrigeration Et Air Conditioning Mechanics Journey Level $74.36 6Z 1G King Residential Brick Mason Journey Level $52.82 5A .1 M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $40.64 5D 4C King Residential Drywall Tapers Journey Level $54.07 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $38.40 7L 1H King Residential Insulation Applicators Journey Level $26.28 1 King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Pipefitters Journey Level $34.69 1 King Residential Refrigeration Et Air Conditioning Mechanics Journey Level $74.36 6Z 1G King Residential Sheet Metal Workers Journey Level (Field or Shop) $43.46 7F 1 R King Residential Soft Floor Lavers Journey Level $44.11 5A 3D King Residential Sprinkler Fitters Journey Level $42.73 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $52.82 5A 1M King Residential Terrazzo Workers Journey Level $47.46 5A .1 M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $46.46 5A 3H King Roofers Using Irritable Bituminous Materials $49.46 5A 3H King Sheet Metal Workers Journey Level (Field or Shop) $72.83 7F 1 E King Shipbuilding Et Ship Repair Boilermaker $40.87 7M 1H King Shipbuilding Et Ship Repair Carpenter $40.41 7T 213 King Shipbuilding Et Ship Repair Electrician $41.43 7T 4B King Shipbuilding &Ship Repair Heat Et Frost Insulator $63.18 5J 1S King Shipbuilding Et Ship Repair Laborer $41.471 7T 4B 1 J t 1 t t 11 Lj King Shipbuilding&Ship Repair Machinist $41.46 7T 4B King ShybuildingEt Ship Repair Operator $41.39 7T 4B King Shipbuilding Et Ship Repair Painter $41.42 7T 4B King Shipbuilding Et Ship Repair Pipefitter $41.40 7T 4B King Shipbuilding Et Ship Repair Rigger $41.48 7T 4B King Shipbuilding EtShip Repair Sheet Metal $41.43 7T 4B King Shipbuilding Et Ship Repair Shipfitter $41.48 7T 4B King Shipbuilding Et Ship Repair Trucker $41.32 7T 4B King Shipbuilding Et Ship Repair Warehouse $41.37 7T 4B King Shipbuilding Et Ship Repair Welder/Burner $41.48 7T 4B King Sign Makers Et Installers (Electrical) Sign Installer $22.92 1 King Sign Makers Et Installers (Electrical) Sign Maker $21.36 1 King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical King Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical) King Soft Floor Lavers Journey Level $44.11 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Protection) Journey Level $70.14 5C 1X King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $52.82 5A 1M King Street And Parking Lot Sweeper Workers Journey Level $19.09 1 King Surveyors Assistant Construction Site Surveyor $56.00 7A 3C 8P King Surveyors Chainman $55.47 7A 3C 8P King Surveyors Construction Site Surveyor $56.94 7A 3C 8P King Telecommunication Technicians Journey Level $22.76 1 King Telephone Line Construction - Cable Splicer $37.60 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $20.79 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $36.02 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $37.60 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $36.82 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator (Heavy) $37.60 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator (Light) $34.94 5A 2B Outside King Telephone Line Construction - Telephone Lineperson $34.93 5A 2B Outside King Telephone Line Construction - Television Groundperson $19.73 5A 2B Outside King Telephone Line Construction - Television Li neperson / Installer $26.31 5A 2B Outside King Telephone Line Construction - Television System Technician $31.50 5A 2B Outside King Telephone Line Construction - Television Technician $28.23 5A 2B Outside King Telephone Line Construction - Tree Trimmer $34.93 5A 2B Outside King Terrazzo Workers Journey Level $47.46 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble Et Terrazzo Finishers Finisher $38.29 5A 1 B King Traffic Control Stripers Journey Level $43.73 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. WA -Joint Council 28) $51.25 5D 3A 8L King Truck Drivers Asphalt Mix To 16 Yards (W. WA -Joint Council 28) $50.41 5D 3A 8L King Truck Drivers Dump Truck Et Trailer $51.25 5D 3A 8L King Truck Drivers Dump Truck (W. WA -Joint Council 28) $50.41 5D 3A 8L King Truck Drivers Other Trucks (W. WA -Joint Council 28) $51.25 5D 3A 8L King Truck Drivers Transit Mixer $43.23 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King . Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers 1 1 1 11 1 !1 t 1 t 1 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 03/02/2016 Edition, Published February 1St, 2016 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone g and bi-directional vaned grates for Catch Basin Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans _ 3, Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diame 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diamet 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugate for culverts and storm sewers, sizes 30 inch to 120 inches ii diameter. May also be treated, #5. Supplemental to Wage Rates 03/02/2016 Edition, Published February 1St, 2016 rates, X X !ter. X X er. X ad pipe n X X 1 r r ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and NL mounting sign structures, luminaries and o made from commercial bolt stock. See Contract Plans and Std. Plans for size 9. Aluminum Pedestrian Handrail - Pedestriar conforming to the type and material specifi contract plans. Welding of aluminum shall in accordance with Section 9-28.14(3). 10. Major Structural Steel Fabrication - Fabrice items such as trusses, beams, girders, etc. 11 Minor Structural Steel Fabrication - Fabrice Items such as special hangers, brackets, a structures, access ladders for irrigation bo) joint systems, etc., involving welding, cuttir boring of holes. See Contact Plans for iter drawings. 12. Aluminum Bridge Railing Type BP - Metal I conforming to the type and material specifi, in the Contract Plans. Welding of aluminur accordance with Section 9-28.14(3). 13. Concrete Piling--Precast-Prestressed conc and 70 ton concrete piling. Concrete to co Section 9-19.1 of Std. Spec.. 14. Precast Manhole Types 1, 2, and 3 with co sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 21 and with coneE Sections. See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, With adjustment sections. See Std. Plans. ts, for her items, shall be X and material type. i handrail ;ations set forth in the be X tion of major steel for bridges. X tion of minor steel cess doors for es, bridge expansion g, punching and/or X i description and shop )ridge railing ;ations set forth i shall be in X -ete piling for use as 55 iform to ies, adjustment X and adjustment X 1 L, 1 P, and 2 X Supplemental to Wage Rates 3 03/02/2016 Edition, Published February 1St, 2016 ITEM DESCRIPTION 17. Precast Concrete Inlet - with adjustment sectio See Std. Plans 18. Precast Drop Inlet Type 1 and 2 with metal gr, See Std. Plans. 19. Precast Grate Inlet Type 2 with extension an( See Std. Plans 20. Metal frames, vaned grates, and hoods for Cc Inlets. See Std. Plans 21. Precast Concrete Utility Vaults - Precast Conc various sizes. Used for in ground storage of L controls. See Contract Plans for size and con requirements. Shop drawings are to be provic prior to casting 22. Vault Risers - For use with Valve Vaults and l Vaults. 23. Valve Vault - For use with underground utilities See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete E use as new barrier or may also be used as Te Barrier. Only new state approved barrier may permanent barrier. 25. Reinforced Earth Wall Panels — Reinforced Er size and shape as shown in the Plans. Fabric annual approval for methods and materials to See Shop Drawing. Fabrication at other locations may be approve inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete W panel in size and shape as shown in Plans. Fabrication plant has annual approval for met[ to be used Supplemental to Wage Rates 03/02/2016 Edition, Published February 1St, 2016 YES NO >ns, X ite supports. X top units. X mbination X rete utility vaults of tility facilities and 3truction ed for approval X tilities X ' X arrier for ­nporary Concrete be used as X rth Wall Panels in ation plant has be used. X J, after facilities alls - tilt -up wall cods and materials X 4 1 1 11' 1 1 1 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossi Slabs. 28. 12, 18 and 26 inch Standard Precast Prestres Standard Precast Prestressed Girder for use i Fabricator plant has annual approval of methc be used. Shop Drawing to be provided for apl casting girders. See Std. Spec. Section 6-02.3(25)A 29. Prestressed Concrete Girder Series 4-14 - PrE Girders for use in structures. Fabricator plant of methods and materials to be used. Shop D provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 30. Prestressed Tri -Beam Girder - Prestressed Tr use in structures. Fabricator plant has annual methods and materials to be used. Shop Dra) ' for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 1 31. Prestressed Precast Hollow -Core Slab — Prec Hollow -core slab for use in structures. Fabric approval of methods and materials to be used be provided for approval prior to casting girder See Std. Spec. Section 6-02.3(25)A. 32. Prestressed -Bulb Tee Girder Bulb Tee Prest use in structures. Fabricator plant has annual methods and materials to be used. Shop Dray for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover See Std. Plan. Supplemental to Wage Rates 03/02/2016 Edition, Published February 1st, 2016 ig Structure x ;ed Girder — i structures. ds and materials to >roval prior to x stressed Concrete has annual approval awing to be X -Beam Girders for approval of ving to be provided x ast Prestressed itor plant has annual Shop Drawing to x s. essed Girder for approval of ving to be provided x 5 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Str fabricated from steel tubing meeting AASHTO. Plans, and Contract Plans for details. The stE shall be galvanized after fabrication in accord; AASHTO-M-111. 35. Mono -tube Sign Structures - Mono -tube Sign E fabricated to details shown in the Plans. Shop approval are required prior to fabrication. 36. Steel Sign Bridges - Steel Sign Bridges fabrice tubing meeting AASHTO-M-138 for Aluminum See Std. Plans, and Contract Plans for details. structure shall be galvanized after fabrication in accorda with AASHTO-M-111. 37. Steel Sign Post - Fabricated Steel Sign Posts Plans. Shop drawings for approval are to be F fabrication 38. Light Standard -Prestressed - Spun, preIstresse concrete poles. 39. Light Standards - Lighting Standards for use o illumination systems, poles to be fabricated to methods and materials as specified on Std. PI Provisions for pre -approved drawings. 40. Traffic Signal Standards - Traffic Signal Stand highway and/or street signal systems. Standa to conform with methods and material as spec See Special Provisions for pre -approved drawl 41. Precast Concrete Sloped Mountable Curb (Sin See Std. Plans. Supplemental to Wage Rates 03/02/2016 Edition, Published February 1s', 2016 acture M-183. See Std. el structure ince with X Iridge drawings for x ted from steel Alloys. The steel x nce is detailed in Std rovided prior to X d, hollow x i highway 3onform with ins. See Specia x irds for use on 'ds to be fabricated fied on Std. Plans. X n s _ gle and DualFaced) X 1 1 C 1 C 1 1 1 1 ITEM DESCRIPTION 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed 43. Cutting & bending reinforcing steel 44. Guardrail components 45. Aggregates/Concrete mixes 46. Asphalt 47. Fiber fabrics 48. Electrical wiring/components 49. treated or untreated timber pile 50. Girder pads (elastomeric bearing) 51. Standard Dimension lumber 52. Irrigation components YES NO Custom Std Message Signing Messag( X X X Custom Standar( End Sec Sec Covered by WAC 296-127-018 Covered by WAC 296-127-018 X X X X X X Supplemental to Wage Rates 7 03/02/2016 Edition, Published February 1st, 2016 ITEM DESCRIPTION YES NO 53. Fencing materials 54. Guide Posts 55. Traffic Buttons 56. Epoxy 57. Cribbing 58. Water distribution materials 59. Steel "H" piles 60. Steel pipe for concrete pile casings 61. Steel pile tips, standard 62. Steel pile tips, custom KA Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12. 010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 8 03/02/2016 Edition, Published February 1St, 2016 L� I,] WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential *** ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. t Supplemental to Wage Rates 9 pp 9 03/02/2016 Edition, Published February 1St, 2016 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above -listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 03/02/2016 Edition, Published February 1St, 2016 1 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver ' materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site ' of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. 1 (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 11 03/02/2016 Edition, Published February 1St, 2016 Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate ' must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL t BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked I on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on ' Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and ' the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly ' rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. ' E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday ' shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. ' F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, ' shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a ' four -ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. ' H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the ' hourly rate of wage. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. ' The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday ' through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All I hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at I double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of I wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F, Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. ' P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. ' S. The fust two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other ' overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on ' Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. ' V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. ' W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. ' X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls ' on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. ' Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during ' the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. ' Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 1 Overtime Codes Continued ' 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ' B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on ' holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the ' holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays ' shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 1 r 1 IBenefit Code Key — Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued ' 3. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. ' E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid ' at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two ' and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at ' two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. ' I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week (Monday through Friday,) or a four day -ten hour work week (Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday ' through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. ' 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. IA. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. ' B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be ' paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and ' one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all ' hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. 1 1 a 5. Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 0 Overtime Codes Continued D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. I Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating ' plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: ' The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall ' be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) ' times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on ' Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. , E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, ' and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal ' four-day, ten hour work week, and Saturday shall be paid at one and one half (1'/Z) times the regular shift rate for the fust eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. ' F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. ' G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at ' double the hourly rate of wage. Holiday Codes I A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after , Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after ' Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). ' D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). ' H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). _ ' 1 IS 1 1 1 1 1 1 1 1 1 1 1 1 1 Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 Holiday Codes Continued Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half -Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). 6 7. Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 Holiday Codes Continued T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, , And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be ' considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and , Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. ' B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as , a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, ' Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. , D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which ' falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after ' Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. ' F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be ' observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day I (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas , Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The ' Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. , J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday ' which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7 IBenefit Code Key — Effective 3/2/2016 thru 8/30/2016 IHoliday Codes Continued ' 7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday ' on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. ' M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. ' N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on ' the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after ' Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. ' Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. iR. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day ' after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. ' S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. ' T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation ' shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. ' Note Codes 8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100'-$2.00 per Foot for Each Foot Over 50 Feet Over 100' To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150' To 220'-$4.00 per Foot for Each Foot Over 150 Feet ' Over 220'-$5.00 per Foot for Each Foot Over 220 Feet 8 8. Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 Note Codes Continued C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' -$1.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$1.50 per Foot for Each Foot Over 100 Feet Over 150' To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200' -Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. V] 1 1 1 1 1 1 1 1 1 1 1 APPENDIX F ILAKEHAVEN UTILITY DISTRICT WATER LINE STANDARDS 1 L� w Z J 0 3 z 0 w � F w = N CLOSE—CUT CHAIN AND REMOVE FROM HOSE PORT CAPS & HYDRANT %"JOINT MAT'L FULL DEPTH. ADJACENT HYD. 2' RADIUS (CENTERED ON HYDRANT) x 6" THICK CONC, SLAB ON COMP. SUBGRADE CONSTRUCTION GEOTEXTILE FOR UNDERGROUND DRAINAGE 12 CU. FT. MIN GRAVEL BACKFILL FOR DRYWELLS — 3'-0" MIN �, 3'-0" MIN 1.17llaP11 4" STORZ ADAPTER O CABLE BOTTOM OF OUTLET ? CURB 0o FINISH GRADE C.I. VALVE BOX. C.J. (SEE STANDARD 2" TO 6"(D z PLAN 11) 0 6" AUXILIARY GATE I VALVE (FLxMJ) 1' MIN. 6" DUCTILE IRON PIPE CL 52 FLANGED BRANCH "CUT—IN", OR TAPPING HYDRANT TEE 1' MIN.WATER MAIN HYDRANT DRAIN VALVE 12%12"x4" SOLID CONCRETE BLOCK NOTES: 1. HYDRANTS SHALL BE INSTALLED PLUMB. 2. HYDRANT PUMPER/STEAMER PORT SHALL FACE THE STREET, OR WHERE THE STREET CANNOT BE CLEARLY DEFINED OR RECOGNIZED, SHALL FACE THE MOST LIKELY ROUTE OF APPROACH AND LOCATION OF FIRE TRUCK WHILE PUMPING, AS DIRECTED BY THE DISTRICT. 3. DO NOT PLACE THRUST BLOCKING BEHIND TEE OR HYDRANT. USE THRUST RESTRAINT SYSTEM FOR PUSH -ON OR MJ JOINTS PER SPECIFICATIONS. USE OF TIE/SHACKLE RODS IS NOT ACCEPTABLE 5. PAINT HYDRANT WITH 2 COATS OF SHERWIN-WILLIAMS PAINT, GLOSS SAFETY YELLOW, NO. 854Y37. 6. DO NOT BLOCK DRAIN. (2) MEASURED FROM GROUND SURFACE WHERE HYDRANT IS LOCATED. IN CITY OF AUBURN: 2 -21/" HOSE PORTS (N.S.T.), 1 - 4M" PUMPER PORT (N.S.T.) WITH 5" STORZ ADAPTOR AND CAP. 9O LOCATION AND MIN. OFFSET, OR AS SHOWN ON PLANS, AS REQUIRED BY RIGHT OF WAY PERMIT OR DIRECTED BY DISTRICT, SP03—Revised Per WLH 061915 STANDARD PLAN 03 1 1 1 1 c I 3 c 3 u 4 C c Q 3'-0" RAD CLEAR ELEVATION CUT PLAN FINISHED GF ROCK WALL SEE NOTE 3 MINIMUM AREA OF LEVEL GROUND SURFACE NOTES: 1. ROCKERY HEIGHTS EXCEEDING 4 FEET, REFER TO RIGHT—OF—WAY AGENCY STANDARDS. 2. CONSTRUCT ROCKERY FACINGS TO RIGHT-OF-WAY AGENCY STANDARDS. 3. IN UNIMPROVED AREAS INSTALL 2' RADIUS BY 6" THICK CONCRETE PAD ON COMPACTED SUBGRADE. SP04-REVISED PER WLH 061915 ELEVATION (TYP) STANDARD PLAN 04 FINISH GRADE O TYPICAL WATER SERVICE CONNECTION COMP. GRAVEL BASE ON ('OMP. SUBGRA�L 45' MAX EEP, CL. 4000 ;RETE COLLAR 3" (MIN.) Al F ) (C TRAFFIC METER BOX IN CONCRETE /HMA DRIVEWAY OR ROAD SHOULDER O NOTES: O METER FURNISHED AND INSTALLED BY DISTRICT. 2. METER SETTER SHALL BE CENTERED WITHIN METER BOX (PLAN VIEW), BOTH HORIZONTAL DIMENSIONS. 3. WATER SERVICE CONNECTION AND CONFIGURATION SHALL BE INSTALLED AS SHOWN ON THE PLANS, OR AS MAY BE OTHERWISE DIRECTED BY THE DISTRICT. 4. SERVICE LINES SHALL BE INSTALLED PERPENDICULAR (PLAN VIEW) TO WATER MAIN, UNLESS OTHERWISE SHOWN ON THE PLANS. NON—PERPENDICULAR SERVICE LINES, IF ALLOWED, SHALL BE WRAPPED W/N0. 12 COPPER WIRE W/ A 12—IN. LOOP EXPOSED IN THE METER BOX. 5. SERVICE LINES SHALL BE CONTINUOUS WITHOUT SPLICES. i�6 DEPTH OF COVER OVER SERVICE LINE SHALL BE 36" MIN. EXCEPT AT TRANSITION TO/FROM SETTER. 7. FOR WATER SERVICE CONNECTIONS DESIGNATED FOR 2—IN. DIA. SERVICE LINES, SEE STANDARD PLAN 20. O CUSTOMER SUPPLY LINE (PRIVATE). STANDARD PLAN 07.01 MATERIAL LIST: OMETER SETTER A0 5/8"x3/4" METER: FORD VH72-12WC, OR MUELLER H -1404-2x12" WITH TWO H-14222 ENDS. • 1" METER: FORD VH74-12WC, OR MUELLER H-1404-202" WITH TWO H-14222 ENDS. DOUBLE PURPOSE INLET & OUTLET COUPLING (FEMALE IRON PIPE UNION, SWIVELS OR FLARED COPPER). DRILLED PADLOCK WINGS ON METER STOP. SINGLE CHECK VALVE ON OUTLET. OSERVICE LINE PIPE • 1" CTS POLYETHYLENE TUBING, SDR 9, 250 PSI PRESSURE RATING. PE 4710 RESIN, DRISCOPLEX 5100 SERIES, OR EQUAL. OSERVICE SADDLE • SINGLE STRAP, ROMAC 101 W/ 1" CC (AWWA) TAP: ADAPTER (USE STAINLESS STEEL PIPE INSERTS) • 3/4" MIPT x 1" CTS COMPRESSION: MUELLER H-15428, OR FORD C84 -34G "GRIP JOINT", OR A.Y. McDONALD 4753T. • 1" MIPT x 1" CTS COMPRESSION: MUELLER H-15428, OR FORD C84 -44G "GRIP JOINT", OR A.Y. McDONALD 4753T. EO METER BOX • 5/8" x 3/4" METER: RAVEN RMB 11x18-12 HIGH DENSITY POLYETHYLENE (HDPE) W/MOUSEHOLE PIPE—CUTOUTS, AND SIGMA DUCTILE IRON LIDS W/HINGED READER DOOR. • 1" METER: RAVEN RMB 13x24-12 HIGH DENSITY POLYETHYLENE (HDPE) W/MOUSEHOLE PIPE—CUTOUTS, AND SIGMA DUCTILE IRON LIDS W/HINGED READER DOOR. OCORPORATION STOP • 1" INLET AWWA TAPER (CC) THREAD x 1" CTS COMPRESSION. MUELLER H-15008, OR FORD F1000G "GRIP JOINT". USE STAINLESS STEEL PIPE STIFFENER. OBRASS NIPPLE • 3/4" IPS x 8" LONG • 1 " IPS x 8" LONG. OPVC OR BRASS CAP (TEMPORARY — SEE O)® • 3/4" IPS • 1" IPS OEXTEND CUSTOMER SUPPLY LINE, AND CONNECT TO BRASS NIPPLE INCLUDING FITTINGS, REDUCERS, BUSHINGS, AND STIFFENERS AS NECESSARY. SEED OBRASS 3/4" OR 1 "x 45' OR 90' STREET ELL, OR 3/4" OR 1 " BRASS CLOSE NIPPLE W/ 3/4" OR 1" BRASS 45' OR 90' ELL. OMETER BOX (TRAFFIC) • 5/8"x3/4": CHRISTY B1017 W/ PIPE KNOCKOUTS, NON—SKID, BOLT—DOWN GALVANIZED STEEL LID, AND HINGED READER DOOR. • 1" METER: CHRISTY B1324 W/ PIPE KNOCKOUTS, NON—SKID, BOLT—DOWN GALVANIZED STEEL LID, AND HINGED READER DOOR. ® NSF/ANSI 61 AND NSF/ANSI 372 COMPLIANT. STANDARD PLAN 07.01 LAKEHAVEN UTILITY DISTRICT KING COUNTYWASHINGTON_ SERVICE HINGTON CONNECTION 5/8"x 3/4" & 1 " DATE: 7-16 DRAWN: WLH' . *11U SCALE: NONE SHEET 2 CHECKED: KRMwin OF 2 APPR: KRM pIS1� WATER SERVICE CONNECTION 1 FINISH GRADE i i E � O � 6 i A F B i I H E B G C HAN D G TIGHTEN 45' D MAX TYPICAL WATER SERVICE CONNECTION 8 8" DEEP, CL. 4000 I I CONCRETE COLLAR COMP. GRAVEL BASE ON COMP. SUBGRA.� 3" (MIN.) TRAFFIC METER BOX IN CONCRETE / HMA DRIVEWAY OR ROAD SHOULDER NOTES: 10 METER FURNISHED AND INSTALLED BY DISTRICT. 2 METER SETTER SHALL BE CENTERED WITHIN METER BOX (PLAN VIEW), BOTH HORIZONTAL DIMENSIONS. 3 WATER SERVICE CONNECTION AND CONFIGURATION SHALL BE INSTALLED AS SHOWN ON THE PLANS, OR AS MAY BE OTHERWISE DIRECTED BY THE DISTRICT. 4 SERVICE LINES SHALL BE INSTALLED PERPENDICULAR (PLAN VIEW) TO WATER MAIN , UNLESS OTHERWISE SHOWN ON THE PLANS. NON -PERPENDICULAR SERVICE LINES, IF ALLOWED, SHALL BE WRAPPED W/N0. 12 COPPER WIRE W/ A 12 -IN. LOOP EXPOSED IN THE METER BOX. 5 SERVICE LINES SHALL BE CONTINUOUS WITHOUT SPLICES. 06 DEPTH OF COVER OVER SERVICE LINE SHALL BE 36" MIN. EXCEPT AT TRANSITION TO/FROM SETTER. 7 FOR WATER SERVICE CONNECTIONS DESIGNATED FOR 2 -IN. DIA. SERVICE LINES, SEE STANDARD PLAN 20. 08 CUSTOMER SUPPLY LINE (PRIVATE). CONNECTION TO BRASS NIPPLE INCLUDES FITTINGS, REDUCERS, BUSHINGS, AND STIFFENERS AS NECESSARY. STANDARD PLAN 08.01 MATERIAL LIST: METER SETTER O• 1-1/2" METER: FORD VH76-22-11-66 OR MUELLER B -2422-2-12x13" • 2" METER: FORD VH77-12-11-77 OR MUELLER B-2422-2-1207" FLANGED INVERTED KEY VALVE W/DRILLED PADLOCK WINGS ON INLET. ANGLE CHECK VALVE ON OUTLET NO BYPASS FEMALE HORIZONTAL IPS INLET AND OUTLET GROOVED FOR "0" RING METER GASKETS SETTER HEIGHT TO BE 12" OSERVICE LINE PIPE • 1-1/2" OR 2" CTS POLYETHYLENE TUBING, SDR 9 SERVICE SADDLE • DOUBLE STRAP STAINLESS STEEL, ROMAC 202S 1-1/2" OR 2" I.P.S. TAP. OADAPTER (USE STAINLESS STEEL PIPE INSERT) • 1-1/2" MIPT x 1-1/2" CTS: MUELLER H -15428N, OR FORD C84 -66 -G -NL "GRIP JOINT". • 2" MIPT x 2" CTS: MUELLER H -15428N, OR FORD C84 -77 -G -NL "GRIP JOINT" OADAPTER (USE STAINLESS STEEL PIPE INSERT) • 1-1/2" FIPT x 1-1/2" CTS: MUELLER H -15451N, OR FORD C14 -66 -G -NL "GRIP JOINT" • 2" FIPT x 2" CTS: MUELLER H-15451 N, OR FORD C14 -77 -G -NL "GRIP JOINT" OMETER BOX • NON -TRAFFIC: RAVEN RMB 17-30 W/ SIGMA CO. H2O RATED DUCTILE IRON COVER W/ HINGED METER READER DOOR DUCTILE IRON LIDS W/HINGED READER DOOR. • TRAFFIC: CHRISTY B1730 W/ H2O RATED DUCTILE IRON OR GALVANIZED STEEL COVER, NON-SKID SURFACE, BOLT -DOWN AND LOCKING AND HINGED READER DOOR. OCORPORATION STOP • 1-1/2" AWWA I.P.T. x MIPT-MUELLER B -2629N, OR FORD FB500-6-NL • 2" AWWA I.P.T. MUELLER B -2629N OR FORD FB500-7-NL OBRASS NIPPLE • 1-1/2" IPS x 12" LONG • 2" IPS x 12" LONG OPVC OR BRASS CAP (TEMPORARY - SEEO) • 1-1/2" IPS • 2" IPS OBRASS 1-1/2" OR 2"x 45' OR 90' STREET ELL, OR 1-1/2" OR 2" BRASS CLOSE NIPPLE W/ 1-1/2" OR 2" BRASS 45' OR 90' ELL. STANDARD PLAN 08.01 LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGTON WATER SERVICE CONNECTION 1-1/2 & 2" DATE: 7-16SCALE: NONE DRAWN: WLHE$Yw SHEET 2 CHECKED: KRMOF 2 APPR: KRM SLOT AT TOP OF BLOCKING PIPE TO ALLOW CLEARANCE FOR VERTICAL PIPE RUN WATER MAIN VALVE LOCATION FIN. GRD NIZ PLAN VERTICAL DISCHARGE PIPING D.I. "BLOCKING” PIPE — 10 SMALLER THAN WATER MAIN HOSE BIBB OR GLOBE VALVE WITH NIPPLE (12" MIN LENGTH) SEE NOTE 3. 18" MIN 2"0 GALVANIZED STEEL PIPE & FITTINGS +I SEE NOTE 2 4. WATER MAIN (>4"0) e a ........... .....: ••,+ •..m G .. a '...G<e :. ELEVATION NOTES: 1. PROVIDE TEMPORARY THRUST RESTRAINT; CONC. ECOLOGY BLOCK(S) AND/OR STEEL BRACING WITH BEARING PLATE(S) AS NECESSARY FOR SOIL AND TRENCH CONDITIONS TO RESIST TEST PRESSURE. 2. IF ASSEMBLY PLACED IN HAZARDOUS/TRAFFIC LOCATION, PROVIDE COUPLING AND PLUG FOR REMOVAL OF STANDPIPE OUTSIDE TIMES OF TESTING. EXTEND AND INSTALL OUTSIDE THE PAVEMENT SECTION TO MINIMIZE TRAFFIC IMPACTS. 3. DISCHARGED WATER WITH CHLORINE RESIDUAL SHALL BE DECHLORINATED/DISPOSED PER JURISDICTIONAL AGENCY REQUIREMENTS, AND CONTROLLED PER TESC PLAN. Sx SEE NOTE 3. SEE NOTE 1. FORMULA FOR ESTIMATING RATE OF DISCHARGE Q = 2.83d2 Sx 4-s-, WHERE: Q =DISCHARGE (gpm) d =INSIDE DIAM. OF DISCHARGE PIPE d,Sx,Sy— MEASURED IN INCHES STANDARD PLAN 10 DATE: 6-15 DRAWN: WLH SCALE: NONE SHEET 1 CHECKED: KRM„.( UIl6RY OF 1 APPR: KRM DI 0 0 C C 4,. � it I 4 .. B 0 0.-3—S e GROUNDLINE YT I n NOTES: 1. CONCRETE MARKER POST SHALL BE REINFORCED WITH 1-N0. 3 STEEL REINFORCING BAR. 2. ALL LETTERS SHALL BE 2" HIGH STENCILED IN BLACK PAINT. 3. POST SHALL BE PAINTED WITH WATER-BASED, APWA BLUE MARKING PAINT. \f/.,It,IaIT,I \ =mToil 'SEE NOTE r 2 Z/ Li LI I � -� J --- LI -1 I o 171I w z w N I 2 GATE VALVE (TYP.) SEE NOTE 4 MIN WATER MAIN PLAN NOTES: 1. PROTECTIVE PAD SHALL BE 4" MIN. DEPTH CONCRETE OR COMPACTED HMA TO MATCH ADJACENT PAVED SURFACE. 2. WHERE DISTANCE IS 42" OR LESS FROM VALVE, PAD SHALL EXTEND TO EDGE OF PAVEMENT. OTHERWISE, PAD SHALL EXTEND 24" MIN. 3. PAD SHALL BE CONTINUOUS AND RECTANGULAR FOR VALVE CLUSTER. 4. ALIGN LUG SLOTS PARALLEL TO WATER MAIN. , RAR - 4b-9", OP SECTION HIGH FLANGE) EE NOTE 1 ASE SECTION " EfHAFOAM 00 (2" WIDE) NOTES: 1. PROVIDE 6" MIN. VERTICAL ADJUSTMENT WHERE PRACTICAL. 2. THE WORD "WATER" SHALL BE CAST INTO THE COVER. 3. VALVE BOX RISERS (IF USED) SHALL BE GLUED. 4. INSTALL LOCKING LID IN TRAFFIC AREAS, (STYLE: STAINLESS STEEL CENTER BOLT W/PENTAGON SECURITY HEAD, SPREADER BAR & LOCKING CAMS.) VALVE BOX PROTECTIVE PAD 2" MIN. CO�MPj. �CSTC COMP. SUBGRADE WATER MAIN SECTION NOTES: 1O SQUARE EDGE OF PAVEMENT IF VALVE BOX PROTECTIVE PAD MEETS PAVEMENTS. MATCH FINISH GRADE. 2O APPLY ASPHALT TACK COAT FOR HMA, JOINT SEALANT FOR CONCRETE. 3O SEAL HMA EDGES WITH PG 58/22. STANDARD PLAN 11.01 VALVE BOX PROTECTIVE PAD AND COVER ALIGNMENT SP -11.01 1 2 \ 6 CENTER IN OPENING ° O .14 a yd .. A � e O ° 3 4 5 37" MIN CLR PLAN 8 7 2 1 6 FINISH GRADE �'II 6"CLR 1<Ii=� • • 8"MAX (J)1 IIID= CD 6 z _ Z x 10 Lo 11 11 4 9 5 3 12 • e d 'tle d ed 13 �� a 13 SECTION STANDARD PLAN 14.01 LAKEHAVEN UTILITY DISTRIC KING COUNTY WASHINGTON CUBE LAUNCH ASSEMBLY 12 IN. 8c 14 IN. DATE: 7-16_ SCALE: NONE r� DRAWN: WLH _ SHEET 1 CHECKED:KRM���. OF 2 SP14_01 APPR: KRM �1•Umy51 MATERIAL LIST OPRECAST CONCRETE VAULT AND COVER. HS -20 LOAD RATING. OLDCASTLE PRECAST 64-332P, 64R-6, AND 64R-18, OR APPROVED EQUAL. GROUT JOINTS WITH NON -SHRINK CEMENTITIOUS GROUT. 2O SINGLE -LEAF ALUMINUM ACCESS DOOR, W/ HS -20 LOAD RATING, HINGE SIDE ADJACENT BACK OF SIDEWALK, NON-SKID SURFACE, STAINLESS STEEL SPRING LIFT, LOCKING SUPPORT ARM, NEOPRENE WEATHER -TIGHT SEAL WITH SLAM LOCK, RECESSED PADLOCK HASP, REMOVABLE HANDLE, AND DRAIN GUTTER W/ OUTLET. STAINLESS STEEL HARDWARE EXCEPT DRAIN COUPLING AND REMOVABLE HANDLE. LW PRODUCTS HS -4, OR APPROVED EQUAL. 3U 12 -IN. DIA. DUCTILE IRON PIPE AND FITTINGS PER LAKEHAVEN STANDARD SPECIFICATIONS. USE THRUST RESTRAINT SYSTEM FOR PUSH -ON OR MECHANICAL JOINTS, SHACKLE RODS WILL NOT BE ACCEPTED. O 12 -IN. RESILIENT WEDGE GATE VALVE, FLxFL OR FLxMJ. 5O FLANGED BRANCH "CUT -IN", OR TAPPING TEE. OVALVE BOX PER STANDARD PLAN 11.01. 7O 12 -IN. CPVC SCHED. 80 BLIND FLANGE W/ 1/8 IN. EDPM "DROP" GASKET. TAP 3 -IN, WITH CPVC SCHED. 80 CLEANOUT OR FLUSH PLUG. CENTER FLANGE IN VAULT OPENING. STAINLESS STEEL BOLTS & WASHERS. O FOR HMA SECTION, TACK SIDES WITH CSS -1 AND SEAL EDGES WITH PG58/22. FOR CONCRETE SECTION, INSTALL 3/8 IN. JOINT MATERIAL FULL DEPTH, O12 -IN. DIA. DUCTILE IRON PIPE SPOOL, LENGTH AS REQUIRED IN FIELD. 10 CONSTRUCTION GEOTEXTILE FOR UNDERGROUND DRAINAGE. 11 GRAVEL BACKFILL FOR DRYWELLS. 12 COMPACTED SUBGRADE. 13 CONCRETE THRUST BLOCK WITH 6 -MIL PE FILM AGAINST PIPE. STANDARD PLAN 14.01 c- -- SEE STD. PLANS i 2" SERVICE 7.01 & 8.01 i CONNECTION FINISL' NOTES: 1. WATER SERVICE CONNECTION AND CONFIGURATION SHALL BE INSTALLED AS SHOWN ON THE PLANS, OR AS MAY BE OTHERWISE DIRECTED BY THE DISTRICT. TYPICAL WATER SERVICE 2. SERVICE LINES SHALL BE INSTALLED PERPENDICULAR (PLAN VIEW) TO WATER MAIN , UNLESS OTHERWISE SHOWN ON THE PLANS. NON -PERPENDICULAR SERVICE LINES, IF ALLOWED, SHALL BE WRAPPED W/N0. 12 COPPER WIRE W/ A 12 -IN. LOOP EXPOSED IN THE METER BOX. 3. SERVICE LINES SHALL BE CONTINUOUS WITHOUT SPLICES. O4 DEPTH OF COVER OVER SERVICE LINE SHALL BE 36" MIN. EXCEPT AT TRANSITION TO/FROM SETTER. MATERIAL LIST: AO SERVICE LINE PIPE: 2" CTS POLYETHYLENE TUBING, SDR 9 BO SERVICE SADDLE: DOUBLE STRAP STAINLESS STEEL, ROMAC 2" I.P.S. TAP OADAPTER (FUSE STAINLESS STEEL PIPE INSERTS) • 2" MIPT x 2" CTS COMPRESSION: MUELLER H -1542N, OR FORD C84-77NL "GRIP JOINT" DO ADAPTER (USE STAINLESS STEEL PIPE_ INSERTS) • 2" FIPT x 2" CTS COMPRESSION: MUELLER H -15451N, OR FORD C14-77NL "GRIP JOINT" EO CORPORATION STOP: 2" AWWA I.P.T. MUELLER B -2629N OR FORD 400 -7 -NL FO REDUCER: 2" x SETTER SIZE FIPT STANDARD PLAN 20. �� GO BRASS NIPPLE: SETTER SIZE x 6" MIPT HO STREET ELL: BRASS SETTER SIZE x 90' LAKEHAVEN UTILITY DISTRIC KING COUNTY WASHINGTOI SP APPENDIX J TEMPORARY WATER BYPASS AND STAGING PLAN 1 Appendix J Proposal - Schedule B Lakehaven Utility District Water Construction Sequence Abbreviations: Pacific Highway South (PHS) Lakehaven Utility District (LUD) Definitions: Cut and Cap — Process involving LUD and contractor, including but not limited to segment isolation, excavating and exposing main, draining one or more main segments, confirming isolation, cutting pipe, draining, preparing pump, pumping excess water from excavation, and installing temporary cap/plug and all work associated with completing these items of work. For temporary water bypass and staging details, see plan sheet 169 • Temporary water main and service connection detail • Temporary water main assembly detail • Temporary blowoff detail Stage 1 — Connection to S 359th Street water main crossing PHS • Temporary water service not required; the 8" DI crossing only serves a single hydrant on the west side of PHS. Stage 1A— Install Cut -In Tee 1. Isolate (valve operation by LUD staff only) and drain the 8" existing water main along S 359th Street by closing the in-line gate valve on north side of S 359th Street approximately 420' east of PHS. 2. Excavate and construct the cut -in tee and valves, with blind flange to north. Cut existing steel casing as required. This portion of the water main will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. Re -seal casing ends with cement concrete. 3. Confirm new pipe connection is sound and free of leaks. Flush through the existing fire hydrant on the west side of PHS at S 359th Street in coordination with the District Inspector. 4. Place the S 359th Street water main back in service. Stage 1B — Install New Hydrant 1. Install wet tap and hydrant assembly at STA 17+86.52, 46' RT. Stage 2 — East Side of PHS, from S 359th Street to S 356th Street 1 • Temporary water service required for Siesta Motel (35620 PHS). Two maximum 1 -hour shut -offs of ' Siesta Motel service to (1) connect temporary service from temporary blow -off to existing meter setter and (2) to connect motel service to new meter. IStage 2A— New Water Main Construction North of S 359th Street Stage 2B — Connection to Existing 8" DI Water Main South of S 356th Street 1. Excavate and install new water main from just north of tee constructed in Stage 1A to just south ' of existing 8" DI main near existing fire hydrant on east side of PHS at STA 23+95 (approximately 2. 620 LF), including new fire hydrant assemblies and service connection stubs. Install temporary ' 3. blow -off at north end of restrained joint pipe limits shown on pipe profile. ' 2. Isolate (valve operation by LUD staff only) and drain new tee at —STA 17+65 by closing new ' valves on east and west side of new tee. Remove blind flange installed in 1A, install gate valve ' 3. and connect to pipe running north. In coordination with District inspector, fill, disinfect, pressure test, and drain the new water main and service connection stubs. ' 4. Confirm new pipe connection is sound and free of leaks. Turn off valve located on north side of Stage 2C — Siesta Motel Service Connection to New Meter hydrant tee at —STA 22+95 and flush through the new fire hydrant. 1. 2. 5. Prepare and deliver water service disruption notification form to Siesta Motel. ' 6. Install temporary water service to Siesta Motel from new hydrant (maximum 1 -hour shutoff). Stage 2B — Connection to Existing 8" DI Water Main South of S 356th Street ' • Temporary water service required for Used Tire Warehouse (35450 PHS). Three, maximum 1 -hour service interruptions required to (1) cut and cap S 356th Street water main and set up temporary ' 2 1. Isolate (valve operation by LUD staff only) and drain the existing water main south of S 356th Street by closing the gate valve at approx. STA 25+50, 35' RT 2. Isolate (valve operation by LUD staff only) and drain the new water main north of the hydrant ' 3. tee at STA 22+88, 66' RT by closing the north line valve on the hydrant tee. Remove the existing fire hydrant at STA 23+95 and the temporary blow -off and complete the connection to the new main This portion of water main will be installed under the "swab and ' go" process subject to the discretion of and review by the District Inspector. 4. Confirm new pipe connection is sound and free of leaks. Flush through the new fire hydrant at STA 23+35. Stage 2C — Siesta Motel Service Connection to New Meter ' 1. 2. Prepare and deliver water service disruption notification form to Siesta Motel. Connect Siesta Motel service line to new meter and remove temporary water service (maximum 1 -hour shutoff). Stage 3 — New Connection to S 356th Street 8" DI Main at Sta. 27+03 ' • Temporary water service required for Used Tire Warehouse (35450 PHS). Three, maximum 1 -hour service interruptions required to (1) cut and cap S 356th Street water main and set up temporary ' 2 service from temporary blow -off on S 356th Street, (2) switch temporary service to blow -off on PHS, and (3) make final connection to new water meter. Stage 3A — Cut and Car) S 356th Street Water Main 1. Prepare and deliver water service disruption notification form to Used Tire Warehouse. 2. Isolate (valve operation by LUD staff only) and drain the water main on S 356th Street between PHS and next valve to east on the north side of S 356th Street, approximately 850' east of PHS. 3. Cut and cap the existing 8" DI water main on S 356th Street at the new connection point. Install temporary blow -off on end of S 356th Street water main, with temporary service line for Used Tire Warehouse. 7 4. Restore pressure to S 356th Street water main and connect temporary service to Used Tire I Warehouse. Stage 3B — New Tee on PHS for S 356th Street Water Main 1. Isolate (valve operation by District staff only) and drain the existing 8" DI and AC water mains between S 356th Street and the 12" DI crossing under PHS at STA 29+70, by closing north valve at the S 356th Street tee (STA 25+35 RT) and both valves at the STA 29+70 tee. 2. Excavate and remove existing tee and gate valves at STA 26+70, 36' RT. Construct new 8" DI water main (approximately 40 LF) north to tee and valves at STA 27+03, 44'RT and install temporary blow -off on north valve. 3. Construct new 8" DI water main (approximately 40LF) from new tee at STA 27+03, 44' RT to just short of cut and capped connection point on S 356th Street water main, including new service line for Used Tire Warehouse, and install temporary blow -off. 4. In coordination with District inspector, fill, disinfect, pressure test, and drain the new water main. Stage 3C — Final Connection to S 356th Street Water Main 1. Prepare and deliver second water service disruption notification form to Used Tire Warehouse. Move temporary service for Used Tire Warehouse from temporary blow -off on S 356th Street water main to temporary blow -off on north end of PHS water main. 2. Isolate (Valve operation by LUD staff only) and drain the new S 356th Street water main connection between PHS and the temporary blow -off to the east and the water main on S 356th Street between the temporary blow -off near PHS and next valve to east on the north side of S 356th Street approximately 850' east of PHS. 3. Remove both temporary blow -offs and complete the connection to the S 356th Street water main. This portion of the water main will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 4. Confirm new pipe connection is sound and free of leaks. Remove Used Tire Warehouse temporary service line and flush through the existing temporary blow -off on the north end of the PHS water main at STA 27+03, 44' RT. 5. Connect Used Tire Warehouse water service to new meter and restore service. 3 L LI 1 n 0 1 Stage 4 — East Side of PHS, from S 356`h Street to Existing 12" Crossing at Sta. 38+10 • Two service interruptions required for Heated Storage at the Crossings (35401 PHS) domestic and fire service to (1) constructing new connection to crossing pipe at STA 29+70 and (2) final connection to new main on east side of PHS. • Temporary water service required for Used Tire Sales (35400 PHS). Two, maximum 1 -hour, service interruptions required to (1) connect temporary service to temporary blow -off at STA 27+03 and (2) make final connections to water main on east side of PHS and connect to new meter service. Stage 4A—Temporary Water Service for Used Tire Sales 1. Prepare and deliver water service disruption notification form to Used Tire Sales. 2. Install temporary service line to Used Tire Sales from temporary blow -off on north end of new water main at STA 27+03, 44' RT. Stage 4B — Cut, Extend and Cap Existing 12" DI Crossing at STA 29+70 1. Prepare and deliver water service disruption notification form to Heated Storage at the Crossings for interruption to domestic, fire sprinkler, and service to three hydrants. 2. Isolate (valve operation by LUD staff only) and drain the existing 8" AC water main between the valves at STA 29+70 and STA 38+10. 3. Excavate and shore east end of 12" water main crossing at STA 29+70 to expose east end of ' casing. 4. Isolate (valve operation by LUD staff only) and drain the existing 12" DI water crossing under PHS (STA 29+70) by closing the in-line valve on the west side of PHS at STA 33+26, 60' LT. n Cli Provide continuous fire watch for Heated Storage at the Crossings until service is restored. 5. Construct new connection to 12" DI crossing at STA 29+70, including cutting casing pipe as required, and riser pipe with two vertical bends. Install blind flange and temporary blow -off. This portion of water main will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 6. Confirm new pipe connection is sound and free of leaks. Flush new connection through temporary blow -off and restore service to Heated Storage at the Crossings. Stage 4C — 8" DI Water Main from STA 27+03 to STA 38+10 1. Disconnect existing 8" AC water main from valve at STA 38+10. 2. Remove existing 8" AC water main and install new 8" DI water main from just north of the temporary blow -off at STA 27+03 to just south of the existing 8" DI crossing at STA 38+10 (approximately 1,100 LF), including fire hydrant assemblies and service stubs, and new tee and valves for the crossing connection at STA 29+70. Install temporary blow -offs at north and south end of new water main and blind flange on valve at STA 29+70. 3. In coordination with District inspector, fill, disinfect, pressure test, and drain the new water main and service connection stubs. Stage 4D — Connections to New 8" DI Water Main at STA 27+03 and STA 29+70 4 1. Prepare and deliver second water service disruption notification form to Heated Storage at the Crossings. 2. Prepare and deliver second water serve disruption notification form to Used Tire Sales. 3. Close the north valve at STA 27+03 and remove temporary blow -off. Complete connection to the new water main to the north. This portion of water main will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 4. Isolate (valve operation by LUD staff only) and drain the existing 12" DI water crossing under PHS (STA 29+70) by closing the in-line valve on the west side of PHS at STA 33+26, 60' LT. Provide continuous fire watch for Heated Storage at the Crossings until service is restored. 5. Remove temporary blow -off and complete the connection at STA 29+70. This portion of water main will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 6. Confirm new pipe connections are sound and free of leaks. Flush new connections into new water main on east side of PHS and flush main through new hydrants and temporary blow -off at north end of new water main near STA 38+10. 7. Restore water service to Heated Storage at the Crossings. 8. Connect Used Tire Sales temporary water service to new hydrant assembly at STA 27+38 for continuation of service through Stage 5. Stage 5 — East Side of PHS New Connections to 8" Crossing at Sta. 38+10 and New PRV Station • Two (maximum 1 -hour) service interruptions required for Federal Way Heated Storage (35205 PHS) domestic and fire service to (1) cut and cap east end of existing 8" DI crossing at STA 38+10 and (2) final connection of new water main to 8" DI crossing at STA 38+10. • One (maximum 1 -hour) service interruption required for Used Tire Sales to remove temporary service installed in Stage 4 and connect to new meter. Stage 5A — Cut and Cap 8" DI Crossing at STA 38+10 1. Prepare and deliver water service disruption notification form to Federal Way Heated Storage for interruption to domestic, fire sprinkler, and service to four hydrants. 2. Isolate (valve operation by LUD staff only) and drain the existing 8" DI water crossing under PHS by closing the in-line valve on the west side of PHS at STA 33+26, 60' LT and the in-line valve and branch valves at the existing PRV Station at STA 40+75 RT. Provide continuous fire watch for Federal Way Heated Storage until service is restored. 3. Excavate and cut and cap the existing 8" DI riser pipe from the existing 8" DI crossing at STA 38+10. Install temporary blow -off. 4. Restore service to Federal Way Heated Storage by opening in-line valve on west side of PHS at STA 33+36, 60' LT (valve operation by LUD staff only) and flush main through temporary blow- off. Stage 5B — Extend New 8" DI North to Proposed PRV Station 61 I F1 U 17 �1 1 1 n CII 1 1. Isolate (valve operation by LUD staff only) and drain the northern portion of the 8" DI water main north of the 12" DI crossing under PHS at STA 29+70 by closing the north valve at the crossing. 2. Excavate and remove the existing 8" AC water main and install the new 8" DI water main north to the north valve of the new PRV station at STA 38+35 (approximately 35 feet) including fittings and valves, with a blow -off on the north end of the installation. This portion of water main will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 3. Prepare and deliver water service disruption notification form to Federal Way Heated Storage for interruption to domestic, fire sprinkler, and service to four hydrants. 4. Isolate (valve operation by LUD staff only) and drain the existing 8" DI water crossing under PHS by closing the in-line valve on the west side of PHS at Station 33+26, 60' LT and the in-line valve and branch valves at the existing PRV Station at STA 40+75 RT. Provide continuous fire watch for Federal Way Heated Storage until service is restored. 5. Remove temporary blow -off installed in Stage 5A on 8" DI crossing under PHS and complete connection to new water main. This portion of water main will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 6. Confirm new pipe connections are sound and free of leaks. Flush new connections and pipe installation through temporary blow -off on north valve of tee at STA 38+35. 7. Restore water service to Federal Way Heated Storage. Stage 5C— Used Tire Sales Final Service Connection 1. Prepare and deliver water service disruption notification form to Used Tire Sales for final water service interruption. 2. Connect Used Tire Sales water service to new meter and restore service. Stage 5D — PRV Station 1. Construct new PRV station. This work may continue as Stage 6 begins. Stage 6 — East Side of PHS, from Proposed PRV Station to S 348th Street • Two service interruptions required for Cascade Drilling (35100 PHS) domestic and fire service to (1) cut and cap 6" Cl water main at STA 42+00 and (2) final connection to new main at this location. • Temporary water service required for Alaska Vehicle Transport (35050 PHS). Two service interruptions required to (1) connect temporary service to temporary blow -off at STA 42+00 and (2) connect to new meter service. • Two service interruptions required for businesses at the Federal Way Crossings shopping center (34902 & 35002 PHS) to (1) cut and cap 8" DI water main at STA 48+15 and (2) make final connection to new main at this location I Stage 6A— Cut and Cap 6" CI Water Main at STA 42+00 1. Prepare and deliver water service disruption notification form to Cascade Drilling for interruption of fire sprinkler and parking lot hydrant service. 2. Isolate (valve operation by LUD staff only) and drain the existing 6" CI main at STA 42+00 (S 2511t Street) by closing valve on east side of PHS at STA 42+00 and next valve to east along 6"CI main. 3. Cut and cap the end of the existing 6" Cl water main at proposed connection point and install temporary blow -off. 4. Restore pressure to 6" Cl water main and flush through temporary blow -off. Restore service to Cascade Drilling. 5. Prepare and deliver water service disruption notification form to Alaska Vehicle Transport. 6. Install temporary water service to existing Alaska Vehicle Transport meter setter from temporary blow -off on west end of existing 6" Cl water main at STA 42+00 (S 35151 Street). Stage 6B — Cut and Cap 8" DI Water Main at STA 48+15 (Federal Way Crossings) 1. Prepare and deliver water service disruption notification forms to affected businesses within Federal Way Crossings shopping center. 2. Isolate (valve operation by LUD staff only) and drain the existing 8" DI water main extending east from PHS into the Crossings shopping center at STA 48+15. 3. Cut and cap the end of the existing 8" DI water main at proposed connection point and install temporary blow -off. 4. Restore pressure to 8" DI water main in the Federal Way Crossings shopping center and flush through temporary blow -off. Restore service to Federal Way Crossings businesses. Stage 6C— 8" DI Water Main from STA 38+35 to STA 52+50 1. Isolate (valve operation by LUD staff only) and drain the existing 8" AC water main along the east side of PHS between the north valve of the new PRV station at STA 38+35 and the existing valve at S 348th Street STA 401+27, 132' RT. 2. Disconnect existing 8" AC water main from valve at S 348th Street STA 401+27, 132' RT and install blind flange. 3. Remove existing 8" AC water main and install new 8" DI water main from just north of the temporary blow -off at STA 38+35 to just south of the proposed connection to the existing 16" DI water main at S 348th Street (approximately 1,400 LF), including fire hydrant assemblies, new tee and valves, and service connection stubs. Construct temporary blow -offs at both ends of the new main. 4. Incoordination with District inspector, fill, disinfect, pressure test, and drain the new water main and service connection stubs. 5. Remove temporary blow -offs and complete the connection to the valve at STA 38+35. This portion of water main will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 6. Install tapping tee on existing 16" DI water main at STA 52+51, 80' RT at S 348th Street and complete connection to new 8" DI water main. This portion of water main will be installed 7 1 7 I F� C F U 1 �I 1 1 under the "swab and go" process subject to the discretion of and review by the District Inspector. 7. Confirm new pipe connections are sound and free of leaks. Flush new connections into new water main and flush main through new hydrants. Place new main into service. 8. Prepare and deliver water service disruption notification form to Alaska Vehicle Transport. 9. Connect Alaska Vehicle Transport water service to new meter and restore service. Stage 6D — Connection to New 8" DI Water Main at STA 42+00 1. Prepare and deliver water service disruption notification form to Cascade Drilling for interruption of fire sprinkler and parking lot hydrant service. 2. Isolate (valve operation by LUD staff only) and drain the existing 6" Cl main at STA 42+00 (S 251St Street). 3. Remove the temporary blow -off and complete the connection between the new 8" DI and existing 6" Cl water mains along the east side of PHS at STA 42+00. This connection will be made under the "swab and go" process subject to the discretion of and review by the District Inspector. 4. Confirm new pipe connection is sound and free of leaks. Flush main through new hydrant near S 352nd Street. Stage 6E — Connection to New 8" DI Water Main at STA 48+15 1. Prepare and deliver water service disruption notification forms to affected businesses within Federal Way Crossings shopping center. 2. Isolate (valve operation by LUD staff only) and drain the existing 8" DI water main extending east from PHS into the Crossings shopping center at STA 48+15. 3. Remove the temporary blow -off and complete the connection to the new 8" water main along the east side of PHS at STA 48+15. This connection will be made under the "swab and go" process subject to the discretion of and review by the District Inspector. 4. Confirm new pipe connections are sound and free of leaks. Flush through new hydrant at STA 47+30. Stage 7 —12"-16" Crossing at Sta. 41+87 (S 351" Street) and West Side Hydrant • Requires temporary water service interruption for Home Solutions Center (35109 PHS) and customer at 1026 S 351" Street, located west of PHS. • Requires shutdown of 16" main and pump station at well. Stage 7A — Construction of New 16" Water Main and 12" Crossing at S 3515` Street 1. Prepare and deliver water service disruption notification form to Home Solutions Center and other affected customers along S 3511t Street west of PHS. 2. Construct temporary water service line to Home Solutions Center and other affected customers along S 351St Street from existing hydrant at NE corner of Federal Way Heated Storage site (this hydrant is in a lower pressure zone). n 3. Coordinate with District to isolate (valve operation by LUD staff only) and drain the existing 16" main between pump station and S 348th Street, by closing valve at pump station and approx. four valves south of S 348th Street. 4. Cut and cap 16" water main and proposed connection points on S 3515L Street and on PHS. 5. Construct new 16" DI pipe alignment in S 351St Street, 8" DI water main to hydrant at STA 40+57 LT, tee and valve for connection to existing 16" DI in PHS, encased 12" DI water main crossing under PHS, and new connection to sampling station. Install temporary blow -offs at the west end of the new 16" DI water main and the east end of the new 12" DI water main. 6. In coordination with District inspector, fill the new water mains from the existing hydrant at Federal Way Heated Storage (lower pressure zone), disinfect, pressure test, flush and drain the new water mains. Stage 7B — Connections to New 16" and 12" Water Mains 1. Remove the temporary blow -offs and construct connections between the new water main and the existing 16" water mains to the west along S 351" Street and north along PHS, and to the new 8" DI water main on the east side of PHS. These connections will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 2. Confirm new pipe connections are sound and free of leaks. Flush new water main through new hydrant at STA 40+57 and place new water mains into service. 3. Prepare and deliver water service disruption notification forms to Home Solutions Center and other affected customers along S 351" Street west of PHS. 4. Remove temporary water services and restore service to affected customers. Stage 8 — Water Main Construction between S 348`h and S 344`h Streets • Stage 8B requires two crews and night work to minimize length of shut -down of 14" water main. • Requires one water service interruption for properties on west side of PHS for shut -down of 14" water main. This shut -down affects several businesses at 34507 PHS and Home Appliances and Federal Way Auto Sales (34417-34421 PHS). • Requires two water service interruption for Banner Bank (34600 PHS) and O'Reilly Auto Parts (34720 PHS) for connection to new crossing. • Requires one water service interruption for Public Storage (34701 PHS) to construct vertical offset on water main loop through site and construct new meter service. Stage 8A — Construction of New 8" Crossing at STA 59+88 1. Excavate and construct the encased 8" DI crossing at STA 59+88, keeping a minimum 10' separation from the end of the existing water main on the east side of PHS to maintain adequate thrust restraint for the existing water main to the east. 2. Install temporary blow -offs on both ends of completed water main crossing. E L 1 ' 3. Incoordination with District inspector, fill the new water main crossing from the existing hydrant adjacent to O'Reilly Auto Parts, disinfect, pressure test, flush and drain the new water ' main. Stage 8B — Modifications to 14" Water Main. Hydrants and Meters between S 348th and S 344th Streets ' 1. Prepare and deliver water service disruption notification form to affected properties served by the 14" DI water main on the west side of PHS between S 348th Street and S 344th Street (Public 10 Storage, Sound Rent A Car, Shorty's Grub, medical offices at 34507 Pacific Highway S). 2. Excavate, shore, and steel plate cut -in tee location at STA 59+88 and hydrant valve removal at STA 61+00. ' 3. Isolate (valve operation by LUD staff only) and drain the existing 14" DI water main by closing valves at S 348th Street, S 344th Street, and two valves for loop through Public Storage site. 4. Crew #1 to install 14" x 8" cut -in tee and valves on existing 14" DI water main at STA 59+88 LT "swab and connect to new water main crossing. This connection will be installed under the and go" process subject to the discretion of and review by the District Inspector. ' S. Crew #2 to remove hydrant and valve at STA 61+00 and install bind flange. This work will be performed under the "swab and go" process subject to the discretion of and review by the District Inspector. 6. Confirm new pipe connections are sound and free of leaks. Restore service to the 14" DI water main. ' 7. Complete fire hydrant relocations on west side of PHS at STA 58+88 and STA 60+48. Stage 8C— Connections to New 8" Water Main Crossing ' 1. Prepare and deliver water service disruption notification form to affected properties served by the existing 8" DI water main between O'Reilly Auto Parts and Banner Bank at STA 59+88. ' 2. Isolate (valve operation by District staff only) the existing 8" DI water main at STA 59+88. Release pressure from main to allow thrust block on end to be removed, but do not drain. 3. Remove the temporary blow -off and complete the connection between the new 8" DI water ' main crossing at STA 59+88 and the existing gate valve to the east. This connection will be made under the "swab and go" process subject to the discretion of and review by the District Inspector. ' 4. Construct the hydrant relocation at STA 59+43 RT. This work will be done under the "swab and go" process subject to the discretion of and review by the District Inspector. ' S. Confirm new pipe connections are sound and free of leaks. Flush through relocated hydrant at STA 59+43 RT. 6. Restore pressure to the existing water main east of the new connection. Stage 8D — Construction of Vertical Offset on Water Main Loop through Public Storage Site 1. Prepare and deliver water service disruption notification form to Public Storage for temporary ' shut -down (maximum 4 hours) of two hydrants on south side of site. 10 2. Coordinate with District to isolate (valve operation by LUD staff only) and drain the existing 8" AC water main into the Public Storage site at STA 57+00 LT. Shut down the adjacent valve at the PHS main and an in-line valve in the NW corner of the Public Storage site. 3. Excavate and install the 8" DI water main vertical offset at STA 57+00 LT. 4. Construct new water service for Public Storage. 5. In coordination with District inspector, fill, disinfect, pressure test, flush, and restore service to the 8" DI water main through the Public Storage site. 6. Connect Public Storage service to new water meter. Stage 9 -- Water Main Construction between S 344" and S 3401' Streets • Stage 9B requires two crews and night work to minimize length of shut -down of 14" water main. • Requires one water service interruption for properties on west side of PHS for shut -down of 14" water main. This shut -down affects several businesses at 34303 PHS, Budget/Avis (34225 PHS), New Community Church (34221 PHS) and Progressive Claims and Insurance Center (34001 PHS). • Requires temporary water service for Craig and Associates building (34400 PHS). Two, maximum 1 - hour, service interruptions required to (1) establish temporary service from fire hydrant near Aqua Quip and (2) reconnect service line to relocated meter on S 344th Street. • Requires temporary water service Valmet Inc. (34320 PHS). Three, maximum 1 -hour, service interruptions required to (1) cut and cap the 8" AC water main connection to S 344th Street, (2) install temporary service from new hydrant at STA 71+56, and (3) final service connection to new meter. • Requires two service interruption for customers along S 344th Street between PHS and 16th Ave S to (1) cut and cap the existing 10" AC water main and (2) connect the existing water main to the new 12" DI crossing under PHS. This interruption affects Euro Food and Deli (1511 S 344th Street) and Eagle Tire and Automotive (1515 S 344th Street). Stage 9A - Cut and Cap S 344th Street and Valmet Water Mains 1. Prepare and deliver water service disruption notification form to Valmet Inc. and other affected properties served by the 10" AC water main on S 344th Street between PHS and 16th Avenue S. 2. Construct temporary water service for Craig & Associates from existing fire hydrant adjacent to Aqua Quip, STA 64+90. 3. Coordinate with District to isolate (valve operation by LUD staff only) and drain the existing 10" AC water mains on S 344th Street. 4. Cut and cap the existing 10" AC water main on S 344th Street at the proposed connection point at S 344th Street STA 501+67. Install temporary blow -off 5. Cut and cap the existing 8" AC water main on the Valmet site, north of S 344th Street and install temporary blow -off 6. Restore pressure to 10" AC water main on S 344th Street and Valmet site water main. 11 1 n Stage 9B — Modifications to 14" Water Main, Hydrants and Meters between S 344th and S 3401h Streets 1. Prepare and deliver water service disruption notification forms to affected properties served by the 14" DI water main on the west side of PHS between S 344th Street and S 340th Street. 2. Excavate, shore and steel plate all locations along 14" DI water main requiring modification during water main shut down. 3. Coordinate with District to isolate (valve operation by LUD staff only) and drain the existing 14" DI water main. 4. Crew #1 to excavate and install 14" x 12" tee and valves on existing 14" DI water main at STA 59+88 LT. This connection will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 5. Crew #2 to replace hydrant valves at STA 72+80 LT, STA 75+82 LT. Remove existing hydrant valve at STA 69+40 and replace with blind flange. This work will be performed under the "swab and go" process subject to the discretion of and review by the District Inspector. 6. Confirm new pipe connections are sound and free of leaks. Restore service to the 14" DI water main. 7. Complete fire hydrant and meter relocations on west side of PHS between S 344th Street and S 340th Street. Stage 9C— New 8" Water Main Crossing at STA 71+98 1. Excavate and install new 8" DI crossing at STA 71+98 east to approximately 20' west of the proposed connection adjacent to the Pattison's West building, including hydrant assembly and service stub. Install temporary blow -off at east end of new water main. 2. In coordination with District inspector, fill, disinfect, pressure test, and drain the new 8" DI water main crossing through the new hydrant assembly and temporary blow -off. 3. Install 14" x 8" wet tap tee on existing 14" DI water main on west side of PHS at STA 71+98 and connect to new 8" DI water main crossing. This connection will be installed under the "swab and go" process subject to the discretion of and review by the District inspector. 4. Flush the new 8" DI water main crossing through the new hydrant at STA 71+56 and temporary blow -off. Place the new water main and hydrant into service. Stage 9D — New Water Service for Valmet Site 1. Prepare and deliver water service disruption notification form to Valmet site 2. Construct temporary service line from new hydrant at STA 71+56 RT to existing meter service. 3. Coordinate with District to isolate (valve operation by LUD staff only) and drain the existing 8" DI water main through Valmet site and the new 8" Cl crossing under PHS at STA 71+98 by closing the new valve on the east side of the hydrant tee at STA 71+98, 50' RT and the existing valve on the west side of 16th Avenue S. 4. Remove temporary blow -off, and excavate and install connection from new 8" DI crossing under PHS to existing 8" DI on north side of the Valmet site. This connection will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 5. Confirm new pipe connection is sound and free of leaks, and flush through existing hydrant. Restore service to the new 8" DI crossing at STA 71+98 and connection to 16th Avenue S. 12 6. Install new service line between new meter location and existing meter location. 7. Prepare and deliver water service disruption notification form to Valmet site 8. Switch water service to new meter and remove temporary water service. Stage 9E — New 12" DI Water Main Crossing at S 344th Street 1. Remove the existing 10" AC water main and construct the new 12" DI crossing under PHS at STA 68+00 and water main along S 344th Street from near the new cut -in valve on the 14" DI water main and the cut and capped end of the 10" AC water main. Install temporary blow -offs on both ends of the new water main. 2. In coordination with District inspector, fill, disinfect, pressure test, and drain the new 12" DI water main. 3. Complete the connection to 14" DI water main on the west end. This connection will be installed under the "swab and go" process subject to the discretion of and review by the District inspector. 4. Prepare and deliver water service disruption notification form to affected properties served by the 10" AC water main on S 344th Street between PHS and 16th Avenue S. 5. Coordinate with District to isolate (valve operation by LUD staff only) and drain the existing 10" AC water mains on S 344th Street by closing valves at PHS and 16th Avenue S. 6. Remove both temporary blow -offs at the S 344th Street connection point and complete the connection between the new 12" DI and existing 10" AC water mains. This connection will be installed under the "swab and go" process subject to the discretion of and review by the District inspector. 7. Confirm new pipe connections are sound and free of leaks. Flush new 12" DI water main and connections through the fire hydrant on the north side of S 344th Street. 8. Connect Craig & Associates building to new water meter and remove temporary service. Stage 10 — Fire Hydrant Relocation on PHS North of S 340th Street • Stage 10 requires night work for shut -down of 14" water main. • Requires service interruption for two businesses (33903 and 33905 PHS). Possible Construction Sequence 1. Prepare and deliver water service disruption notification forms to affected properties served by the 14" DI water main on the west side of PHS between S 340th Street and S 336th Street. 2. Excavate, shore and steel plate all locations along 14" DI water main requiring modification during water main shut down. 3. Coordinate with District to isolate (valve operation by LUD staff only) and drain the existing 14" DI water main. 4. Replace hydrant valve at STA 80+79 LT. This work will be performed under the "swab and go" process subject to the discretion of and review by the District Inspector. 5. Confirm new valve connections are sound and free of leaks. Restore service to the 14" DI water main. 13 1 1 u 0 Ll 1 1 1 1 6. Complete fire hydrant and meter relocations on west side of PHS between S 340th Street and S 336' Street. Stage 11— S 340th Street Fire Hydrant Relocation • Requires service interruption for AM Exhaust (34110 PHS) Possible Construction Sequence 1. Prepare and deliver water service disruption notification forms to J&M Exhaust, which is served by the water main on the east side of 16th Avenue S between S 340th Street and S 3411t Place. 2. Isolate (valve operation by LUD staff only) and drain the existing water main on the east side of 16th Avenue S between S 340th Street and S 341St Place. 3. Remove hydrant and valve at STA 81+65, 104' RT and install blind flange. 4. Confirm new fitting is sound and free of leaks. Restore service to the 16th Avenue S water main. 5. Install new wet tap and fire hydrant assembly at STA 81+88, 84' RT. 6. Relocate water meter. Stage 12 — Water Meter Relocations on S 344th Street • Requires one service interruption for CR Floors (34341 PHS). Possible Construction Sequence 1. Prepare and deliver water service disruption notification forms to CR Floors. 2. Relocate water meters and service lines. 3. Restore water service to CR Floors. Stage 13 — Fire hydrant modification and installation from STA 47+00 to 51+00 LT. • Does not require temporary service or disruption to service. Possible Construction Sequence 1. Connect 16"x8" wet tap hydrant connection to 16" main at —STA 47+45 LT. 2. Isolate valve at Days Inn parcel to hydrant. Drain 6" pipe. Make connection to 6" pipe and flush through new hydrant. 14 C L GENERAL WATER NOTES 1. ALL CONSTRUCTION AND MATERIALS SHALL CONFORM TO THE 2QJJ WSDOT / APWA 'STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION," AND 'STANDARD PLANS" (LATEST EDITION) AS AMENDED OR SUPPLEMENTED BY THE CONTRACT DOCUMENTS. 2. PROTECTION OF THE ENVIRONMENT: NO CONSTRUCTION RELATED ACTIVITY SHALL CAUSE OR CONTRIBUTE TO DEGRADATION OF THE ENVIRONMENT, INTRODUCTION OF POLLUTANTS TO SURFACE OR GROUND WATERS, OR PARTICULATE OR OTHER EMISSIONS TO THE ATMOSPHERE WHICH EXCEED STATE OR FEDERAL STANDARDS. ANY ACTIVITY POTENTIALLY RESULTING IN A DISCHARGE TO STATE WATERS SHALL BE SUBJECT TO THE PRIOR APPROVAL OF THE WASHINGTON STATE DEPARTMENT OF ECOLOGY. NOISE LEVELS FROM EQUIPMENT AND CONSTRUCTION RELATED ACTIVITIES SHALL CONFORM TO FEDERAL, STATE, AND JURISDICTIONAL LAND -USE AGENCY REQUIREMENTS. 3. LOCATIONS OF EXISTING UNDERGROUND UTILITIES SHOWN ARE APPROXIMATE ONLY, MAY NOT BE ALL INCLUSIVE, AND ARE BASED ON FIELD SURVEY OF UTILJTY-LOCATE PAINT MARKS AND OBSERVED SURFACE FACILITIES, DEPTH MEASUREMENTS (IF SHOWN AT VALVE OR POTHOLE LOCATIONS), AND AVAILABLE CONSTRUCTION RECORD DRAWINGS OR OTHER INFORMATION. THE CONTRACTOR SHALL CALL $11 A MINIMUM OF TWO BUSINESS DAYS PRIOR TO THE START OF ANY EXCAVATION, AND SHALL FIELD VERIFY ALL EXISTING UTILITIES PRIOR TO CONSTRUCTION. 4. EXISTING CONDITIONS MAY VARY FROM THOSE SHOWN ON THE PLANS. THE CONTRACTOR SHALL FIELD -VERIFY EXISTING CONDITIONS, INCLUDING PERFORMING UTILITY POTHOLING AS MAY BE SHOWN ON THE PLANS, AND COORDINATE ANY NECESSARY ADJUSTMENTS IN THE WORK WITH THE ENGINEER PRIOR TO COMMENCING WORK ON THE TEMPORARY OR PERMANENT PROJECT IMPROVEMENTS. THE CONTRACTOR SHALL PRESERVE AND PROTECT EXISTING IMPROVEMENTS NOT DESIGNATED FOR REMOVAL OR REPLACEMENT FROM DISPLACEMENT OR DAMAGE. SUCH WORK MAY INCLUDE, BUT NOT LIMITED TO: TEMPORARY SHORING, BRACING, TEMPORARY REMOVAL AND REPLACEMENT, AND/OR COORDINATING WITH AND COMPENSATING THE OWNER AS AGREED TO BY THE OWNER OF SUCH IMPROVEMENT(S), TO STABILIZE, PRESERVE, PROTECT AND/OR REPLACE THE AFFECTED IMPROVEMENT(S). 5. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL FIELD STAKING PRIOR TO THE START OF AND DURING CONSTRUCTION, EXCEPT AS MAY BE PROVIDED IN THE SPECIAL PROVISIONS, AND SHALL MAINTAIN ON-SITE, AND HAVE AVAILABLE FOR LAKEHAVEN OR JURISDICTIONAL AGENCY REVIEW, A CURRENT SET OF REDLINE PLAN MARK-UPS CORRESPONDING TO THE CURRENT CONSTRUCTED IMPROVEMENTS. 6. ALL WATER MAINS AND FIRE HYDRANT LATERALS SHALL BE DUCTILE IRON PIPE, SPECIAL THICKNESS CLASS 52. WATER MAINS, INCLUDING FIRE HYDRANT LATERALS, SHALL BE INSTALLED WITH POLYETHYLENE ENCASEMENT AND/OR RESTRAINED JOINTS WHERE SHOWN OR NOTED IN THE PLANS, AND AS MAY BE DIRECTED BY THE ENGINEER. 7. RESTRAINED JOINTS SHALL BE 'MEGALUG ®1100", "GRIP 0 RING." 'FIELD-LOK ® 350" GASKETS", OR 'FAST -GRIP ® GASKETS". IF USED, LOCKING GASKETS SHALL BE SPECIFICALLY STATED AS COMPATIBLE WITH THE PIPE, WITHOUT QUALIFICATION RELATIVE TO THE WARRANTY BY THE RESPECTIVE MANUFACTURER. INSTALLATION OF EACH RESTRAINED JOINT SHALL BE PERFORMED IN THE PRESENCE OF THE ENGINEER. THE ENGINEER MAY ELECT TO FIELD MARK EACH SUCH OBSERVED COMPLETED RESTRAINED JOINT. 8. FITTINGS FOR WATER MAINS SHALL BE DUCTILE IRON PRESSURE CLASS 350 FOR PLAIN -END, PUSH -ON, MECHANICAL OR FLANGE JOINTS. 9. WATER MAIN CONNECTIONS AT COUPLINGS AND FITTINGS SHALL ALIGN WITHOUT DEFLECTION. DEFLECTION AT ALL OTHER CONNECTIONS SHALL NOT EXCEED THREE (3) -DEGREES, OR THE MANUFACTURER'S RECOMMENDATION, WHICHEVER IS LESS. 10. DISRUPTION OF WATER SERVICE. ANY WATER SERVICE DISRUPTION IS SUBJECT TO THE ADVANCE REVIEW OF, AND CONDITIONS AS MAY BE IMPOSED BY, LAKEHAVEN AS SET FORTH IN SECTION 7-10.3. WATER MAIN SHUT -OFFS SHALL BE CONTROLLED BY AUTHORIZED LAKEHAVEN PERSONNEL TO MINIMIZE SERVICE DISRUPTION AND ENSURE WATER SYSTEM INTEGRITY. VALVE OPERATION ON ACTIVE (CHARGED) WATER MAIN(S) SHALL BE BY AUTHORIZED LAKEHAVEN PERSONNEL ONLY. FOR SINGLE FAMILY RESIDENTIAL PROPERTIES AND IRRIGATION SERVICE •• THE CONTRACTOR SHALL COORDINATE AND CONFIRM WITH THE ENGINEER A MINIMUM OF 48 -HOURS (2 BUSINESS DAYS) IN ADVANCE OF ANY ANTICIPATED WATER SERVICE DISRUPTION LESS THAN 4 -HOURS DURING A CALENDAR DAY OR 24-HOUR PERIOD, AND PREPARE AND HAND -DELIVER LAKEHAVEN-FURNISHED NOTIFICATION FORMS TO EACH AFFECTED WATER SYSTEM CUSTOMER A MINIMUM OF ?4 -HOURS PRIOR TO SUCH DISRUPTION AS MAY BE AUTHORIZED BY LAKEHAVEN. •• THE CONTRACTOR SHALL COORDINATE AND CONFIRM WITH THE ENGINEER A MINIMUM OF 72_ -HOURS (3 BUSINESS DAYS) IN ADVANCE OF ANY ANTICIPATED WATER SERVICE DISRUPTION EXCEEDING 4 -HOURS DURING A CALENDAR DAY OR 24-HOUR PERIOD, AND PREPARE AND HAND -DELIVER LAKEHAVEN-FURNISHED NOTIFICATION FORMS TO EACH AFFECTED WATER SYSTEM CUSTOMER A MINIMUM OF 48 -HOURS PRIOR TO SUCH DISRUPTION AS MAY BE AUTHORIZED BY LAKEHAVEN. FOR MULTI FAMILY AND COMMERCIAL PROPERTIES •• FOR SERVICE CONNECTIONS OTHER THAN SINGLE-FAMILY RESIDENTIAL AND IRRIGATION, WATER SERVICE SHALL NOT BE DISRUPTED DURING BUSINESS HOURS UNLESS THE CONTRACTOR HAS COORDINATED WITH THE POTENTIALLY AFFECTED PROPERTY AND BUSINESS OWNERS A MINIMUM OF FIVE -(5) BUSINESS DAYS IN ADVANCE OF THE PROPOSED WATER SERVICE DISRUPTION, AND OBTAINS WRITTEN AGREEMENT TO ALLOW SUCH WATER SERVICE DISRUPTION FROM THOSE SAME PROPERTY AND BUSINESS OWNERS A MINIMUM OF (3) DAYS IN ADVANCE OF THE PROPOSED WATER SERVICE DISRUPTION WATER SERVICE DISRUPTIONS OF A MAXIMUM OF ONE (1) HOUR MAY BE ALLOWED DURING BUSINESS HOURS, EXCLUSIVE OF RESTAURANT AND FOOD PREPARATIONS BUSINESSES, FOR SERVICE TRANSFERS OR CONNECTIONS, AND SUBJECT TO THE FOLLOWING ADVANCE COORDINATION AND NOTIFICATIONS REQUIREMENTS. THE CONTRACTOR SHALL COORDINATE AND CONFIRM WITH THE ENGINEER A MINIMUM OF 7Z -HOURS (3 BUSINESS DAYS) IN ADVANCE OF WATER MAIN SHUT-OFF OR SERVICE DISRUPTION IN ACCORDANCE WITH THE SCHEDULE SUBMITTED TO AND REVIEWED BY THE ENGINEER, AND SUBJECT TO THE CITY OF FEDERAL WAYS AUTHORIZATION(S) AS APPLICABLE. THE CONTRACTOR SHALL PREPARE AND HAND -DELIVER DISTRICT FURNISHED NOTIFICATION FORMS ("DOOR HANGERS-) A MINIMUM 48 -HOURS (2 BUSINESS DAYS) IN ADVANCE OF SUCH AUTHORIZED WATER SERVICE DISRUPTION. THE NOTICES SHALL INCLUDE THE ANTICIPATED TIMING OF THE WATER SERVICE DISRUPTION. • IN THE ABSENCE OF SUCH WRITTEN AUTHORIZATION(S), THE CONTRACTOR SHALL PERFORM THE WORK REQUIRING WATER SERVICE DISRUPTION(S) DURING NON -BUSINESS HOURS, AND/OR INSTALL TEMPORARY WATER SERMCE(S), AS NECESSARY TO COMPLETE THE WORK. GENERAL WATER NOTE CONT. 11. CONSTRUCTION SEQUENCING: PRIOR TO COMMENCING THE WORK, THE CONTRACTOR SHALL PREPARE AND SUBMIT FOR THE ENGINEER'S REVIEW A PROPOSED CONSTRUCTION SEQUENCE. 12.TEMPORARY WATER SERVICE. PROPOSED WATER SERVICE DISRUPTIONS AND TEMPORARY WATER SERVICE SHALL CONFORM TO THE REQUIREMENTS OF SECTION 7-10.3. PRIOR TO COMMENCING THE WORK, THE CONTRACTOR SHALL PREPARE AND SUBMIT FOR THE ENGINEERS REVIEW A PROPOSED PLAN TO PROVIDE TEMPORARY WATER SERVICE. AT A MINIMUM, THE PLAN SHALL INCLUDE THE PROPOSED GENERAL CONFIGURATION AND LOCATION OF THE TEMPORARY WATER MAINS, SPECIFIC CONFIGURATION FOR A TYPICAL TEMPORARY WATER SERVICE CONNECTION, AND PROVISIONS FOR: 1.) PROTECTING THE TEMPORARY FACILITIES FROM DAMAGE DUE TO TRAFFIC, WEATHER, AND VANDALISM. 2.) ACCOMMODATING THE SAFE MOVEMENT OF VEHICULAR AND PEDESTRIAN TRAFFIC. 3.) CONTROLLING DISCHARGES WITHOUT DAMAGE TO PUBLIC OR PRIVATE IMPROVEMENTS. 4.) RESPONDING TO TEMPORARY WATER MAIN AND SERVICE CONNECTION ISSUES DURING WORK AND NO -WORK HOURS. 13. DRIVEWAY ACCESS: DRIVEWAY ACCESS TO PARCELS SHALL BE MAINTAINED AT ALL TIMES EXCEPT DURING ACTIVE TRENCHING, WATER MAIN REMOVAL AND/OR PLACEMENT, TRENCH BACKFILL, SURFACING AND/OR PAVING AT OR IN THE IMMEDIATE VICINITY OF THE RESPECTIVE DRIVEWAY LOCATION(S). PRIOR TO THE END OF EACH WORKDAY, THE CONTRACTOR SHALL INSTALL ANCHORED STEEL PLATES ACROSS ANY TRENCH SECTION CROSSING A DRIVEWAY THAT HAS NOT BEEN RESTORED TO FINISH GRADE. THE STEEL PLATES AND/OR COMPLETED TRENCH BACKFILL SHALL EXTEND THE FULL WIDTH OF THE DRIVEWAY AND PROVIDE FOR SAFE TRAFFIC MOVEMENT. THE CONTRACTOR SHALL COORDINATE ANY DRIVEWAY CLOSURES WITH THE ENGINEER AND THE RESPECTIVE PROPERTY OWNER(S) A MINIMUM OF 48 -HOURS PRIOR TO THE SCHEDULED CLOSURE. 14.SITE SECURITY AND SAFETY: THE CONTRACTOR SHALL BE RESPONSIBLE TO ENSURE THE SECURITY OF THE WORK AND MATERIALS IN THE PROJECT AREA AND WORK ZONE(S),INCLUDING PROTECTION FROM DAMAGE DUE TO THEFT, VANDALISM, OR FREEZING CONDITIONS, AND TO PROTECT THE PUBLIC AND WORKERS FROM DAMAGE AND INJURY IN THE WORKZONE. 15.WATER FACILITIES IDENTIFIED FOR REMOVAL SHALL BE REMOVED AND DISPOSED, OR REMOVED AND SALVAGED TO LAKEHAVEN AS NOTED. WORK IN THE VICINITY OF AND/OR INVOLVING ASBESTOS CEMENT PIPE SHALL BE IN ACCORDANCE WITH THE REQUIREMENTS OF LOCAL, STATE AND FEDERAL RULES AND REGULATIONS, AND THE CONTRACT PROVISIONS, INCLUDING WORKER EXPOSURE LIMITS PRESCRIBED IN WAC 296-62-07705, AND THE NOTIFICATION, PERMITTING, OFFSITE DISPOSAL AND REPORTING REQUIREMENTS SET FORTH IN THE SPECIAL PROVISIONS. 16.PRESUMED SOIL BEARING STRENGTH FOR THRUST BLOCKS: 2,000 PSI 17.FIRE PROTECTION: SOUTH KING FIRE AND RESCUE. 18.WORK WILL BE PERFORMED PRIMARILY IN PUBLIC RIGHT-OF-WAY, AND ALSO ON PRIVATE PROPERTY. THE CONTRACTOR SHALL BE RESPONSIBLE TO RESTORE PRIVATE PROPERTY IN ACCORDANCE WITH THE SPECIAL PROVISIONS. 19=RODE OF 42• COVER FOR 12" PIPE AND UNDERAND 48" COVER FOR 14" PIPE AND LARGER MEASURED FROM OUTSIDE OF CROWN OF ALL WATER MAINS TO PROPOSED FINISHED GRADE. SEE L.U.D. STD PLAN, SHEET 173, FOR WATER LINE TRENCHING, BEDDING AND BACKFILL. 20.WHERE SEPARATION BETWEEN UTILITIES IS LESS THAN 6" INSTALL HIGH DENSITY POLYETHYLENE FOAM PAD WITH A MIN DENSITY OF 9 PCF. 21.AS-BUILT DRAWINGS: THE CONTRACTOR SHALL BE RESPONSIBLE FOR COMPILING AND COMPLETING ACCURATE RECORD DRAWINGS. PIPE LENGTHS BETWEEN FITTINGS, FITTING ASSEMBLY NOTES, AND STATION -OFFSET FOR ALL FITTINGS, VALVES, CONNECTIONS, METERS AND HYDRANTS IN ADDITION TO ANY ALTERATION/ADDITION OR OMISSION OF THE DESIGNED FACILITIES SHALL BE INCLUDED ON THE RECORD DRAWINGS. 22.WHERE NEW STEEL CASINGS OR MODIFICATIONS TO EXISTING CASINGS ARE SHOW IN PLANS SEE CASING DETAIL, SHEET 173. 23.CONCRETE THRUST BLOCKINGS AND CONCRETE THRUST RESTRAINT SHALL BE PER LAKEHAVEN STANDARD PLAN 8-22-R AND B -22a. 24.ALL ADJUSTMENTS WILL BE TO FINAL GRADE AND COUNTED 1 (ONE) TIME. ADJUSTMENTS SHALL INCLUDE EXISTING GATE VALVES AND PROPOSED GATE VALVES AS CONSTRUCTED. 25.ALL GATE VALVES 12' AND UNDER SHALL BE INSTALLED WITH A VALVE BOX PER LUD STD PLAN B -21c. ALL GATE VALVES 14" (SPUR GEARING) AND LARGER SHALL HAVE GATE VALVE BOXES INSTALLED PER THE PLAN DETAILS. GENERAL SEWER NOTES 1. ALL EXISTING SANITARY SEWER MANHOLE FRAME AND COVERS SHALL BE REUSED OR SALVAGED TO LUD AS INDICATED. ALL NEW SANITARY SEWER FRAME AND COVERS SHALL BE PROVIDED BY LAKEHAVEN UTILITY DISTRICT. 2. ALL SEWER MANHOLES WITHIN THE PROPOSED SIDEWALK SHALL BE REPLACED WITH LOCKING LOW PROFILE (NON-SKID) COVERS. ALL MANHOLE WITHIN A DRAINAGE FLOWLINE SHALL BE REPLACED WITH LOCKING WATERTIGHT COVERS. EXISTING MANHOLE LIDS MAY BE REUSED FOR THE REMAINDER OF SANITARY SEWER STRUCTURES. 3. THE CONTRACTOR SHALL INSTALL TEMPORARY COVERS AND DEBRIS CATCHERS AS NECESSARY DURING CONSTRUCTION TO ENSURE THAT SEDIMENT -LADEN RUNOFF DOES NOT ENTER THE SANITARY SEWER SYSTEM. WATER LEGEND N GATE VALVE -w- THRUST BLOCK LONG SLEEVE COUPLER W (SEE CONNECTION DET, SHEET 173) CROSS H 11 Y,' BEND F y 22 X2' BEND 45' BEND TEE ► REDUCER CAP FLANGE JOINT MECHANICAL JOINT EXISTING WATER MAIN PROPOSED WATER MAIN (PLAN VIEW) REMOVE WATER LINE (PLAN VIEW) RESTRAINED JOINT LIMITS (PROFILE VIEW) SAMPLING TAP (TYP)- 2' LOCKING CURB STOP OR BALL VALVE W/REMOVABLE HANDLE (FL OR NPT) 2V X 2" REDUCER - 2Yz" HOSE W/COUPLINGS •_ PIPE, FITTINGS, & INSTALLATION SHALL BE RATED FOR 200 PSI MIN. MATERIALS SHALL CONFORM W/ ANSI/NSF 14/61 2 Xj' HOSE W/COUPLINGS (SEE NOTE 1 BELOW) 1 OR 2' PE TUBING, SDR 11, IPS (TYP). Q1 SEE TEMP. BYPASS PLANS FOR SIZING, SHEETS 207-210. 2" CONNECTION AIRCRAFT CABLE ECOLOGY BLOCK OR EQUIVALENT D# SEE NOTE2 BELOW PROTECTION RAMP FOR FOR TOTAL WIDTH OF DRIVEWAY CHLORINATION OR FLUSH BOX W/SHUT OFF VALVE (SEE NOTE 1 BELOW) FIRE HYDRANT NOTES: O 1.) FURNISHED BY LAKEHAVEN AT LAKEHAVEN WATER SHOP. CONTRACTOR TO PICK-UP AND RETURN. 2.) INSTALL HEAVY DUTY HOSE PROTECTION RAMPS AT DRIVEWAYS TO PROVIDE CONTINUOUS ACCESS. TEMPORARY WATER MAIN & SERVICE CONNECTION NTS TEMP WATER MAIN: 1" OR 2' METER REMOVAL PE TUBING, SDR 11, IPS. BY DISTRICT SEE TEMP. BYPASS PLANS FOR SIZING, SHEETS TEMP CAP W/ STUB. REMOVE & INSTALL 207-210. 90' BEND OR SWING JOINT FOR 1' ALL VALVE (REMOVE CONNECTION TO METER SETTER HANDLE AND SECURE VALVE AFTER INSTALLATION) Ir(1 MIN PE TUBING �CONNECTIONSIDE OF TAT CU (160 PSI RATING) CONNECTION ER CUSTOMER 2"X1"TEE ORO SERVICE SADDLE EX. WATER GROUND ANCHOR (TYP) SERVICE LINE EX. CUSTOMER WATER SUPPLY UNE NOTE: BARBED CONNECTIONS MAY BE USED FOR TEMPORARY WATER SERVICE CONNECTIONS. TEMPORARY WATER MAIN ASSEMBLY NTS WATER TRENCH SECTION NTS D.I. LONG SOLID SLEEVE COUPLING (MJ) NEW DUCTILE IRON PIPE EX. ACP, D.I. OR C.I. PIPE INSTALL DI SPACER (WEDDING BAND OR DUTCHMAN) TYPICAL CONNECTION TO EXISTING WATER MAIN DETAIL FILL ANNULAR SPACE WITH SAND OR PEA GRAVEL 2' MAX CASING SEAL CASING DETAIL 'B' STD. WALL NTS A. WATER 4D. STEEL CASING PIPE I. PIPE CASING SPACER 90' SECTION A -A NTS NOTES: 1. CASING SEAL SHALL BE A CEMENT CONCRETE END SEAL. 2. PROVIDE MIN 3 CASING SPACERS PER PIPE LENGTH. 3. CASING ANTI -CORROSIVE COATING THICKNESS - 8 MILLS DFT 1/2" MIN. CLEARANCE BETWEEN STEEL CASING & END BELL OF D.I. PIPE CASING PIPE 'B" DIA. STD. STEEL PIPE 'A' PIPE SIZES 'B" CASING SIZES (MIN) O NOTES: 16" EXISTING NEAT -LINE 20" 1. SURFACE RESTORATION AS SPECIFIED AND/OR AS REQUIRED BY RIGHT OF WAY PERMIT. GROUND SURFACE TRENCILNADTH 3 FINISH GRADE 1 2, PAVEMENT RESTORATION AS SPECIFIED, AND SHOWN ON PLANS, AND/OR AS REQUIRED 16" 32' 1 1/4" BY RIGHT-OF-WAY PERMIT. O7 TRENCH BACKFlLL _ M 8 3. SEE STD. SPEC. SECTIONS 2-09.4 & 7-09.3(7). AND TYPICAL SECTION FOR ( ) WATER MAIN o I O MEASUREMENT OF TRENCH WIDTH. OPIPE ZONE ;;,0 4. SEE STD. SPEC. SECTIONS 7-09.1(1)8. BACKFILL 5. GRAVEL BACKFILL FOR PIPE ZONE BEDDING, COMPACTED TO 95% MAX. DENSITY. (5 PIPE ZONE BEDDING O w w �'6 SEE STD. SPEC. SECTIONS 7-09.3(9) AND 9-03.12(3). o N 6. GRAVEL BACKFILL FOR PIPE ZONE BEDDING, COMPACTED TO 90% MAX. DENSITY. SEE 11 OFOUNDATIO `* STD. SPEC. SECTIONS 7-08.3(3), 7-09.3(10), AND 9-03.12(3). 7. GRAVEL BASE COMPACTED TO 95% MAX. DENSITY IN ROADWAYS. SUITABLE NATIVE EXCAVATED r BACKFILL COMPACTED TO 95% MAX. DENSITY IN UNPAVED AREAS OR DRIVEWAYS. USE RIGID PIPE WATER MAIN (UNPAVED AREA) GRAVEL BASE COMPACTED TO 95% MAX. DENSITY AS MAY BE DIRECTED BY ENGINEER TO SUPPLEMENT INSUFFICIENT QUANTITY OF SUITABLE NATIVE TRENCH BACKFILL MATERIAL IN UNPAVED OR PAVEMENT DRIVEWAY AREAS RESTORATION (3' MIN. 8. RESTORATION PER LANDSCAPE PLANS WIDTH) 9. COMPACT AGGREGATE COURSE PER ROADWAY SECTIONS, SHEET 35-36. NEAT-LINE13 10. 3.5 -FT. MIN. COVER UNLESS OTHERWISE NOTED IN THE PLANS/PROFILES, AND EXCEPT AT SEAL JOINT (TYP) TRENCH WIDTH 9 2 TRANSITIONS / CONNECTIONS TO EXISTING WATER MAIN. EXIST PAVEMENT -\ SAWCUT (TIP) 11. EXCAVATE BELL HOLES TO PROVIDE CONTINUOUS SUPPORT UNDER PIPE. 1' MIN FINISH GRADE 12. EXCAVATION MORE THAN 4 -FT. DEEP SHALL COMPLY WITH WAC 296-55, PART N. - (TYP) EXISTING HMA EXISTING AGGREGATE BASE (IF ANY) 13. RESTORATION PER ROADWAY SECTIONS, SHEET 35-36. 07 TRENCH BACKFILL WATER MAIN NATIVE MATERIAL SUBGRADE ©PIPE ZONE BACKFILL c ww w O PIPE ZONE BEDDING o a ao ;r aF5 11 0 4OFOUNDATION RIGID PIPE WATER MAIN (PAVED ROADWAY & DRIVEWAYS) WATER TRENCH SECTION NTS D.I. LONG SOLID SLEEVE COUPLING (MJ) NEW DUCTILE IRON PIPE EX. ACP, D.I. OR C.I. PIPE INSTALL DI SPACER (WEDDING BAND OR DUTCHMAN) TYPICAL CONNECTION TO EXISTING WATER MAIN DETAIL FILL ANNULAR SPACE WITH SAND OR PEA GRAVEL 2' MAX CASING SEAL CASING DETAIL 'B' STD. WALL NTS A. WATER 4D. STEEL CASING PIPE I. PIPE CASING SPACER 90' SECTION A -A NTS NOTES: 1. CASING SEAL SHALL BE A CEMENT CONCRETE END SEAL. 2. PROVIDE MIN 3 CASING SPACERS PER PIPE LENGTH. 3. CASING ANTI -CORROSIVE COATING THICKNESS - 8 MILLS DFT 1/2" MIN. CLEARANCE BETWEEN STEEL CASING & END BELL OF D.I. PIPE CASING PIPE 'B" DIA. STD. STEEL PIPE 'A' PIPE SIZES 'B" CASING SIZES (MIN) MIN CASING WALL THICKNESS 6' 16" 1/4" 8" 20" 1/4" 12" 24' 1/4' 14" 28' 1/4" 16" 32' 1 1/4" STEEL CASING FOR WATER DETAIL NTS SAMPLING STATION ALUMINUM BASE 2" GALVANIZED STEEL EXTERIOR CASING PIPE n MPT x COPPER X ELBOW X" MIPT x COPPER FLARE .—ALUMINUM HOUSING COPPER VENT TUBE WITH BALL VALVE GROUND LINE VALVE BOX EQUIPMENT VALVE RISER Y4" DOMESTIC COPPER SOFT K -TYPE /-CORPORATION STOP -" BALL VALVE 16' DIP CL52, SEE SHEET 187. CURBSTOP NOTES: 1. SAMPLING STATIONS SHALL BE 4.5' BURY, WITH A 3/4' FIP INLET, AND A (3/4" HOSE OR UNTHREADED) NOZZLE. 2. ALL STATIONS SHALL BE ENCLOSED IN A LOCKABLE, NONREMOVABLE, ALUMINUM -CAST HOUSING. 3. WHEN OPENED, THE STATION SHALL REWIRE NO KEY FOR OPERATION, AND THE WATER WILL FLOW IN AN ALL BRASS WATERWAY. 4. ALL WORKING PARTS WILL ALSO BE OF BRASS AND BE REMOVABLE FROM ABOVE GROUND WITH NO DIGGING. EXTERIOR PIPING SHALL BE BRASS OR GALVANIZED. 5. A COPPER VENT TUBE WILL ENABLE EACH STATION TO BE PUMPED FREE OF STANDING WATER TO PREVENT FREEZING AND TO MINIMIZE BACTERIA GROWTH. SAMPLING STATION NTS w wo z 3' MINQ 3' MIN( RIM:23245 21 Q.............................................. FINAL FRAME & ...............OF 3' MIN RADIUS 240 ............................................ r HYDRANT COVER/GRATE w o 3 CLEAR & LEVEL EG AT CENTERLINE a d...OF ELEVATION CLOSE -CUT CHAIN AND CSBC.............. I QO 4" STORZ EXISTING FRAME & REMOVE FROM HOSE PORT ...............................................VAULT (OUTSIDE DIMENSIONS,..... 210 ADAPTER --.............. -------------........ CAPS & HYDRANT DI "BLOCKING" PIPE - 10 CABLE PRESSURE REDUCING VALVE SECTION B -B %" JOINT MAIL SMALLER THAN WATER MAIN = " O = BLOCKING PIPE TO ALLOW CLEARANCE FULL DEPTH. w GRADE w �' FOR BOTTOM OF OUTLET ADJACENT HYD. a = VERTICAL PIPE RUN z WATER MAIN CURB 2' RADIUS (CENTERED 1/77 REMOVE AND INSTALL NEW CONE SECTION(S) ON HYDRANT) x 6" EXISTING PAVEMENT '-1 o MIN THICK CONC. SLAB ON HEIGHT BETWEEN 4" MIN & 16" MAX AND ~ SPECIFIED COVER DIRECTION. SEE PLANS COMP. SUBGRADE 1' n FOR FINAL COVER DIRECTION. REMOVE/ADD NEW PRECAST MIN '� h z CONSTRUCTION M PROPOSED/FINAL 1' MAX GEOTEXTILE EXISTING MANHOLE MANHOLE N r FOR "IEELPPEGALVANIZED UNDERGROUND FIN. GRN. S DRAINAGE SEE NOTE 2. SEE NOTE 3. REMOVE AND REPLACE STEPS I I 12 CU. FT. MIN SUCH THAT FIRST STEP IS MAX EXISTING MANHOLE SEE NOTE 1. 18' BELOW FINAL COVER GRAVEL BACKFILL Z g • 'y_ ELEVATION AND IS ORIENTED FOR DRYWELLS WATER MAIN 60.0W FINAL COVER DIRECTION 8" DIP 50' MAXQ CL52 HYDRANT (WO) DRAIN VALVE 12"x1 2"x4" SOLID 8' TO 6'J CONCRETE REDUCER BLOCK GRADE C.J. (SEE STANDARD PLAN 11) 8" AUXILIARY GATE VALVE (FLxMJ) FLANGED BRANCH CUT -IN", OR TAPPING HYDRANT TEE MAIN 8" HYDRANT ASSEMBLY DETAIL NTS NOTES: 1. GRADE RINGS, RISERS AND BRICK SHALL BE SET IN 3'4 NON -SHRINK GROUT, PLASTER SMOOTH INSIDE AND OUT. 2 STEPS OR HAND HOLDS SHALL BE ADDED AS NEEDED. 3. PRECAST GRADE RINGS AND RISERS MUST BE CAST WITH GROOVE TO ALLOW FIELD INSTALLATION OF SAFETY STEP. 4. SEE PLANS FOR FINAL COVER DIRECTION, EX. GRADE RING HEIGHT, EXISTING RIM ELEVATION AND FINAL RIM ELEVATION. 5. FINAL COVER ORIENTATION SHALL BE SET TO MAXIMIZE THE DISTANCE BETWEEN THE COMMON VEHICLE WHEEL PATH AND THE CENTER OF THE METAL COVER. MANHOLE RECONSTRUCTION DETAIL NTS NOTES: 1. HYDRANTS SHALL BE INSTALLED PLUMB. 2. HYDRANT PUMPER/STEAMER PORT SHALL FACE THE STREET. 3. DO NOT PLACE THRUST BLOCKING BEHIND TEE OR HYDRANT UNLESS SHOWN ON THE PLANS USE THRUST RESTRAINT SYSTEM FOR PUSH -ON OR MJ JOINTS PER SPECIFICATIONS. USE OF TIE/SHACKLE RODS IS NOT ACCEPTABLE 5. PAINT HYDRANT WITH 2 COATS OF PAINT, GLOSS SAFETY YELLOW, NO. 854Y37. 6. DO NOT BLOCK DRAIN. 72) MEASURED FROM GROUND SURFACE WHERE HYDRANT IS LOCATED. ® LOCATION AND MIN. OFFSET, OR AS SHOWN ON PLANS, AS REQUIRED BY RIGHT OF WAY PERMIT OR DIRECTED BY DISTRICT. rn 250 RIM:23245 21 Q.............................................. FINAL FRAME & ...............OF PRV.............. ... 240 ............................................ ...m.� COVER/GRATE �3 ..............:.............................................. 3:1 SLOPEITH.T� EG AT CENTERLINE a d...OF ELEVATION we CSBC.............. I 220 ..................... ...................; VERTICAL DISCHARGE PIPING EXISTING FRAME & c°5 ...............................................VAULT (OUTSIDE DIMENSIONS,..... 210 COVER/GRATE --.............. -------------........ - PRESSURE -REDUCING -VALVE - - DI "BLOCKING" PIPE - 10 PROPOSED PRESSURE REDUCING VALVE SECTION B -B SLOT AT TIP OF SMALLER THAN WATER MAIN = " FINISHED = BLOCKING PIPE TO ALLOW CLEARANCE HOSE BIBS OR GLOBE VALVE w GRADE w �' FOR .�- VAIN NIPPLE (12" MIN LENGTH) a = a = VERTICAL PIPE RUN SEE NOTE 3. WATER MAIN PLAN REMOVE AND INSTALL NEW CONE SECTION(S) t8" Sx EXISTING PAVEMENT '-1 AS NECESSARY TO REACH FINAL GRADE RING MIN HEIGHT BETWEEN 4" MIN & 16" MAX AND SPECIFIED COVER DIRECTION. SEE PLANS FOR FINAL COVER DIRECTION. REMOVE/ADD NEW PRECAST VALVE LOCATION z GRADE RINGS OR BARREL M PROPOSED/FINAL SECTIONS AS NECESSARY TO EXISTING MANHOLE MANHOLE N r REACH FINAL GRADE RING "IEELPPEGALVANIZED HEIGHT BETWEEN 4' MIN & 16" MAX. FIN. GRN. S TTINGS L SEE NOTE 2. SEE NOTE 3. REMOVE AND REPLACE STEPS I I SUCH THAT FIRST STEP IS MAX EXISTING MANHOLE SEE NOTE 1. 18' BELOW FINAL COVER • 'y_ ELEVATION AND IS ORIENTED WATER MAIN 60.0W FINAL COVER DIRECTION (WO) C.J. (SEE STANDARD PLAN 11) 8" AUXILIARY GATE VALVE (FLxMJ) FLANGED BRANCH CUT -IN", OR TAPPING HYDRANT TEE MAIN 8" HYDRANT ASSEMBLY DETAIL NTS NOTES: 1. GRADE RINGS, RISERS AND BRICK SHALL BE SET IN 3'4 NON -SHRINK GROUT, PLASTER SMOOTH INSIDE AND OUT. 2 STEPS OR HAND HOLDS SHALL BE ADDED AS NEEDED. 3. PRECAST GRADE RINGS AND RISERS MUST BE CAST WITH GROOVE TO ALLOW FIELD INSTALLATION OF SAFETY STEP. 4. SEE PLANS FOR FINAL COVER DIRECTION, EX. GRADE RING HEIGHT, EXISTING RIM ELEVATION AND FINAL RIM ELEVATION. 5. FINAL COVER ORIENTATION SHALL BE SET TO MAXIMIZE THE DISTANCE BETWEEN THE COMMON VEHICLE WHEEL PATH AND THE CENTER OF THE METAL COVER. MANHOLE RECONSTRUCTION DETAIL NTS NOTES: 1. HYDRANTS SHALL BE INSTALLED PLUMB. 2. HYDRANT PUMPER/STEAMER PORT SHALL FACE THE STREET. 3. DO NOT PLACE THRUST BLOCKING BEHIND TEE OR HYDRANT UNLESS SHOWN ON THE PLANS USE THRUST RESTRAINT SYSTEM FOR PUSH -ON OR MJ JOINTS PER SPECIFICATIONS. USE OF TIE/SHACKLE RODS IS NOT ACCEPTABLE 5. PAINT HYDRANT WITH 2 COATS OF PAINT, GLOSS SAFETY YELLOW, NO. 854Y37. 6. DO NOT BLOCK DRAIN. 72) MEASURED FROM GROUND SURFACE WHERE HYDRANT IS LOCATED. ® LOCATION AND MIN. OFFSET, OR AS SHOWN ON PLANS, AS REQUIRED BY RIGHT OF WAY PERMIT OR DIRECTED BY DISTRICT. 1'. SLDPE ROUNDING ...... 6.-Vi:WW. BOW TO PRV..... ......... ....1.'..NOM_.DEPTH..GRAVEL...... :........... 220 ..... _BACKFILL...FOR...DRYWEILS...... .... ............. --- W-O'W..x.13'„1"L..x..8'-7'H VAULT... (OUTSIDE DIMENSIONS, SEE DETAIL, SHT 175) AND PRESSURE REDUCING 91(1 VALVE'STAMM N0: SA PER DETAIL COMPJ►C1iD....SBC....... ..................................... PRESSURE REDUCING VALVE SECTION A -A FORMULA FOR ESTIMATING RATE OF DISCHARGE ELEVATION D _ s.sx � WHERE: y 0 —DISCHARGE (gpm) d= INSIDE DIAM. OF DISCHARGE PIPE NOTES. d.Sx,Sy— MEASURED IN INCHES 1 • PROVIDE TEMPORARY THRUST RESTRAINT, CONC. ECOLOGY BLOCK(S) AND/OR STEEL BRACING WITH BEARING PLATE(S) AS NECESSARY FOR SOIL AND TRENCH CONDITIONS TO RESIST TEST PRESSURE 2. IF ASSEMBLY PLACED IN HAZARDOUS/TRAFFIC LOCATION, PROVIDE COUPLING AND PLUG FOR REMOVAL OF STANDPIPE OUTSIDE TIMES OF TESTING. EXTEND AND INSTALL OUTSIDE THE PAVEMENT SECTION TO MINIMIZE TRAFFIC IMPACTS. 3. DISCHARGED WATER WITH CHLORINE RESIDUAL SHALL BE DECHLORINATED/DISPOSED PER JURISDICTIONAL AGENCY REQUIREMENTS, AND CONTROLLED PER TESC PLAN. TEMPORARY BLOWOFF DETAIL NTS NTS APRROX. STA 38+25 NOTES: 1.) ACCESS PAD SHALL BE 0.2' DEPTH CSTC OVER 0.8' CSBC COMPACTED TO 95% MAXIMUM DENSITY. 0 250 RIM:23245 21 Q.............................................. ....... ...........FG AT CENTERLIN LcS ...............OF PRV.............. ... 240 ............................................ ...m.� ..........-......- .................._................_......_.......-...._...._..... T....� ..............:.............................................. 3:1 SLOPEITH.T� EG AT CENTERLINE a d...OF PRV........... ..... ..�.......;....._ 1'. SLDPE ROUNDING ...... 6.-Vi:WW. BOW TO PRV..... ......... ....1.'..NOM_.DEPTH..GRAVEL...... :........... 220 ..... _BACKFILL...FOR...DRYWEILS...... .... ............. --- W-O'W..x.13'„1"L..x..8'-7'H VAULT... (OUTSIDE DIMENSIONS, SEE DETAIL, SHT 175) AND PRESSURE REDUCING 91(1 VALVE'STAMM N0: SA PER DETAIL COMPJ►C1iD....SBC....... ..................................... PRESSURE REDUCING VALVE SECTION A -A FORMULA FOR ESTIMATING RATE OF DISCHARGE ELEVATION D _ s.sx � WHERE: y 0 —DISCHARGE (gpm) d= INSIDE DIAM. OF DISCHARGE PIPE NOTES. d.Sx,Sy— MEASURED IN INCHES 1 • PROVIDE TEMPORARY THRUST RESTRAINT, CONC. ECOLOGY BLOCK(S) AND/OR STEEL BRACING WITH BEARING PLATE(S) AS NECESSARY FOR SOIL AND TRENCH CONDITIONS TO RESIST TEST PRESSURE 2. IF ASSEMBLY PLACED IN HAZARDOUS/TRAFFIC LOCATION, PROVIDE COUPLING AND PLUG FOR REMOVAL OF STANDPIPE OUTSIDE TIMES OF TESTING. EXTEND AND INSTALL OUTSIDE THE PAVEMENT SECTION TO MINIMIZE TRAFFIC IMPACTS. 3. DISCHARGED WATER WITH CHLORINE RESIDUAL SHALL BE DECHLORINATED/DISPOSED PER JURISDICTIONAL AGENCY REQUIREMENTS, AND CONTROLLED PER TESC PLAN. TEMPORARY BLOWOFF DETAIL NTS NTS APRROX. STA 38+25 NOTES: 1.) ACCESS PAD SHALL BE 0.2' DEPTH CSTC OVER 0.8' CSBC COMPACTED TO 95% MAXIMUM DENSITY. 1.5.0 RIM:23245 21 ............. ............................. ...................... 240................�g...........................5.........................................1 ....... .............................. ........................................ 2 ...... ................_......................-_......_. ......._......_..._.._................. .. ............-.......-..-................-........ ... ................. ............8 .. ..... .................35'`_.1 I EG AT CENTf; RU NE OFPRV...o I ...................230 1 Z ..............:.............................................. 3:1 SLOPEITH.T� ...... ........................... SHOULDER RDUNQINQ .B...MIN..DEI'TH....................1 .... ................:.....COMPACTED CSBC.............. I 220 ..................... ...................; ..............................................I '-2: I ...................................... ....................... .................8'-O.:W..x..13:-].:L. . ..... I............... ........................ ..... ..... x..8: -1."H....... i ...............................................VAULT (OUTSIDE DIMENSIONS,..... 210 SEE DETAIL: SHT..1.75).AND ........ 2, --.............. -------------........ - PRESSURE -REDUCING -VALVE - - STATION NO. 9A PER DETAIL, APPENDIX F. PRESSURE REDUCING VALVE SECTION B -B NTS APRROX. STA 38+25 V-13 SS PENTAGONAL BOLT a 2-1/2' LONG W/ WASHER AND PICKHOLES - HEX NYLOC NUT 0 in V M SECTION A -A a 3 PLAN VIEW i 8" DEEP ACP COLLAR (TACK SIDES WITH CSS -1 1 AND SEAL EDGES) FINISHED GROUND-/ 9" NAX DEPTH TO TOP OF BASE SECTION, OR _// BASE EXTENSION J POLYETHYLENE PAD (2" THICK) LOCKING VALVE BOX LID WITH RECESSED BRONZE LOCKING HANDLE BAR VALVE BOX TOP SECTION Al WITH 'HIGH" FLANGE 8" DEEP CONCRETE COLLAR f� 4" MIN BEYOND FLANGE (TYP) POLYTAPE BETWEEN TOP AND BASE SECTIONS -VALVE BOX BASE SECTION (WITH EXTENSION PIECE IF REQUIRED TO BRING OPERATING GEAR EXTENSION TO WITHIN 2' TO 3' OF GROUND SURFACE.) NOTES: 1.) ALL PARTS SHALL BE CAST OR DUCTILE IRON AND COATED WITH ASPHALTIC VARNISH WATER GATE VALVE BOX NTS 00 VV VV v oN°F 11 NOTES. VAULT SHALL INCLUDE ABILITY TO ADJUST UP TO 3'0 DUCTILE IRON PIPE, CL 52 OR STEEL GRADE WITHOUT RESETTING VAULT WITH USE OF ADJUSTMENT INSERTS 4 PLACES OPTIONAL RISER SECTION WATER PIPE. PIPE SHALL BE FUSION BONDED, DI SPOOL PExFLG, LENGTH AS REQUIRED PRESSURE REDUCING VALVE STATION VAULT NTS CITY OF Federal Wa Y EPDXY LINED & FUSION BONDED EPDXY COATED. 90' BEND, FL (TYP) FULL 180' OPEN DESIGNED BY DATE MANAGER DATE PAINT TWO (2) COATS WATER BASED 101 h APWA-BLUE PAINT TO INSTALLED PIPE ALL 1" OPEN PATTERN 90' BEND ENGINEER DATE CHECKEDBY DATE CONNECTIONS ABOVE FLANGE SHALL BE WITH STAINLESS STEEL (TYPE 304) COVER S THREADED. SECURITY SCREEN (MESH) SLAB 1 BLIND FLANGE WITH IPS TAP 3"x4' REDUCEREEEEEEEE 1( - BREAKAWAY I -I -I -I - PROVIDE CONCRETE FLANGE 4" STAINLESS STEEL TYPE 304 ( ) I -I -I -I -I -I -I - FUNNEL TO CONTAIN 6" MIN SECURITY SCREEN(MESH)I-I-I-I-I-I-I-I-I- -I-I-I-I-I-I-I-I-I-I WATER FROM PRESSURE RELIEF Z I DISCHARGE. ----------------------- -� I-I-I-I-I-I-I-I-f- -I-I-I-I-I-I-I-I-I-I-I -I-I-I-I-I-I-I-I-I- RECTANGULAR BOLT -DOWN 'v CONCRETE INLET, SEE I -I -I -I -I -I -I -I -I -I -I -I -I - I -I GRATE PER WSDOT FRAME AND VANED GRATE Al STRAP PIPES TOGETHER WITH METAL Z BAND AND 1x Y4 THICK x 1" WIDE I DETAILS THIS SHEET 1I - x STD PLAN B-30.30-01. NEOPRENE PAD BETWEEN THEM. I I 6' SIDE WASHED ROCK WRAPPED I SEWER CONNECTION m IN FILTER FA)GEAN PROVIDE CONCRETE FUNNE 1" PVC SCH-40 DISCH TO CONTAIN WATER FITTINGS FOR PUMP FROM PRESSURE RELIEF DISCHARGE. FROM DRAIN PUMP BEND PLACE 8 -MIL HDPE FILM BETWEEN THRUST ow IN PRV VAULT BLOCK AND CATCH BASIN FOR 6" DIA. DRAIN SLOPE VAUL SEPARATION AS NECESSARY 18" RISER TO GRAVITY SANITARY - SEWER MAIN. FROM PRESSURE REDUCING STATION CONCRETE THRUST BLOCK TOP PER LAKEHAVEN STANDARDS. PROVIDE (2) 90' BENDS, ONE W/ Y4 SECTION NOTES: WEEP HOLE IN BOTTOM. O CONCRETE INLET PER WSDOT STD PLAN B-25.60-00. 1.) ALL PICKUP HOLES SHALL BE COMPLETELY FILLED WITH PRESSURE RELIEF DRAIN NON -SHRINK GROUT AFTER PLACEMENT. 1 NTS PRESSURE DISCHARGE PIPE DETAIL NTS r� V-13 SS PENTAGONAL BOLT a 2-1/2' LONG W/ WASHER AND PICKHOLES - HEX NYLOC NUT 0 in V M SECTION A -A a 3 PLAN VIEW i 8" DEEP ACP COLLAR (TACK SIDES WITH CSS -1 1 AND SEAL EDGES) FINISHED GROUND-/ 9" NAX DEPTH TO TOP OF BASE SECTION, OR _// BASE EXTENSION J POLYETHYLENE PAD (2" THICK) LOCKING VALVE BOX LID WITH RECESSED BRONZE LOCKING HANDLE BAR VALVE BOX TOP SECTION Al WITH 'HIGH" FLANGE 8" DEEP CONCRETE COLLAR f� 4" MIN BEYOND FLANGE (TYP) POLYTAPE BETWEEN TOP AND BASE SECTIONS -VALVE BOX BASE SECTION (WITH EXTENSION PIECE IF REQUIRED TO BRING OPERATING GEAR EXTENSION TO WITHIN 2' TO 3' OF GROUND SURFACE.) NOTES: 1.) ALL PARTS SHALL BE CAST OR DUCTILE IRON AND COATED WITH ASPHALTIC VARNISH WATER GATE VALVE BOX NTS 00 13022WATPPR01.Ewg oN°F 11 NOTES. VAULT SHALL INCLUDE ABILITY TO ADJUST UP TO Y; DIA. LIFT GRADE WITHOUT RESETTING VAULT WITH USE OF ADJUSTMENT INSERTS 4 PLACES OPTIONAL RISER SECTION SECTIONS. PRESSURE REDUCING VALVE STATION VAULT NTS CITY OF Federal Wa Y \pproved By 13022WATPPR01.Ewg oN°F 11 ,e:.` ��. �� ' ,51II�'' m O � �k��Dnnr Interdisciplinary Design 3131EfdIAve 2S02Je6wAg l(253)627-0720 BID DOCUMENTS CITY OF Federal Wa Y FILENAME ?ING MANAGER DATE DESIGNED BY DATE MANAGER DATE DRAWN BY DATE11 101 h Seattle, WA 96121 (M253) 274w726402 (206)28&1610 www4g.an ENGINEER DATE CHECKEDBY DATE PACIFIC HIGHWAY SOUTH PHASE V IMPROVEMENTS WATER & SEWER PLAN & PROFILE GENERAL WATER DETAILS 3 KPG PROJECT No. 13022 1 SHT 175 OF 3 250 CONC BLOCK RET WALL WAY HEATED STORAGE HOMETIONS CENTER M511Bt001OALL /* �_--------- 20 04-9047 * T -- SEE STL41+80 1-8 X8 (FLxFL) WATE6' WOOD SHGATE VALVE(W)1- X6"REDUCER ( FL) (W) STA 56.72, 60.76' LTO/ 1-8 ADAPTER ( ) (N) B' H ANT ASSEMBLY 1- UST BLOfI% E AC 8.'x8.'.. TEE ...PRESSURE SD F _{ SEE SHEET 2002000 FOR STA 40+00 TO 42+25 WATER PROFILE PACIFIC HIGHWAY SOUTH 40 S 352ND ST EXTENSION PROJECT LIMITS AC -s s \ \ WATER - PAC HWY FO EXIST RIM = 239.64 PROP RIM = 239.88 EX. GRADE RING HEIGHT: 22" 41 EXIST RIM = 241.06 PROP RIM = 241.00 INSTALL NEW WATER EX. GRADE RING HEIGHT: 27" ALONG EXISTING WATER �JT�ALIGNMENT JT�JT� S 28 DISTANCE FROM PROPOSED MAIN TO FOC. w CASCADE DRILLING 202104-9148 y. / At - ,STA 41+ 97 39. ' RT EXIST �RIM= 2420PROP = .78 19 EX. GRADE RIHT: 36' n BARK RING w FO ill SD SD FO FO SD FO 3B STA 37+50 TO STA 42+25 '0 II INTERSECTION DETAILS ..................€................................................€. SCALE IN FEET .......................:... ............ w 11 l! 131 ........... 187 1\ ........................ I........................ = N p ill 36' CASING PER RECORD ............................................. ..................... ............... I .................. .................. .................. + lIl ....................... .......................... .....................:........................I.... 38 Ili .................. .................. 39 ....................... .................... .... ............ ................... ........E........................ .....................i........................:..................... II i.... ..... ....... ........I........................ ................... .................. .................... ....':............... i € ................... ................... .........'........................ i....................... I .................. ........... ..I... V) 1I1 ! w z J ojli SEE STA 38+25 Q ! EG; ALONG..........................................8..x1.2...TEE..(�I:XFL);..SEE..S..3SiST..ST........... III PROFILE, SHEET 201 ............... : I ....................... 105 LF MINIMUM JOINT__..:........................ !._.............. - ........................_..._...._...-,_......._:...... ----------------------_.._-- -------------.._.._...i---------- It f........................;.......................;................................................;............................. ocZr ........................! U 42 :... I... .................. .................. ...... . . ......r ...... ............. ..................... � 5 IIS ................................................. ,............-....-..-.-..-..; ........................ .._..................... ................r..................... 'a! ....... . .......s........................1..................... Ld ....... ...... .............. SEE STA 38+10 r r PROFIT SHEET 199 45- - - — — — —RV- — ............. .............................;.......... .................. ....... . ............ ................ \` TEE � L . — — . — J SEE STA 38+25 WATER DETAIL, .................: ....... SHEET 203 AND .............. ' ' 292104-9048 SECTIONS, SHEETS ............. ..... ....... ........... .. ............. 174-175 .PROFI..........I ^ .................... ....—.-.-.- .......:.......................i................ .... ............... ....... ................... ....... �\ EX 36 SD ........... ............. ....... ......... PLAN .... ................ .................. \ 8.'x8.'.. TEE ...PRESSURE SD F _{ SEE SHEET 2002000 FOR STA 40+00 TO 42+25 WATER PROFILE PACIFIC HIGHWAY SOUTH 40 S 352ND ST EXTENSION PROJECT LIMITS AC -s s \ \ WATER - PAC HWY FO EXIST RIM = 239.64 PROP RIM = 239.88 EX. GRADE RING HEIGHT: 22" 41 EXIST RIM = 241.06 PROP RIM = 241.00 INSTALL NEW WATER EX. GRADE RING HEIGHT: 27" ALONG EXISTING WATER �JT�ALIGNMENT JT�JT� S 28 DISTANCE FROM PROPOSED MAIN TO FOC. w CASCADE DRILLING 202104-9148 y. / At - ,STA 41+ 97 39. ' RT EXIST �RIM= 2420PROP = .78 19 EX. GRADE RIHT: 36' n BARK RING GENERAL NOTES SEE SHEET 172. CONSTRUCTION NOTES ' I 26\ O CONNECT TO EXISTING DI WATER MAIN WITH LONG -SLEEVE COUPLING \ OREMOVE EXISTING WATER MAINS AS INDICATED BY CROSS -HATCHING (TYP) OR WHERE EXISTING WATER CONFLICTS WITH NEW WATER. 19 REMOVE GRADE RINGS AND CONE SECTION AND INSTALL CONCRETE RISER(S) AS NECESSARY TO ADJUST SANITARY SEWER MANHOLE TO FINISHED GRADE. FINAL TOTAL GRADE RING HEIGHT SHALL BE 4' MIN AND 16" MAX. SEE PLAN FOR ADJUSTMENT HEIGHT. UCT W/ FO P6ELE m23 REMOVE HOT TAP TEE FOR HYDRANT ASSEMBLY INSTALLED DURING S n 352ND ST EXTENSION PROJECT. INSTALL NEW 8"x6" TEE (MJxFL) AND 6" -fX. 16" DI = GATE VALVE (FLxMJ). CONNECT TO EXISTING 6" PIPE WITH LONG -SLEEVE / m COUPLING. CONTRACTOR TO VERIFY LOCATION AND DEPTH PRIOR TO m INSTALLATION (RECONNECTING EXISTING TAPPING HYDRANT). m Ln 24 UTILITY CROSSING. PROVIDE 6" MIN VERTICAL CLEARANCE (TYP). 42 -a N UTILITY CROSSING ON BRANCH RUN. PROVIDE 6" MIN VERTICAL CLEARANCE a SEE STA 42+00 + 25 (TYP). WATER DETAILS, LNi TYP SHEET 203. 1n x 26 REMOVE SAMPLING STATION. m m 28 DECOMMISSION AND REMOVE EXISTING PRESSURE REDUCING VALVE. DISPOSE \ Co OF VAULT AND SALVAGE VALVE TO LAKEHAVEN UTILITY DISTRICT. ® INSTALL NEW 8" FIRE HYDRANT ASSEMBLY PER DETAIL, SHEET 174. RP 8 41 PRESERVE AND PROTECT APPROXIMATELY 25 LF OF 8' DIP INSTALLED IP CL DURING THE S 352ND ST. EXTENSION PROJECT. AC 5 42 SALVAGE GATE VALVE TO LAKEHAVEN. 45 INSTALL AND CONNECT 6" SIDE SEWER TO 10" GRAVITY SEWER MAIN. PRESERVE AND PROTEXT 10" SANITARY FORCE MAIN JUST WEST OF THE GRAVITY MAIN. CONNECT PRESSURE RELIEF VALVE AND SUMP PIPE TO SIDE SEWER PIPE. SEE LUD SIDE SEWER INSTALLATION DETAILS AND STD PLAN d, SS -07. SEE PLAN AND PROFILES SHEETS 201 & 203 FOR ADDITIONAL c DETAILS. WATER LEGEND N GATE VALVE w EXISTING WATER MAIN IN THRUST BLOCK PROPOSED WATER MAIN (PLAN LONG SLEEVE COUPLER w VIEW) (SEE CONNECTION DET, REMOVE WATER LINE (PLAN SHEET 173) VIEW) q1 CROSS RESTRAINED JOINT LIMITS Hy 11 Y4 BEND (PROFILE VIEW) --- - - -- -- F --y 22 YZ' BEND ...................I........................[ 45' BEND ...................:........................: TEE qJT...................................... ................... !..................... - ► REDUCER - - ........... - -- CAP ..................I......................... r� ........................ II FLANGE JOINT .................... C MECHANICAL JOINT I................... 0 I_ 250 PACIFIC HIGHWAY SOUTH PHASE V IMPROVEMENTS CORRESPONDING SHEETS RIGHT OF WAY PLAN 49 0 10 20 40 60 ROADWAY PLAN STA 37+50 TO STA 42+25 ROADWAY PROFILE 105 INTERSECTION DETAILS ..................€................................................€. SCALE IN FEET .......................:... ............ .................. ................................................. : ........... 187 ....................... ........................ I........................ ........................ [........................ ........................ '........................ I........................ ............................................. ..................... ............... I .................. .................. .................. .................. ! ....................... ....................... .......................... .....................:........................I.... ...... .......s............. .................. .................. ;'RESTRAINT LJ ....................... .................... .... ............ ................... ........E........................ .....................i........................:..................... !........................ i........................ I i.... ..... ....... ........I........................ ................... .................. .................... ....':............... i € ................... ................... .........'........................ i....................... I .................. ........... ..I... ! ...... ....... FG ALONG... ............ FAST WATER AI]NMENT.................................. ..:................ ............. ;.. ................... ! ! i i ! EG; ALONG..........................................8..x1.2...TEE..(�I:XFL);..SEE..S..3SiST..ST........... 1R..... _...........:...... ..................... :......................... ............... : I ....................... 105 LF MINIMUM JOINT__..:........................ !._.............. - ........................_..._...._...-,_......._:...... ----------------------_.._-- -------------.._.._...i---------- It f........................;.......................;................................................;............................. ocZr ........................! ....- — !-- ........F�................ ._-...-..-..-..�.-.. -- AST wATER ALIGNMErm..-.._..--------...._..�RpF1T ..... ................... .................. ............................................ .7r... :... I... .................. .................. ...... . . ......r ...... ............. ..................... RESTRAINT LIMITS ................................................. ,............-....-..-.-..-..; ........................ .._..................... ................r..................... 'a! ....... . .......s........................1..................... ...... ....... ...... .............. r r --.-.-...........I--- - ................. ............. .............................;.......... .................. ....... . ............ ................ .............ES7p TEE � .................: ....... ............. a .............. ' ' ............. ..... ....... ........... .. ............. .PROFI..........I .............. .................... ....—.-.-.- .......:.......................i................ .... ............... ....... ................... ....... ................ 24 EX 36 SD ........... ............. ....... ......... .... ................ .................. .................. ................ ..... .— ................... ............ .................. ......... :.._.._................. !.... _..... _...... ... ..... ..................... ......... ..... ... _.._.._......................_.._........_...............I...... - - ............. __......_.._............. .......... - - CONNECT ....................... .......... ...... I §2 .........................................I............. :.............. ..;............. ................................................... NEW 8"x6 TEE i X.48...50 .....:........................ ............................P.RP.......O1P..�......................1. ....................... :........................ :...... .................. ........................... !........................ .......... .............. • ............ T SD ;................... ... ....... ......... ........;............... ......... .......... .......................................EXISTING TCf EX HYDRANT .... .......................................i............................................. WATERWAIN t ................... - -- - I .......................:...... - - - - — -•----•-------------- --- _ . (TYP) 24 ..........................._.. _..._.......... i. EG ALONG PIPE ALIGNMENT (TYP) _...fiOP OF FII1'E €LEVAi10N {TYPr ----------- - - — - - ... - ----- ............... T - ----- — 1RESIRAINT lDA1S ) .................. j...................... - ...---------- — --- --- - - - - - ........................ i............. .......... s.......... 25 ........ /;../............................................:........................:........................:............................................ ......................ice............ $1'A 38+ QI: aG ....................[..................... i9........................................ M;n ............... ............... '�! ... ...... ..-:Z ............... .................0 �....................................NS�.................. I.. ..................�Ai�.... .....................:...ISM.............FROFILE,................. �: N•�y N �,j ....................!..................... N' N �: ! .................. '....................:. NI �I i ...................... .................... N! O! 0�....................i..................... N! N D01 ....................I.....................................OTA.................. N: oi! N' I ,... I - -.._.._.. - 38+00 _........_......_._.. '--------_. .._...... ------------- -- - 38+50 .._._...._..__ .._...._........-------------- -- 39+00 ,..__......._..... 39+50 _ .:......------------=-----------.._.. 40+00 - - - -- ---..__...._........... 40+50 _ .._.__.._.._.. .._._.. ....-- ................_...!_.........._.._...._..........--- 41+00 41+50 PROFILE REVISIONS Approved By 13022WATPPR02.dwg FILENAME OODE DOGC y ��IL IDENDUM 1 u, ENGINEERING MANAGER DATE SOD 06116 DESIGNED BY DATE SOD Interdisciplinary Design 3131EMotlAve BID CITY of Federal Way PROJECT MANAGER DATE BY DATE KID 06/16 •App ? 116_ ��r @ SAID 400 SeatUe,WA98121 �MNII%mnA* Tamura, WAwu (253)627-0120 DOCUMENTS d L ET�`2 Ory PROJECT ENGINEER DATE CHECKED BY DATE(206)28fr1610 wAw.q.mlO GENERAL NOTES SEE SHEET 172. CONSTRUCTION NOTES ' I 26\ O CONNECT TO EXISTING DI WATER MAIN WITH LONG -SLEEVE COUPLING \ OREMOVE EXISTING WATER MAINS AS INDICATED BY CROSS -HATCHING (TYP) OR WHERE EXISTING WATER CONFLICTS WITH NEW WATER. 19 REMOVE GRADE RINGS AND CONE SECTION AND INSTALL CONCRETE RISER(S) AS NECESSARY TO ADJUST SANITARY SEWER MANHOLE TO FINISHED GRADE. FINAL TOTAL GRADE RING HEIGHT SHALL BE 4' MIN AND 16" MAX. SEE PLAN FOR ADJUSTMENT HEIGHT. UCT W/ FO P6ELE m23 REMOVE HOT TAP TEE FOR HYDRANT ASSEMBLY INSTALLED DURING S n 352ND ST EXTENSION PROJECT. INSTALL NEW 8"x6" TEE (MJxFL) AND 6" -fX. 16" DI = GATE VALVE (FLxMJ). CONNECT TO EXISTING 6" PIPE WITH LONG -SLEEVE / m COUPLING. CONTRACTOR TO VERIFY LOCATION AND DEPTH PRIOR TO m INSTALLATION (RECONNECTING EXISTING TAPPING HYDRANT). m Ln 24 UTILITY CROSSING. PROVIDE 6" MIN VERTICAL CLEARANCE (TYP). 42 -a N UTILITY CROSSING ON BRANCH RUN. PROVIDE 6" MIN VERTICAL CLEARANCE a SEE STA 42+00 + 25 (TYP). WATER DETAILS, LNi TYP SHEET 203. 1n x 26 REMOVE SAMPLING STATION. m m 28 DECOMMISSION AND REMOVE EXISTING PRESSURE REDUCING VALVE. DISPOSE \ Co OF VAULT AND SALVAGE VALVE TO LAKEHAVEN UTILITY DISTRICT. ® INSTALL NEW 8" FIRE HYDRANT ASSEMBLY PER DETAIL, SHEET 174. RP 8 41 PRESERVE AND PROTECT APPROXIMATELY 25 LF OF 8' DIP INSTALLED IP CL DURING THE S 352ND ST. EXTENSION PROJECT. AC 5 42 SALVAGE GATE VALVE TO LAKEHAVEN. 45 INSTALL AND CONNECT 6" SIDE SEWER TO 10" GRAVITY SEWER MAIN. PRESERVE AND PROTEXT 10" SANITARY FORCE MAIN JUST WEST OF THE GRAVITY MAIN. CONNECT PRESSURE RELIEF VALVE AND SUMP PIPE TO SIDE SEWER PIPE. SEE LUD SIDE SEWER INSTALLATION DETAILS AND STD PLAN d, SS -07. SEE PLAN AND PROFILES SHEETS 201 & 203 FOR ADDITIONAL c DETAILS. WATER LEGEND N GATE VALVE w EXISTING WATER MAIN IN THRUST BLOCK PROPOSED WATER MAIN (PLAN LONG SLEEVE COUPLER w VIEW) (SEE CONNECTION DET, REMOVE WATER LINE (PLAN SHEET 173) VIEW) q1 CROSS RESTRAINED JOINT LIMITS Hy 11 Y4 BEND (PROFILE VIEW) --- - - -- -- F --y 22 YZ' BEND ...................I........................[ 45' BEND ...................:........................: TEE qJT...................................... ................... !..................... - ► REDUCER - - ........... - -- CAP ..................I......................... r� ........................ II FLANGE JOINT .................... C MECHANICAL JOINT I................... 0 I_ 250 PACIFIC HIGHWAY SOUTH PHASE V IMPROVEMENTS CORRESPONDING SHEETS RIGHT OF WAY PLAN 49 SITE PREPARATION PLAN 67 ROADWAY PLAN 86 ROADWAY PROFILE 105 INTERSECTION DETAILS 118, 119 DRAINAGE PLAN 132 DRAINAGE PROFILE 151 WATER & SEWER PLAN & PROFILE 187 IRRIGATION PLAN 254 LANDSCAPE PLAN 276 ILLUMINATION PLAN 297 CHANNELIZATION & SIGNING PLAN 1 339 WATER & SEWER PLAN & PROFILE STA 37+50 TO STA 42+25 KPG PROJECT No. 13022 1 SHT 87 OF 372 1 1 1 1 1 1 1 1 1 WATER - STA 22+88 RT HYDRANT CONNECTION 220 I 2: �........ ..... ............... F.................. WATER ALIGNMENT._....._.._..........__....._x .......FG"AtONG ............................................................? .._.... ............... _ ... ..y ...............:._250... ...WATER AUGNME14T...... n .................................................: ............................. .r...... EG.. I CNG ................................ �...... 210 .................WATER.._AUGAWlli7.....�.,......--....-............................................._.._.._.._.._ EG ALONG ....._..................................................... 3' 21 -___ � a' ... .... ...... RESTRAINT LIMITS _--- ___------------------- __i z_...._..____—_ _—� __--__ -__ .._______...___..-2... ..................... .................. —.................................lti...............;.................... .............. ......1 200 Q .................d........_.. ......................... W. ...................................., ..._.................. ........ _-..-- ... ... ----- .._. __...._......... ................. ____- 2( ...............' ...................................... .................... -SEE PROFILE _ ........ WA..IR PIPE ............... -- —f - -- ---- '1.2 ..................................... ------------------------------.._..- — - 8,x8, — -�--- EE.:..................................I.......................T..SEE. EAST. WA......I.. . MAIN PROFIU:, SHEET {87 -- L 230 ------. _ ._..._ _---j--------._- ....._ EMIT 48" SD ............................ 190 _....---.8'.x8' ._TEE. ---------------- �.......... .....SEE..PR . 8 DIP OFILE,. ._�.. '220 ..B' .b...WATER ...................... _..... SHEET 183 PIPE =c ==______ ...............1.$...5.. .................... 180 i 2" s 210 230 WATER - STA 27+03 RT CONNECTION STA 0+00 TO STA 0+78 ..... .......... ..........................1fETAIL BELOW i..................................-................. 190 200 % ..............t................ ........: 20Q -- - ------- PRP - -- - -- 0 - --r.--- J - -- - - -.... -=- -2 -- I V EXIST` 12 SD EXIST. 12" 1 24 I U JOINT .� .�.a ..._..4D..LF. NIMUM SEE PROFILE DETAIL ............... RES . NT..UMITS D.................:......24.................................... BELOW ..... X............._.. . D180 190 I....................................................................... 190 _....._....._.._..._...._._........_._..EXLSIl0__. _--_-- SS...........__- - - - ...__... _ .... ....... _ - �------------..........:.............--- JOINT EXIST 4o- SS _ PROFILE LOOKING NORTH PROFILE LOOKING NORTH INSTALL 8" DIP AS NECESSARY TO CONNECT TO EXISTING 8" DIP WITH LONG SLEEVE COUPLING. EXISTING __---- - - - - - - - GROUN-D - _ - ____ --1-8'x8" TEE (FLxFL) Lo 1-8' GATE VALVE (FLxMJ) (N,E) -------------- ------ d 1-8- ADAPTER (FLxMJ) (S) 1-8'x6' REDUCER (MJxMJ) g- 1 -HYDRANT 1 -HYDRANT ASSEMBLY _ O'i C- PRP 8 DITOTE PRP 8" DIP CL 52 1-8" 22.5' HORZ. BEND (FLxFL) 6" DIP CL 52 1-8" 11.25' HORZ. BEND (FLxMJ) 1-8" 11.25' VERT. BEND (FLxMJ) 71-8'x8' TEE (FLxFL) 2 -THRUST BLOCK 3-8" GATE VALVE (FLxMJ) (N,E,S)NOTE: RESTRAIN ALL 1-8" 11,25' VERT. BEND (MJxMJ)TRAIN ALL JOINTS/FITINGS IN JOINTS/FITTINGS IN CONFIGURATION. CONFIGURATION STA 22+88 PROFILE DETAIL STA 27+03 PROFILE DETAIL LOOKING NORTH LOOKING NORTH NTS NTS REVISIONS Approved By 13I=WATPPR01.tlw9 FILENAME 80D 06/18 DESIGNED BY DATE BOD 01116 DRAWN BY DATE NJD M16 CHECKED BY DATE CONSTRUCTION NOTES 24 UTILITY CROSSING. PROVIDE 6" MIN VERTICAL CLEARANCE (Typ)• 25 UTILITY CROSSING ON BRANCH RUN. PROVIDE 6" MIN VERTICAL CLEARANCE (TYP). WATER - STA 29+70 CONNECTION WATER LEGEND SEE SHEET 172. SD ..........EXIST 10" SS 24 ....... ....... .�..� i 200 i INIMUM JOINT� ._...�..;: ce................................ VT LIMITS....�...... ......................... nrTAll GCnW. 0 PROFILE LOOKING NORTH GENERAL NOTES SEE SHEET 172. WATER - STA 38+10 CONNECTION .................................................................................................................................................. ................................................. .............................. FG. ALONG I �........ ..... ............... F.................. WATER ALIGNMENT._....._.._..........__....._x ........ ........ ............... ..........._----......................... .._.... ............... _ ... ..y ...............:._250... ................................................. ............................. .r...... EG.. I CNG ................................ ....... ...............................................................................3 WATER ALIGNMENT.. 4.LF.MINIMUM JOINT - ... .... ...... RESTRAINT LIMITS _--- ___------------------- __i z_...._..____—_ _—� __--__ -__ .._______...___..-2... ..................... .................. —.................................lti...............;.................... .............. ......1 a NECT TO EX. 8" ...............' ' _ ........ WA..IR PIPE ............... -- —f - -- ---- '1.2 ..................................... ------------------------------.._..- — - 8,x8, — -�--- EE.:..................................I.......................T..SEE. EAST. WA......I.. . MAIN PROFIU:, SHEET {87 -- L 230 ------. _ ._..._ _---j--------._- ....._ EMIT 48" SD ,..GONG:'PIPE................... ............................................................SEE .................................................................................�........ �.......... ............... ........--.._.._...---------....___i_. RANT PROFILE DETAIL BEit)W1���.\ ....... ..... __............................. ....... ___.... ____..... ----._:....._.._...... --......... ._�.. '220 ..B' .b...WATER ...................... _..... ...pt,..36'...STEEL. CASING....................................�EX PIPE =c ==______ .................. —_ .................... ................... 210 PROFILE LOOKING NORTH 1-12" DI 90' VERTICAL BEND (FLxMJ)(W) 1-12" GATE VALVE (FLxFL) (W) 1-8"x12" TEE (FLxFL) 1 -THRUST BLOCK -6' OF 12" EXISTING 1-8"x8' TEE (FLxFL) 1 -THRUST RESTRAINT _________ ___ CL 52 DIP PIPE GROUND 1 -GATE VALVE (FLxMJ) (E) SEE PLAN VIEW - 2-8' GATE VALVE (FLxMJ) (N,S�---------- -- ----- ---- 1 -THRUST BLOCK -6' OF 12" SEE WATER DETAILS, SHEET 203 FOR CL 52 DIP PIPE FURTHER FITTINGS NOT IN THIS VIEW EXISTING --- PRP 8" 12" CL -- DIP CL 52 GROUND I REMOVE ------- - 52 DIP ----- 20' DI ------ CASING ; EXISTING 1-8' DI 90' VERTICAL WATER BEND (MJxMJ) LTjIIN�� 1 -THRUST RESTRAINT /-\--1-12" DI 90' VERTICAL 36 CASING STEEL REMOVE CUT CASING AS NECESSARY AND BEND (MJxMJ) EXISTING CONNECT TO EXISTING 12" DIP 1 -THRUST BLOCK _ WATER IN 20" DI CASING WITH LONG _ _ _ i ; INSTALL 8" DIP AS NECESSARY SLEEVE COUPLING. CONTRACTOR NOTE: RESTRAIN ALL --- ----------- ------------J TO CONNECT TO EXISTING 8" TO VERIFY DEPTH PRIOR TO JOINTS/FITINGS IN DIP WITH LONG SLEEVE COUPLING. INSTALLATION. CONFIGURATION. CONTRACTOR TO VERIFY LOCATION STA 29+70 PROFILE DETAIL NOTE: RESTRAIN ALL PRIOR TO CONNECTION LOOKING NORTH JOINTS/FITINGS IN NTS CONFIGURATION. STA 38+10 PROFILE DETAIL LOOKING NORTH NTS I . CIO, Interdisciplinary Design BID CITY OF Sub 4W T=m'kISo% A Federal Way Su8e400 Tacana,WA98402 DOCUMENTS Seattle, WA 98121 (253)627-0720 (206) 286-1640 www.kpg.com PACIFIC HIGHWAY SOUTH PHASE V IMPROVEMENTS WATER & SEWER PLAN & PROFILE ADDITIONAL WATER PROFILES KPG PROJECT No. 13022 1 SHT 199 OF 372 WATER - WEST WATER MAIN STA 40+00 TO STA 42+25 260 CONSTRUCTION NOTES _260_. 24 UTILITY CROSSING. PROVIDE 6" MIN VERTICAL CLEARANCE .................... FG ALONG — -- --- — — — —...................................,......................._..__..__...._.._.._.. .._...._..... — ---- — _ — — — — _ — ------ ---260 24 ....................I WATER ALIGNMENT ....................................................................................................................................... . I ....................... ................................ N GATE VALVE i 130. LF. MINIMUM..JOIN7.......................................... ' I ....................... LONG SLEEVE COUPLER SEE CONNEC11ON DET SHEET 173 ( ) - - - -- 230_ � x1�' IEE-(FLxFI.). � EO ALONG I RESTRAINT LIMITS; F--1 11 Y( BEND F y 22 YZ' BEND WATERALIGNMENT... ................................................................... F-,,, 45' BEND -TOP OF PIPE ....................... ELEVATION (TYP) ► REDUCER CAP .... ..... ...... ..... ..... ........... ................ ................................. ........... ....... w PROPOSED WATER MAIN (PLAN VIEW) .............................................................................................. i................................................)... ........................... VIEW) a .... I ..................... ...... ....... ....................... ............ ................................................... ..........................6"..SD....... 240 - - - - --- ------...----..-- . &" .SD...... 24 _ - -- .. ..<... SR... 1.2.:..S.D...... ------• _. .. ... ----- ........ ..._. __...._...._..;..240. ........................ ------- ....................... OIP CC 52 ... .... ... ....... ...... ..... ; .....I.. ....... ............... ' 230 1 it BUND FLANGE I ----- - --- ---- - --_ FFI ANT ------------- - --- — ---------- 25 .....1.. - - a'Xrs`;TEE _ ; 230 - 30 .................................................................... rASSEMBLY.............. 1........................ SEE ............................... ..........................................TOP ,.j.............................................. ..........>............................................... iF PIPE () ELEVATION.. TYP .. ....... .................................................EXIST 8" SS� ............. ................... 220 -- --------------- --- -EG {TYP}� -- - - -- ------- ---------- --- - --__ - 2 20 -- --- ........................... r?' .................................................. ........,............. ..................... aiN .............................................................................. 210- ........ -- ------ --- --- --- 40+00 41+00 _... _ .._.. - -- 42+00 - 42+25 PROFILE PAC HWY STA 41+50 TO STA 42+50 260_....._.............. 260 FG ALONG........I................................................................. i WATER' ALIGNMENT ............. j ................................................ 250 ......... EG' ALONG.._................................................................-. 250 - --WATER-ALIGNMENT---i ..------------------- -- -- ---- -- - - ..................................... !7.16 MNIMUM JOINT ..............T"CIMI15- -- ' ._ -....._.- ....................................... 40 2 — - -- - - ------ — -=240 .................................................... ............................................................................... i ..................................... ........ CONNECI..TQ.EX...16 .......... 230: _ i ' 230 30 - - - -- -- ---- -- .. ....._DI_WATER_PIPE.._.. --- — ---- 16"x16" TEE(FLxfL),...................................€................................................. SEE PROFILE DETAIL,....... ................ THIS SHEET .............................................. ...................... 220 ------ ........._..__ ._..._.._...........................-•---........ 0.... PRP 16" DIP 41+50 42+00 42+50 CL 52 PROFILE 1-16" 11.25' HORZ. BEND (MJxMJ)- SEE PROFILE DETAIL, THIS SHEET 1-16"x16" TEE (FLxFL) 1-16"x12" REDUCER (FLxFL) (E) 1-12" GATE VALVE (FLxMJ) (E) INSTALL 16" DIP 1-16' GATE VALVE (FLxMJ) (N) AS NECESSARY TO 1-16' 22.5' VERT. BEND (FLxMJ) (W) CONNECT TO EXISTING 1 -THRUST BLOCK 16' DIP WITH LONG 1 -THRUST RESTRAINT SLEEVE COUPLING. EXISTING PRP 16" DIP GROUND J REMOVE EXISTING WATER NOTE: RESTRAIN ALL JOINTS/FITTINGS IN CONFIGURATION STA 41+50 - 42+50 PROFILE DETAIL LOOKING WEST NTS WATER - S 351ST ST CONNECTION 16"x16" TEE (FLxFL), 260 -..............-----------...._.._....._._.._..-----.._........__.._..__....----_... - -- -- .... -- .................... -_... .....SEE PROFILE; u........._..... THIS SHEET z SEE PROFILE, .............................. �....................... MIS Mim 250: ......... ------ ......... ._... - . - .. - -�---..... __............... ....lm. _ALIGNMENT..... _....__.._.._,_......_...ffr-ALGN61- .. WATERALIGNMENT ........................ w...................................................................... . ........................................,..............................;.............................................. PROFILE LOOKING NORTH SEE PROFILE DETAIL, THIS SHEET EXISTING INSTALL 16" DIP GROUND AS NECESSARY TO CONNECT TO EXISTING - - - 16" -OIP-WITH TONG- - - - SLEEVE COUPLING. GENERAL NOTES SEE SHEET 172. ZREMOVE EXISTING WATER MAIN -1-16" 22.5' VERT. BEND (MJxMJ) 1 -THRUST BLOCK NI►C�—w Www w�� N[3J - -- - �--� PRP 12" DIP CL 52 PRP 12" DIP CL 52 1-16"x16" TEE (FLxFL) PRP 16" DIP CL 1-16"x12" REDUCER (FLxFL) (E) 1-8"x12" TEE (FLxFL) 52 1-12" GATE VALVE (FLxMJ) (E) Q 1-12" GATE VALVE (FLxMJ) (W) 1-16" GATE VALVE (FLxMJ) (N) 2-8" GATE VALVE ((FLxMJFLxMJ) ((W) 1-16" 22.5' VERT. BEND (FLxMJ) (W) NOTE: RESTRAIN ALL 1 -THRUST BLOCK JOINTS/FITINGS IN 1 -THRUST RESTRAINT CONFIGURATION. 1-16"x8" TEE (FLxFL) 1-16" 22.5' HORZ. BEND (FLxMJ) (W) 1-16" GATE VALVE (FLxFL) (W) 1-8" GATE VALVE (FLxMJ) (S) 1-16" ADAPTER (FLxMJ) (E) S 351ST ST PROFILE DETAIL LOOKING NORTH NTS CONSTRUCTION NOTES _260_. 24 UTILITY CROSSING. PROVIDE 6" MIN VERTICAL CLEARANCE ............................... '"'' " .......' i 25 UTILITY CROSSING ON BRANCH RUN. PROVIDE 6" MIN O ......................................... _._..-----....--------------._...._...._.._.._.240 ;_250... VERTICAL CLEARANCETYP . ( ) 24 WATER LEGEND ................................ N GATE VALVE i THRUST BLOCK LONG SLEEVE COUPLER SEE CONNEC11ON DET SHEET 173 ( ) - - - -- 230_ � x1�' IEE-(FLxFI.). � Fp CROSS '�' ....... PINM SHEET'187 ` F--1 11 Y( BEND F y 22 YZ' BEND ......................................... 220 F-,,, 45' BEND -TOP OF PIPE 1, TEE ELEVATION (TYP) ► REDUCER CAP n FLANGE JOINT C MECHANICAL JOINT " EXISTING WATER MAIN w PROPOSED WATER MAIN (PLAN VIEW) REMOVE WATER LINE (PLAN VIEW) RESTRAINED JOINT LIMITS (PROFILE VIEW) ZREMOVE EXISTING WATER MAIN -1-16" 22.5' VERT. BEND (MJxMJ) 1 -THRUST BLOCK NI►C�—w Www w�� N[3J - -- - �--� PRP 12" DIP CL 52 PRP 12" DIP CL 52 1-16"x16" TEE (FLxFL) PRP 16" DIP CL 1-16"x12" REDUCER (FLxFL) (E) 1-8"x12" TEE (FLxFL) 52 1-12" GATE VALVE (FLxMJ) (E) Q 1-12" GATE VALVE (FLxMJ) (W) 1-16" GATE VALVE (FLxMJ) (N) 2-8" GATE VALVE ((FLxMJFLxMJ) ((W) 1-16" 22.5' VERT. BEND (FLxMJ) (W) NOTE: RESTRAIN ALL 1 -THRUST BLOCK JOINTS/FITINGS IN 1 -THRUST RESTRAINT CONFIGURATION. 1-16"x8" TEE (FLxFL) 1-16" 22.5' HORZ. BEND (FLxMJ) (W) 1-16" GATE VALVE (FLxFL) (W) 1-8" GATE VALVE (FLxMJ) (S) 1-16" ADAPTER (FLxMJ) (E) S 351ST ST PROFILE DETAIL LOOKING NORTH NTS WATER - STA 48+15 CONNECTION ............................................................................................. ...................... .......................... :................................................. N I �... FG ALONG ............4................................................ 270.-3-- WATER ALIGNMENI .... ... P EG..ALONG................................................................... WATER ALIGNMENT ................................................... .................�A.5............................................. WATER - STA 57+00 LT CONNECTION ...... .................................. ......... .......... ..................................... FG. ALONG....... ............................................................ AIERLIGNII 290: EG ONi PRP..B. ............................................... DIP CL 52 ............................:.......... ............................................... .....1. ..... �............................. MAIN .......d/ ...;..1x...12"..sD.......... 250_.i. - ---- -- - - , 250 270 -- 24 EX. 18" SD PRP 8; DIP CONNECT TO CONNECT TO ------- - INSTING WATER • 01ING WATER MAIN ............CC.52.................... 12" SD ...... B:xB:..TEE,._..........................................MAIN...................... .... ................ .............. ................ ........_.. ...... .....SEE..PROFILE......................... ....27 LF MINIMUM JOINT ........ LIF MINIMUM JOIN] ....... EXIST.B" SS ............ 2401 SHEET 189 RESTRAINT LIMITS 240 260 aecmeiuT i iwTc PROFILE EG ALONG WATER LOOKING NORTH CONSTRUCTION NOTES SEE PROFILE DETAIL, THIS SHEET B" DIP WITH LONG INSALL TNECESS 1-8"x8" TEE (FLxFL) AS RIY TO 1-8" GATE VALVE (FLxMJ) (E) CONNECT TO EXISTING 1-8" GATE VALVE (FLxFL) (N) 8" DIP WITH LONG 1-8" 22.5' BEND (FLxMJ) (N) SLEEVE COUPLING. 1 -ADAPTER (FLxMJ) (S) 320 EXISTING (TYP). ---- -- GROUND - - - ---- - 2-8" 22.5' VERT. BEND (MJxMJ) AS NECESSARY TO 2 -THRUST BLOCK77 PRP 8" DIP NOTE: RESTRAIN ALL CL 52 JOINTS/FITINGS IN SLEEVE COUPLING. 1-8" 22.5' VERT. BEND (MJxMJ) 1 -THRUST RESTRAINT 1-8" 22.5' VERT. BEND (MJxMJ) -- 1 -THRUST BLOCK NOTE: RESTRAIN ALL JOINTS/FITINGS IN CONFIGURATION. STA 48+15 PROFILE DETAIL LOOKING NORTH NTS STA 38+25 - PRV CONNECTION EG ALONG ALIGNMENT_ CONCRETE h ALONG ALIGNMENT ...... ..... .... ................c RIM 231.62 ....................... ;.............. ................ .... ............ PRV RIM 232:j 8'x8' TEE !(kit SEE PROFILE, SHF£f 1 �1...................... ...................... ,............... ................................ EXIST. .................48:.SD .................,,...... EX 10 PROFILE LOOKING NORTH SEE PROFILE DETAIL, THIS SHEET PROFILE LOOKING NORTH SEE PROFILE DETAIL, THIS SHEET INSTALL 8" DIP EG ALONG WATER AS NECESSARY TO CONSTRUCTION NOTES CONNECT TO EXISTING ALIGNMENT ....... ....: .................... B" DIP WITH LONG SLEEVE COUPLING. EXISTING 22-5' VERT. BEND (MJxMJ) GROUND - - - 2 -THRUST RESTRAINT /2-8" -------- -- - p\P Y4 UTILITY CROSSING. PROVIDE 6" MIN VERTICAL CLEARANCE PRpC6 5'L ALIGNMENT .. ................... � .......... ........ ----------------- ----------- 320 (TYP). ..... INSTALL 8" DIP 2-8" 22.5' VERT. BEND (MJxMJ) AS NECESSARY TO 2 -THRUST BLOCK77 CONNECT TO EXISTING NOTE: RESTRAIN ALL 8" DIP WITH LONG JOINTS/FITINGS IN SLEEVE COUPLING. CONFIGURATION. iINSTALL 6" SIDE SEWER SS AND CLEANOUT PER WD ! 210 SIDE SEWER INSTALLATION -""-"--".....""" DETAILS, APPENDIX F. SEE DETAILS, SHEET 175 FOR DRAIN AND RELIEF VALVE CONFIGURATION. STA 57+00 PROFILE DETAIL LOOKING NORTH NTS 1-8"x8" TEE (FLxFL) 1-8" GATE VALVE (FLxMJ) (E) 1 -THRUST BLOCK SEE SHEET 203 FOR ADDITIONAL FITTINGS WATER - STA 72+80 LT HYDRANT CONNECTION GENERAL NOTES SEE SHEET 172. ------------------------- EXISTING 1-8" 11.25' VERT. BEND (MJxMJ) GROUND PRP 8" DIP CL 52 .col ` N 1-8"x8" TEE (FLxFL) 1-8" GATE VALVE (FLxMJ) (S) NOTE: RESTRAIN ALL 1-8" BLIND FLANGE (FL) (S) JOINTS/FITTINGS IN 1-8" 11.25' VERT. BEND (MJxFL) CONFIGURATION 1 -THRUST RESTRAINT 1 -THRUST BLOCK STA 38+25 PROFILE DETAIL - PRV CONNECTION LOOKING NORTH NTS STA 72+80 PROFILE DETAIL LOOKING NORTH NTS EG ALONG WATER CONSTRUCTION NOTES .......... ALIGNMENT ....... ....: .................... FG ALONG'WAifR"""""""""`r Y4 UTILITY CROSSING. PROVIDE 6" MIN VERTICAL CLEARANCE 320 -- -- ALIGNMENT .. ................... � .......... ........ ----------------- ----------- 320 (TYP). ..... _ ........................ U �................. 310 --- -- ..............................................c 310 ................... : PRP 6 GL. 52 :. ..DIP ......................... 300..., --- 24 ___ - - ' FANNEGT-TO - . WATER LEGEND 29 LF MINIMUM JOINT .......................' EXISTING TEE N GATE VALVE RESTRAINT LIMITS. . ...• • ••• •••...... .STA..Z2+82 LT - THRUST BLOCK ................................................ ?...................- -I 290 ; 290,., LONG SLEEVE COUPLER (SEE CONNECTION DET, SHEET 173) _. _ CROSS PROFILE 11 Y; BEND LOOKING NORTH F v 22 j¢' BEND SEE PROFILE DETAIL, THIS SHEET y 45' BEND TEE ► REDUCER CAP u FLANGE JOINT MECHANICAL JOINT EXISTING GROUND o ---------"' EXISTING WATER MAIN -- ---------------- CONNECT TO EX w PROPOSED WATER MAIN (PLAN VIEW) 14'x4' TEE REMOVE WATER LINE (PLAN VIEW) L_, 100�]N�_ll I`L RESTRAINED JOINT LIMITS (PROFILE VIEW) PRP 6" DIP -4"x6" INCREASER (FLxFL) CL 52 1-6" GATE VALVE (FLxMJ) 2-6" 22.5' VERT. BEND (MJxMJ) 1 -THRUST BLOCK NOTE: RESTRAIN ALL 1 -THRUST RESTRAINT JOINTS/FITINGS IN CONFIGURATION. ------------------------- EXISTING 1-8" 11.25' VERT. BEND (MJxMJ) GROUND PRP 8" DIP CL 52 .col ` N 1-8"x8" TEE (FLxFL) 1-8" GATE VALVE (FLxMJ) (S) NOTE: RESTRAIN ALL 1-8" BLIND FLANGE (FL) (S) JOINTS/FITTINGS IN 1-8" 11.25' VERT. BEND (MJxFL) CONFIGURATION 1 -THRUST RESTRAINT 1 -THRUST BLOCK STA 38+25 PROFILE DETAIL - PRV CONNECTION LOOKING NORTH NTS STA 72+80 PROFILE DETAIL LOOKING NORTH NTS If STA 29+66.97, 29.81' RT CONNECT TO EXISTING 12' DIP NATH LONG -SLEEVE COUPLING. CUT CASING AS NECESSARY TO MAKE CONNECTION. SD I PRP 8' DIP CL L PLAN SCALE: 1' = 10' WATER CONFIGURATION SCHEMATIC STA 29+70 RT SEE PLAN, SHEET 185 AND PROFILE, SHEET 199 STA 29+67.48, 42.12' RT 1-8'x12' TEE (FLxFL) 2-8" GATE VALVE (FLxMJ) (N,S) 1-12" GATE VALVE (FLxFL) (W) 1-12" 90' VERTICAL BEND (FLxMJ) 1 -THRUST BLOCK 1 -THRUST RESTRAINT PRP 8' DIP CL 52 --- --� "INSTALL 6' SIDE SEWER CONNECTION AND CLEANOL PER LUD SIDE SEWER INSTALLATION DETAILS. SEE s DETAILS, SHEET 175 FOR DRAIN AND RELIEF VALVE CONFIGURATION. ADDITIONALLY, SEE DRAINAGE /PROFILE, SHEET 201 STA 38+12.50, 37.03' RT Q 2-8"x8' TEE (FLxFL) 4-8" GATE VALVE (FLxMJ) (E,E,S) 2 -THRUST BLOCK PAY LIMITS FOR "PRESSURE REDUCING VALVE STATION NO. 9A" �r iT JT j STA 38+34.60, 37.02' RT 1-8"x8' TEE (MJxFL) 1-8" GATE VALVE (FLxMJ) (E) 1 -THRUST BLOCK PRP 8" DIP CL 52, 1►tII GATE VALVE w PRP 8' DIP CL 52 w�_w_-__ STA 38+13.80, 70.50' RT Z Z Z INSTALL 6" PERFORATED PIPE 1-8'x8" TEE (FLxMJ) VIEW) AND CONNECT TO CONC. INLET. -1-8' GATE VALVE (FLxFL) (S) N 10 SHEET 173) VIEW) 1-8' BLIND FLANGE (S) CROSS RESTRAINED JOINT LIMITS STA 38+23.26 _1-8' 11.25' VERT. BEND (FLxMJ) (PROFILE NEW) v SD — -2-8' ADAPTER (FLxMJ) (WN) BLOCK F-, 45' BEND STA 38+34.60, 67.33' RT -2-THRUST TEE 1-8' 90' HORZ. BEND (FLxMJ) STA 38+10.43, 70.75' RT I u, I ;� 1-8" 11.25' VERT. BEND (FLxMJ) 1 -CONCRETE INLET._ _ - - - -RIM: 231.62 - - - g- a - - a _ _2 -THRUST BLOCK - R / 3:1 SEE SHEET 174 FOR CITY SLOPE EASEMENT 1 _—PRV SECTION B -B WATER CONNECTION AND CONFIGURATION GENERAL NOTES 1. REMOVE ANY CONFLICTING EXISTING WATER PIPES, FITTINGS, THRUST BLOCKING OR APPURTENANCES AS NECESSARY TO INSTALL CONNECTIONS TO EXISTING WATER MAINS. 2. FOR ADDITIONAL CONSTRUCTION INFORMATION REGARDING THE PROPOSED WATER SYSTEM, SEE SHEETS 172-201. FOR ADDITIONAL INFORMATION REGARDING THE SEQUENCING, SEE SHEETS 207-210. 3. CONTRACTOR SHALL VERIFY LOCATION AND DEPTH OF CONNECTIONS PRIOR TO INSTALLATION. SEE CONNECTION DETAILS SHEET 173. WATER LEGEND H GATE VALVE w EXISTING WATER MAIN - THRUST BLOCK PROPOSED WATER MAIN (PLAN LONG SLEEVE COUPLER w VIEW) (SEE CONNECTION DET, REMOVE WATER LINE (PLAN N 10 SHEET 173) VIEW) FD CROSS RESTRAINED JOINT LIMITS H 11 Y( BEND (PROFILE NEW) v 22 Yt' BEND STA 41+80.37, 54.00' LT F-, 45' BEND T --T ,I, TEE ► REDUCER MULCH. CAP SD ■ ■ u FLANGE JOINT — w SCALE: 1 = 10 MECHANICAL JOINT PRP 8" DIP CL 52 � D22 s 's _ _INSTALL 6' DIP AS INSTALL 8' DIP AS NECESSARY TO NECESSARY TO CONNECT CONNECT TO EX 8" DIP (INSTALLED -— — — — TO EXISTING 6' CI PIPE. DURING S 352ND ST EXT PROJECT) CONTRACTOR TO VERIFY WITH LONG -SLEEVE SOLID LOCATION AND DEPTH COUPLING. o PRIOR TO CONNECTION. STA 42+07.83, 65.62' RT " 1-8'x6' REDUCER (FLxMJ) (E) STA 42+00.38, 39.02' RT 1-8'x8' TEE (FLxFL) 1-8' GATE VALVE (FLxMJ) (N) J 1-8' GATE VALVE (FLxFL) (E) \ PLAN 1-8" 22.5' HORZ. BEND (FLxFL) (E) 1-8' ADAPTER (FLxMJ) (S) SCALE: 1 = 10 \ WATER CONFIGURATION SCHEMATIC \ STA 42+00 RT SEE PLAN, SHEET 187 AND PROFILE, -- SHEET 200 V a v STA 41+80.37, 29.54' LT 1-16'x16' TEE (FLxFL) z 1-12" GATE VALVE (FLxMJ) (E) Q1 1-16" GATE VALVE (FLxMJ) (N) 1-16'x12' REDUCER (FLxFL) (E) 1-16' 225' VERT. BEND (FLxMJ) (W) 1 -THRUST BLOCK 1 -THRUST RESTRAINT CL in z F7 PRP 16" DIP INSTALL 16" DIP AS NECESSARY TO CONNECT TO EXISTING 16' DI PIPE WITH LONG SLEEVE COUPLING. F� h M I INSTALL SAMPLING STATION PER DETAIL, SHEET 174. r REMOVE SAMPLING STATION. I I— EX. 16" DIP IN INSTALL 16" DIP AS NECESSARY TO CONNECT TO EXISTING 16" DIP WITH LONG SLEEVE SOLID COUPLING. PLAN SCALE: 1" = 10' �/i�N WATER CONFIGURATION SCHEMATIC A STA 41+80 LT SEE PLAN, SHEET 187 AND PROFILE, SHEET 200 _ - 0% - _ 35'x25' WATER EASEMENT --I 5 107 -- J ` ---- I REDUCING VALVE STA 41+91.89, 88.37 LTV —�� SATION I10% DDETAIL 1-16" 11.25 HORZ. N 10 VALVE CAN PROTECTIVE PAD BEND (MJxMJ) / PPENDIX F. I U aSTANDARD s STA 41+80.37, 38.97' RT PER LAKEHAVEN UTILITY DISTRICT DETAIL 11. 20'x12' ACCESS PAD PRP 16" CL 52 DIP i I 1-8"x12" TEE (FLxFL) SEE SHEET 174 FOR SEE DETAIL, SHEET 174 h N I EL 2-8" GATE VALVE (FLxMJ) (N,S) PRV SECTION A -A STA 41+80.37, 54.00' LT X_ 1-12" GATE VALVE (FLxMJ) (W) _ NOTE RESTORE DISTURBED (FILL AND CUT SLOPES 1-16"x8GATE VALVE (FLxFL) (W) T --T AND TOP OF PRV) SURFACES OUTSIDE OF THE 1-8' GATE VALVE (FLxMJ) (S) I ACCESS PAD WITH 2' BARK OR WOOD CHIP 1-16' 225' HORZ. BEND (FLxMJ) ) MULCH. ..1-16" ADAPTER (FLxMJ) (E) SD ■ ■ PLAN — w SCALE: 1 = 10 PRP 8" DIP CL 52 � WATER CONFIGURATION SCHEMATICW' STA 38+25 RT o PRP 8' DIP C SEE PLAN, SHEET 187 AND PROFILE, �-t— SHEET 199 AND SHEET 201 ''-' i -— `ten. x- __ _ _. In 0 D22 s 's _ _INSTALL 6' DIP AS INSTALL 8' DIP AS NECESSARY TO NECESSARY TO CONNECT CONNECT TO EX 8" DIP (INSTALLED -— — — — TO EXISTING 6' CI PIPE. DURING S 352ND ST EXT PROJECT) CONTRACTOR TO VERIFY WITH LONG -SLEEVE SOLID LOCATION AND DEPTH COUPLING. o PRIOR TO CONNECTION. STA 42+07.83, 65.62' RT " 1-8'x6' REDUCER (FLxMJ) (E) STA 42+00.38, 39.02' RT 1-8'x8' TEE (FLxFL) 1-8' GATE VALVE (FLxMJ) (N) J 1-8' GATE VALVE (FLxFL) (E) \ PLAN 1-8" 22.5' HORZ. BEND (FLxFL) (E) 1-8' ADAPTER (FLxMJ) (S) SCALE: 1 = 10 \ WATER CONFIGURATION SCHEMATIC \ STA 42+00 RT SEE PLAN, SHEET 187 AND PROFILE, -- SHEET 200 V a v STA 41+80.37, 29.54' LT 1-16'x16' TEE (FLxFL) z 1-12" GATE VALVE (FLxMJ) (E) Q1 1-16" GATE VALVE (FLxMJ) (N) 1-16'x12' REDUCER (FLxFL) (E) 1-16' 225' VERT. BEND (FLxMJ) (W) 1 -THRUST BLOCK 1 -THRUST RESTRAINT CL in z F7 PRP 16" DIP INSTALL 16" DIP AS NECESSARY TO CONNECT TO EXISTING 16' DI PIPE WITH LONG SLEEVE COUPLING. F� h M I INSTALL SAMPLING STATION PER DETAIL, SHEET 174. r REMOVE SAMPLING STATION. I I— EX. 16" DIP IN INSTALL 16" DIP AS NECESSARY TO CONNECT TO EXISTING 16" DIP WITH LONG SLEEVE SOLID COUPLING. PLAN SCALE: 1" = 10' �/i�N WATER CONFIGURATION SCHEMATIC A STA 41+80 LT SEE PLAN, SHEET 187 AND PROFILE, SHEET 200 PLAN I - PLAN SCALE: 1 = 10 WATER CONNECTION AND CONFIGURATION GENERAL NOTES -- — —��� SCALE 1" = 10' WATER CONFIGURATION SCHEMATIC Interdisciplinary Design BID 1. REMOVE ANY CONFLICTING EXISTING WATER PIPES, FITTINGS, THRUST BLOCKING OR STA 59+43 RT DATE P 5�1IG< STA 60+60 LT STA 60+66.38, 60.02' LT APPURTENANCES AS NECESSARY TO INSTALL CONNECTIONS TO EXISTING WATER MAINS. Federal Wa Y SEE PLAN, SHEET 192 AND PROFILE, SHEET 191 �\ \ 1-8'x6" TEE (FLxFI) 1-8" BLIND FLANGE (FL) (W) 2. FOR ADDITIONAL CONSTRUCTION INFORMATION REGARDING THE PROPOSED WATER SYSTEM, E s I 1-8" ADAPTER (FLxMJ) (E) SEE SHEETS 172-201. FOR ADDITIONAL INFORMATION REGARDING THE SEQUENCING, SEE RIScI _P P— -P— s �V � 1 -THRUST BLOCK SHEETS 207-210. �JT�JT � �aT V) �`A wxW.19g.m \ \ �� 3. CONTRACTOR SHALL VERIFY LOCATION AND DEPTH OF CONNECTIONS PRIOR TO INSTALLATION. SEE CONNECTION DETAILS SHEET 173. G G G—.o G INSTALL 14" DIP AND CONNECT TO EXISTING 14" RP 6" DIP DIP WITH LONG -SLEEVE r� SD so �- o J sD �� SNI WATER LEGEND CJ INSTALL 14" DIP AND Z GATE VALVE � o CONNECT TO EXISTING 14" n STA 68+02.34, 29.13' LT C\. THRUST BLOCK P R P '. , .. - D p - 11: _ o __ _ -- - -- LONG SLEEVE COUPLER (SEE CONNECTION DET, SHEET 173) — — �, a 1-12" GATE VALVE (FLxMJ) (E) U � �-D CROSS 0 1 -THRUST BLOCK a� 11 Y4 BEND G a P � 6 _fV a NOTE PO 0 E CONNECTION PRIOR 22 Y2' BEND \ P P p P -'' T---- T ---- 45' BEND P PRPP 6" DIP CL 52 _ U TF TEE Z ► REDUCER REMOVE BLIND FLANGE CAP p o o SD — — — D — — FROM 8" FLANGED TEE (W) w w—w w W u FLANGE JOINT AND INSTALL 1-8" GATE STA 60+66.43, 29.63' LT C MECHANICAL JOINT VALVE (RxFL) (W) 1 -14 -XB- TAPPING TEE (FL) SEE PROFILE FOR 1-8" GATE VALVE (FLxMJ) (W) RESTRAINED JOINTS/FITTINGS-44 LF ADDITIONAL FITTINGS, 1 -THRUST BLOCK " EXISTING WATER MAIN SHEET 191• w PROPOSED WATER MAIN (PLAN VIEW) REMOVE WATER LINE (PLAN VIEW) I RESTRAINED JOINT LIMITS (PROFILE PLAN I - PLAN SCALE: 1 = 10 P -- — —��� SCALE 1" = 10' WATER CONFIGURATION SCHEMATIC Interdisciplinary Design BID WATER CONFIGURATION SCHEMATIC STA 59+43 RT DATE P 5�1IG< STA 60+60 LT SEE PLAN, SHEET 191 AND PROFILE,- DOCUMENTS Federal Wa Y SEE PLAN, SHEET 192 AND PROFILE, SHEET 191 ,� ti0 �` - - - - - - - - - SHEET 192 s I 06/16 �Ow1. e 4j Seattle,098121 _P P— -P— s I _ DATE b (206)26&1640 wxW.19g.m T INSTALL 14" DIP AND CONNECT TO EXISTING 14" DIP WITH LONG -SLEEVE SD so so COUPLING —s —w W W INSTALL 14" DIP AND Z CONNECT TO EXISTING 14" n STA 68+02.34, 29.13' LT DIP WITH LONG -SLEEVE N n 1-14"x12" TEE (FLxFL) COUPLING ` 2-14" GATE VALVE (FLxMJ) (N,S) a 1-12" GATE VALVE (FLxMJ) (E) 0 1 -THRUST BLOCK a� a NOTE PO 0 E CONNECTION PRIOR TO INSTA N TO CONFIRM DEPTH. 68I REVISIONS Approved By PLAN SCALE: 1 = 10 WATER CONFIGURATION SCHEMATIC STA 68+00 LT SEE PLAN, SHEET 193 AND PROFILE, SHEET 193 en ATDET01.dvq FILENAME FILEN OgD °G° KPGr SOD 06+16 Interdisciplinary Design BID eiTr of DESIGNED BY SOD AWN DATE P 5�1IG< 3131 Bit Ave 2502JeR�sOnAve Taoxna.WA98402 DOCUMENTS Federal Wa Y BY DAA/TE ,� ti0 KiD 06/16 �Ow1. e 4j Seattle,098121 (253)627-0720 CHECKED BY DATE b (206)26&1640 wxW.19g.m PLAN SCALE: 1' = 10 WATER CONFIGURATION SCHEMATIC STA 68+00 RT SEE PLAN, SHEET 193 AND PROFILE, SHEET 193 PACIFIC HIGHWAY SOUTH PHASE V IMPROVEMENTS WATER & SEWER PLAN & PROFILE WATER DETAILS 4 KPG PROJECT No. 13022 1 SHT 205 OF 3%2 7 to & 2A 18 � N u~i = STAGE 1B N --..---._.--_-. /�N I — 19 PA�IFIHIGHW 26 27 CUT AND CAP EX. 8' WATER STAGE REVISIONS PACIFIC HIGHWAY SOUTH STAGE STAGE 2 PLAN IT 0 20 40 80 120 SCALE IN FEET ,Y SOUTH -STAGE 3B 28 29 STAGE 4D , 6 STAGE 4C � v 'STAGE 4A /_ 4 B STAGE 4D 6�3A TIRE WAREHOUSE GE ANWL� TEMPORARY WATER BYPASS AND STAGING GENERAL NOTES N 1. THE CONTRACTOR SHALL INSTALL ALL TEMPORARY WATER MAINS AND SERVICE LINES (BYPASS PIPE) ABOVE GROUND. AT 1 DRIVEWAYS OR VEHICLE TRAFFIC AREAS, CONTINUOUS VEHICLE ACCESS SHALL BE MAINTAINED DURING BYPASS OPERATIONS `J v►\X WITHOUT DAMAGE TO THE BYPASS PIPE OR DISRUPTION OF WATER SERVICE 1 A S 2. ALL TEMPORARY BYPASS PIPE INCLUDING APPURTENANCES SHALL CONFORM TO APPLICABLE AWWA STANDARDS AND BE CERT AED4 NPA NSF 61. PIPE SHALL BE RATED FOR PRESSURE CLASS 200 OR EQUAL 3. CONTRACTOR SHALL VERIFY LOCATION AND QUANTITY OF ALL EXISTING WATER SERVICES AND, IF NECESSARY, INSTALL ADDITIONAL CONNECTIONS NOT SHOWN ON THESE PLANS. w = 4. WATER BYPASS MAINS, TEMPORARY BLOW -OFFS, SERVICE LINES AND ASSOCIATED APPURTENANCES SHOWN ARE SCHEMATIC, NOT cn TO SCALE, AND PROVIDED FOR CONVENIENCE ONLY. THE CONTRACTOR IS RESPONSIBLE FOR LOCATING AND ROUTING THE WATER cn BYPASS PIPE TO COORDINATE WITH CONSTRUCTION ACTIVITIES, AND TO MEET ALL CONTRACT REQUIREMENTS. NO PORTION OF THE F_ WATER BYPASS PIPE SHALL BE LOCATED OUTSIDE CITY RIGHT-OF-WAY AND EASEMENT BOUNDARIES. SEE RIGHT OF WAY PLANS, CD SHT 42-60. 0 —24 LO 5. CONTRACTOR SHALL MAINTAIN WATER SERVICE CONNECTIONS TO BUSINESSES AT ALL TIMES EXCEPT THAT WATER SERVICE MAY BE N DISRUPTED DURING NON-BUISINESS HOURS OR A MAXIMUM OF ONE (1) HOUR FOR NON-MEDICAL OR NON-FOOD RELATED WATER STAGE 2C SERVICE CONNECTIONS SUBJECT TO THE CONTRACTOR'S ADVANCE COORDINATION WITH THE ENGINEER AS CONFIRMED BY THE STAGE 2B In THREE-WEEK LOOK AHEAD SCHEDULE. PROPERTY/BUSINESS OWNERS -OCCUPANTS AND POSTING OF ADVANCE NOTIFICATIONS ARE Z PROVIDED IN THE SPECIAL PROVISIONS. WHERE EXISTING SYSTEM IS IN CONFLICT WITH CONSTRUCTION OF NEW WATER SYSTEM OR .--r-+--------�-- OTHER CONSTRUCTION, CONTRACTOR SHALL PROVIDE WATER BYPASS PIPE UNTIL THE NEW MAIN INCLUDING WATER SERVICE CONNECTIONS HAS BEEN INSTALLED, TESTED, AND APPROVED BY LAKEHAVEN UTILITY DISTRICT. 6. TEMPORARY WATER MAINS SHALL BE A MINIMUM OF ONE (1) INCH DIAMETER FOR LENGTHS LESS THAN 40OLF, AND WITH FEWER THAN (2) 9'x-Yti SERVICE CONNECTIONS. OTHERWISE TEMPORARY WATER MAINS SHALL BE A MINIMUM OF 1-1/2 INCH DIA. AND SIESTA MOTEL PERPENDICULAR SERVICE LINES SHALL MATCH THE SIZE OF THE METER SETTER. TEMPORARY SERVICE LINES SHALL EXTEND PERPENDICULAR FROM THE TEMPORARY WATER MAIN TO THE BACK OF THE SETTER AT THE METER BOX. �-y 7. THE WATER BYPASS PIPE SHALL BE PRESSURE TESTED AND DISINFECTED PER SPECIFICATIONS. 8. CONTRACTOR SHALL COORDINATE, PREPARE AND POST LUD-FURNISHED NOTICES PRIOR TO PROPOSED WATER SERVICE v DISRUPTIONS AS SHOWN ON THE REVIEWED THREE-WEEK LOOK AHEAD SCHEDULE AND AS MORE COMPLETELY DESCRIBED IN THE SPECIAL PROVISIONS. CONTRACTOR SHALL SCHEDULE AND COORDINATE IN ADVANCE, AND PERFORM THE WORK TO MINIMIZE WATER SERVICE DISRUPTIONS. 9. SEE APPENDIX J OF CONTRACT SPECIFICATIONS FOR POTENTIAL WATER CONSTRUCTION SEQUENCE CORRESPONDING TO THE CONSTRUCTION STAGING SHOWN ON THIS PLAN. FOR TEMPORARY WATER BYPASS AND STAGING DETAILS, SEE SHTS 173-174. FOR CONSTRUCTION OF NEW WATER MAINS, SERVICES, HYDRANTS, AND PRV STATION SEE WATER PLANS AND PROFILES, SHTS 182 - Qj 2D6. TEMPORARY WATER BYPASS CONSTRUCTION NOTES O1 FURNISH AND INSTALL 1—INCH DIAMETER PE (SDR11) WATER BYPASS FOR TEMPORARY WATER SERVICE. CONTRACTOR SHALL DETERMINE FINAL LOCATION FOR WATER BYPASS PIPE. O FURNISH AND INSTALL 2—INCH DIAMETER PE WATER BYPASS FOR TEMPORARY CP CP WATER SERVICE. CONTRACTOR SHALL DETERMINE LOCATION FOR WATER BYPASS' w_ 10GP T I PIPE. HEATED STORAGE AT THE CROSSINGS CONSTRUCT TEMPORARY FIRE HYDRANT ASSEMBLY AND CONNECT TO NEW MAIN. o t DERAL WAY HEATED STORAGE 3 CONTRACTOR SHALL DETERMINE LOCATION FOR TEMPORARY FIRE HYDRANT. i DO -------------�--�— —r—�--�—"'�--�"—'I—"''-- N t�4 CONNECT 1—INCH BYPASS LINE TO EXISTING METER. 5 CONNECT 2—INCH SERVICE LINE TO EXISTING METER. 0 0 CONNECT TEMPORARY WATER BYPASS PIPE TO TEMPORARY BLOW OFF. MAINTAIN FIRE FLOW AT ALL TIMES. SEE DETAIL, SHEET 173. s 77 CONNECT TEMPORARY WATER BYPASS PIPE TO EXISTING FIRE HYDRANT. c.I STAGES 4B & 4DSTAGE 4C N MAINTAIN FIRE FLOW AT ALL TIMES. SEE DETAIL, SHEET 173. z OS CONNECT 1 -INCH BYPASS LINE TO NEW FIRE HYDRANT. SEE DETAIL, SHEET 173. tea- 2 O INSTALL RAMP OVER TEMPORARY WATER BYPASS PIPE AT DRIVEWAY PER a DETAIL, SHEET 173. 9 9 4 � 1 USE TIRE SALES $TAS TEMPORARY WATER BYPASS LEGEND STAGE 4 Approved By 13=WAT-TEMPBYPASS.On eDE DDG�f �P� - FILENAME SOD 00.'18N y Interdisciplinary Design BID CITY OF ERINGMANAGER DATE DESIGNED BY DATE BOO PO " 6' ��" O 3131 Elliott Ave 2502Je6ersaAve S�� Ta02;IrA98402 DOCUMENTS Federal Wa Y TMANAGER DATE DRAWN BY DATE KR5 Gene @�(ALE7�`� 4j Seeme,INAW121 (2531627-0720 (206)26&1640 NYMIJg.00m T ENGINEER DATE CHECKED BY DATE -w3­-d3- PE WATER BYPASS PIPE, SEE WATER BYPASS CONSTRUCTION NOTES AND WATER BYPASS DETAILS, SHEET 173 ---W--- EXISTING WATER UNE -— PROPOSED WATER LINE SEE SHEETS 172-206 APPROXIMATE EXTENTS OF EXISTING WATER MAIN TO BE REMOVED FROM SERVICE STAGE X CONSTRUCTION STAGING PER APPENDIX J OF SPECIFICATIONS SEE NOTE 9. PACIFIC HIGHWAY SOUTHWATER & SEWER PLAN & PROFILE I PHASE V IMPROVEMENTS TEMPORARY WATER BYPASS AND STAGING KPG PROJECT ND.. 13022 I SHT 207 OF 372 D x z m ti D W cn 0 x m m N 0 PLAN 0 20 40 80 120 SCALE IN FEET WATER BYPASS GENERAL NOTES SEE SHEET 207 TEMPORARY WATER BYPASS CONSTRUCTION NOTES ) O1 FURNISH AND INSTALL 1 -INCH DIAMETER PE (SDR11) WATER BYPASS FOR TEMPORARY WATER SERVICE CONTRACTOR SHALL DETERMINE FINAL LOCATION FOR WATER BYPASS PIPE. w O2 FURNISH AND INSTALL 2 -INCH DIAMETER PE WATER BYPASS FOR TEMPORARY = WATER SERVICE. CONTRACTOR SHALL DETERMINE LOCATION FOR WATER BYPASS <n PIPE. Ln F Q O3 CONSTRUCT TEMPORARY FIRE HYDRANT ASSEMBLY AND CONNECT TO NEW MAIN. 1 CONTRACTOR SHALL DETERMINE LOCATION FOR TEMPORARY FIRE HYDRANT. 0 + O4 CONNECT 1 -INCH BYPASS LINE TO EXISTING METER. O5 CONNECT 2 -INCH SERVICE UNE TO EXISTING METER. V) © CONNECT TEMPORARY WATER BYPASS PIPE TO TEMPORARY BLOW OFF. MAINTAIN z FIRE FLOW AT ALL TIMES. SEE DETAIL, SHEET 173. x O7 CONNECT TEMPORARY WATER BYPASS PIPE TO EXISTING FIRE HYDRANT. ¢ MAINTAIN FIRE FLOW AT ALL TIMES. SEE DETAIL, SHEET 173. OS CONNECT i -INCH BYPASS UNE TO NEW FIRE HYDRANT. SEE DETAIL, SHEET 173. O9 INSTALL RAMP OVER TEMPORARY WATER BYPASS PIPE AT DRIVEWAY PER DETAIL, SHEET 173. TEMPORARY WATER BYPASS LEGEND rn 0 N H Lu Li x 0 + N LoH N w Z J 2 V H PE WATER BYPASS PIPE, SEE WATER BYPASS CONSTRUCTION NOTES AND WATER BYPASS DETAILS, SHEET 173 ---W--- EXISTING WATER UNE -- PROPOSED WATER UNE SEE SHEETS 172-206 APPROXIMATE EXTENTS OF EXISTING WATER -27 MAIN TO BE REMOVED FROM SERVICE STAGE X CONSTRUCTION STAGING PER APPENDIX J OF SPECIFICATIONS SEE NOTE 9. K D> x r z D> Cn 0 U) x m CD w n n x r Z m ul n rn N CT Cf) (n m m m SCALE IN FEET REVISIONS Approved By 13072WAT-TEMPBYPAS5.0wg O0°E DO�/O t� " s '?, ,5. 6 0" eo-j �' `o Interdisciplinary Design 3131EIIa6Ave �2502J&wnAve,WA9QFederal �j�gOp Tam, WA 86402 Seatlle,WA9B121 (253)627-0720 (206)26&1640 WNN.Iq)g.00m BID DOCUMENTS CITY OF Way TEMPORARY WATER SERVICE. CONTRACTOR SHALL DETERMINE FINAL LOCATION FILENAME SOD 06116 FOR WATER BYPASS PIPE. ENGINEERING MANAGER DATE DESIGNED BY DATE w u' O2 x FURNISH AND INSTALL 2 -INCH DIAMETER PE WATER BYPASS FOR TEMPORARY PROJECT MANAGER DATE DRAWN BY DATE KRB 08118�'�rorYaL rn PIPE. PROJECT ENGINEER DATE CHECKED BY DATE u WATER BYPASS GENERAL NOTES SEE SHEET 207 TEMPORARY WATER BYPASS CONSTRUCTION NOTES O1 FURNISH AND INSTALL 1 -INCH DIAMETER PE (SDR11) WATER BYPASS FOR TEMPORARY WATER SERVICE. CONTRACTOR SHALL DETERMINE FINAL LOCATION FOR WATER BYPASS PIPE. w u' O2 x FURNISH AND INSTALL 2 -INCH DIAMETER PE WATER BYPASS FOR TEMPORARY rn WATER SERVICE. CONTRACTOR SHALL DETERMINE LOCATION FOR WATER BYPASS rn PIPE. O3 CONSTRUCT TEMPORARY FIRE HYDRANT ASSEMBLY AND CONNECT TO NEW MAIN. +CONTRACTOR SHALL DETERMINE LOCATION FOR TEMPORARY FIRE HYDRANT. D O4 CONNECT 1 -INCH BYPASS LINE TO EXISTING METER. Cf' O5 CONNECT 2 -INCH SERVICE LINE TO EXISTING METER. w K O6 CONNECT TEMPORARY WATER BYPASS PIPE TO TEMPORARY BLOW OFF. MAINTAIN x FIRE FLOW AT ALL TIMES. SEE DETAIL, SHEET 173. U O7 CONNECT TEMPORARY WATER BYPASS PIPE TO EXISTING FIRE HYDRANT. MAINTAIN FIRE FLOW AT ALL TIMES. SEE DETAIL, SHEET 173. AO CONNECT 1 -INCH BYPASS LINE TO NEW FIRE HYDRANT. SEE DETAIL, SHEET 173. < O INSTALL RAMP OVER TEMPORARY WATER BYPASS PIPE AT DRIVEWAY PER DETAIL, SHEET 173. TEMPORARY WATER BYPASS LEGEND PE WATER BYPASS PIPE, SEE WATER BYPASS CONSTRUCTION NOTES AND WATER BYPASS DETAILS, SHEET 173 ---W--- EXISTING WATER LINE - PROPOSED WATER LINE SEE SHEETS 172-206 APPROXIMATE EXTENTS OF EXISTING WATER MAIN TO BE REMOVED FROM SERVICE STAGE X CONSTRUCTION STAGING PER APPENDIX J OF SPECIFICATIONS SEE NOTE 9. PACIFIC HIGHWAY SOUTH PHASE V IMPROVEMENTS WATER & SEWER PLAN & PROFILE TEMPORARY WATER BYPASS AND STAGING KPG PROJECT No. 13022 1 SH, 209 OF 372 D n S C Z m N D rn CIO CT O N S m m N O I'D WATCD DVDACC !_CWCDAI IJATCC CORRESPONDING SHEETS RIGHT OF WAY PLAN 52 SITE PREPARATION PLAN 70 ROADWAY PLAN 89 ROADWAY PROFILE 108 INTERSECTION DETAILS 120, 121 DRAINAGE PLAN 135 DRAINAGE PROFILE 154 WATER do SEWER PLAN k PROFILE 190 IRRIGATION PLAN 257 LANDSCAPE PLAN 279 ILLUMINATION PLAN 300 CHANNELIZATION k SIGNING PLAN 342 CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 WIRE NOTES 0) 0] N w x N CD LO a V) N Lu z J x a ®RACEWAY/ CONDUIT SIZE CONDUCTORS COMMENTS 1 2" CIRCUIT I SPARE 2 2" 2-#8 (ILL) * 3 EX 2" s REMOVE EXISTING WIRING 4 4" 1-24CT (FIBER) B2 5 EX 2" EX 2-/8 (ILL) s 6 EX 2" EX 3-/8 (ILL) N/A *MOUNTED ON SIGNAL POLE EX 2- EX 1-6PR * 7 EX 2' 2-#8 (ILL) REMOVE AND REPLACE EXISTING WIRING 8 EX 2" 2-/8 (ILL) REMOVE EXISTING UNUSED HARING 9 EX EX FIBER 12' LUMINAIRE SCHEDULE NOTES 1. ALL NEW PVC CONDUITS CONTAINING CONDUCTORS SHALL CONTAIN GROUND WIRE SIZED TO MATCH THE LARGEST CONDUCTOR (MIN #B AWG OR AS NOTED OTHERWISE IN THE WIRE NOTES). SPARE/EMPTY CONDUIT SHALL CONTAIN DETECTABLE PULL TAPE (SEE SPECIAL PROVISIONS) AND SHALL BE MARKED AS "CITY OF FEDERAL WAY" CONDUIT. 2. ALL CONDUIT SHALL BE RIGID PVC SCH 40, EXCEPT UNDER ROADWAYS USE RIGID PVC SCH 80 CONDUIT. 3. ALL FIBER OPTIC CONDUITS SHALL BE INSTALLED IN THE SAME TRENCH AS ILLUMINATION CONDUITS AND SHALL CONTAIN A LOCATION WIRE. 0 10 20 40 60 SCALE IN FEET LUMINAIRE STATION OFFSET LUMINAIRE TYPE LUMINAIRE ARM MOUNTING HEIGHT BASE CIRCUIT I CITY LUMINAIRE POLE # COMMENTS B1 . * 264W, 700MA (M -III, B3 -UO -G3) 240V s s s 12 (4848) N/A *MOUNTED ON SIGNAL POLE B2 s s 264W, 700MA (M -III, B3 -UO -G3) 240V s s s 12 (4848) N/A *MOUNTED ON SIGNAL POLE 63 s * 264 7 (M -III, B3 -UO -G3) 240V s * s 12 (4848) N/A *MOUNTED ON SIGNAL POLE 1 B4 PACIFIC HIGHWAY S, STA 52+78.6 76.3' RT 264W, 700mA (M -III, B3 -UO -G3) 240V 12' 40' FIXED 12 (4848) N/A MOUNTING iRA71oN 331, FOR ALE T O CONSTRUCTION NOTE 39 PACIFIC HIGHWAY S, STA 54+71.6 47.7' LT 264W, 700mA (M -III, B3 -UO -G3) 240V 8' 4Q' FIXED 9 (4848) 4848-1-9-39 40 PACIFIC HIGHWAY S, STA 55+45.5 64.7' RT 160W, 53OmA (M -II, B3 -UO -G3) 240V 12' 40' FIXED 13 (4848) 4848-1-13-40 REVISIONS Approved By 13022L02.dJg xC HAE o <� y C C - - r .6 ' fFF3T K)NAL F. 1 ADDBaJM 1 FILENAME GIH 6=16 ENGINEERING MANAGER DATE DESIGNED BY DATE GIH 6=16 )' `� PROJECT MANAGER DATE DRAWN BY DATEr- AMK 016 812 )._-! ON EXISTING POLE PROJECT ENGINEER DATE CHECKED BY DATE GENERAL NOTES 1. ALL WORK SHALL BE IN ACCORDANCE WITH THE WSDOT/APWA STANDARD PLANS, STANDARD SPECIFICATIONS, THE LATEST AMENDMENTS TO STANDARD SPECIFICATIONS, SPECIAL PROVISIONS, THESE PLANS, PSE AND CITY GUIDELINES AND STANDARDS. 2. CONTRACTOR SHALL COORDINATE WITH POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL CONTACT THE POWER COMPANY (PSE) NEW SERVICES ENGINEER AT (888) 225-5773 FOR ALL COORDINATION WITH PSE PRIOR TO INSTALLATION OF METER BASE 3. THE LOCATION OF ALL CONDUIT, JUNCTION BOXES, AND LUMINAIRES SHOWN ON THIS PLAN ARE FOR GRAPHIC REPRESENTATION ONLY AND FINAL LOCATIONS SHALL BE DETERMINED BY THE ENGINEER IN THE FIELD. ALL EQUIPMENT AND CONSTRUCTION ACTIVITIES SHALL BE LOCATED WITHIN THE CITY OF FEDERAL WAY RIGHT-OF-WAY. 0 4• CALL BEFORE YOU DIG, 1-800-424-5555 (48 HOURS IN ADVANCE). M w 5. ALL NEW FOUNDATION LOCATIONS SHALL BE APPROVED BY THE ENGINEER PRIOR w TO EXCAVATION. x 1n 6. ALL NEW JUNCTION BOXES INSTALLED IN SIDEWALKS SHALL HAVE SKID C) RESISTANT LIDS. AFTER INSTALLATION AND FINAL INSPECTION, LIDS FOR LO 4- JUNCTION BOXES TYPE 1 AND 2 SHALL BE SPOT WELDED AT TWO SEPARATE 1n LOCATIONS. 7. NUMBER OF CONDUIT BENDS BETWEEN PULL POINTS SHALL NOT BE MORE THAN N THE EQUIVALENT OF FOUR QUARTER BENDS (360 DEGREES TOTAL) IF NUMBER z OF BENDS EXCEEDS LISTED REQUIREMENTS, THE CONTRACTOR SHALL INSTALL ADDITIONAL JUNCTION BOXES, AS DIRECTED BY THE ENGINEER. v 8. EXISTING OR HIGHER ILLUMINATION LEVELS SHALL BE MAINTAINED BY USING EXISTING OR TEMPORARY ILLUMINATION UNTIL THE NEW SYSTEM IS OPERATIONAL THE CONTRACTOR IS ALSO RESPONSIBLE FOR MAINTAINING 10' CLEARANCE ZONE AROUND THE EXISTING AERIAL PRIMARY POWER LINES DURING THE CONSTRUCTION. COORDINATE WORK WITH PSE REPRESENTATIVE 10. AN ELECTRICAL PERMIT FROM THE CITY OF FEDERAL WAY BUILDING DEPARTMENT IS REQUIRED PRIOR TO CONNECTION TO THE POWER SOURCE. CALL (253) 835-2607. THE ELECTRICAL PERMIT SHALL BE KEPT IN THE UPPER BAY OF THE SERVICE CABINET. UPON FINAL APPROVAL, THE ELECTRICAL INSPECTOR WILL PLACE AN APPROVAL TAG NEXT TO THE METER BASE, SO THAT ELECTRICAL SERVICE CAN BE AUTHORIZED. 11. THE CONTRACTOR SHALL NOTIFY THE BUILDING DEPARTMENT TO INSPECT THE UNDERGROUND INSTALLATION FROM THE POWER SOURCE TO THE SERVICE CABINET. 12. FOR INTERSECTION JUNCTION BOXES AND VAULTS, SEE SIGNAL PLANS. 13. CONDUIT SHALL BE PLACED IN JOINT UTILITY TRENCH AT LOCATION SHOWN ON THE PLANS. FINAL ALIGNMENT SHALL BE APPROVED BY THE ENGINEER. 14. FOR CONDUIT TRENCH DETAILS, SEE SHEET 313. CONSTRUCTION NOTES OFURNISH AND INSTALL ROADWAY LUMINAIRE POLE, LUMINAIRE ARM, LUMINAIRE AND ALL ASSOCIATED EQUIPMENT/CONDUIT/WIRING. FOR DETAILS SEE CITY OF FEDERAL WAY STD DWGS 3-39, 3-39A, 3-39B AND 3-40. SEE SPECIAL PROVISIONS ®REMOVE EXISTING LUMINAIRE POLE AND ALL ASSOCIATED EQUIPMENT AND WIRING. GRIND DOWN EXISTING FOUNDATION 5 FEET BELOW PROPOSED GRADE (OR REMOVE COMPLETELY). REMOVE EXISTING JUNCTION BOX, ALL UNUSED WIRING AND UNUSED CONDUIT AS SHOWN IN THE PLANS. OTHERWISE, CAP AND ABANDON EXISTING CONDUIT. BACKFILL VOIDS AND COMPACT PER SPECIAL PROVISIONS. SALVAGE EXISTING EQUIPMENT PER SPECIAL PROVISIONS. O7 FOR JUNCTION BOX CONSTRUCTION NOTE, SEE SIGNAL PLANS. OFURNISH AND INSTALL NEW ELECTRICAL SERVICE CABINET. SEE SIGNAL PLANS FOR CONSTRUCTION NOTES. FOR PANEL SCHEDULE, SEE SHEET 312. SEE SPECIAL PROVISIONS. 11 LOCATION OF EXISTING SERVICE CABINET. SEE SIGNAL PLANS FOR REMOVAL NOTES. 17 FOR CONTINUATION OF CONDUIT/WIRING SEE SIGNAL PLANS. 28 CONTRACTOR SHALL POTHOLE UTILITY TO VERIFY DEPTH PRIOR TO CONSTRUCTING FOUNDATION. 29 CONSTRUCT STANDARD LUMINAIRE FOUNDATION PER COFW STANDARD DWG 3-39. 32 SIGNAL POLE MOUNTED LUMINAIRE SEE SIGNAL PLANS. KPGr Interdisciplinary Design BID CITY OF 313IBMAve §effwwAve A� Federal Way &&4N e,WA%aDOCUMENTSSede,WA9812127-0720(206)28&1640 pg.cae LEGEND EXISTING Na DESCRIPTION ROADWAY LUMINAIRE (COBRA) AND POLE )' `� ROADWAY LUMINAIRE (COBRA) )._-! ON EXISTING POLE SIGNAL POLE WITH COBRA LUMINAIRE AND MAST ARM ® ® ELECTRICAL SERVICE CABINET ® m SIGNAL CONTROLLER ® 0 U] B 0 I7 JUNCTION BOX TYPE 1, 2, 8 PB ® PULL BOX o ® SMALL CABLE VAULT P - - CONDUIT CONDUIT REMOVAL �JT� JOINT UTILITY TRENCH 0 WIRE NOTE O CONSTRUCTION NOTE PACIFIC HIGHWAY SOUTH PHASE V IMPROVEMENTS ILLUMINATION PLAN STA 51+50 TO STA 55+50 KPG PROJECT No. 13022 1 SHT 0YU OF ELECTRICAL SERVICE CABINET "4250" P Ln — — — o NSW M 1 9 w x 0 0 °O 0 w z x ------------- -S _ SSEE NO�� PLAN Z 0 10 20 40 60 SCALE IN FEET i / ,P LUMINAIRE SCHEDULE WHO w 7 _ w PACIFIC HIGHWAY SOUTH 0 w+00 C:) CDi / ---- - SD S SD = G. / 3 / D3 P_—�P=_ / / P T- P P_ _r_. .. u u 11 1 11 H TP �P J 1-" Pon NOTES 1. ALL NEW PVC CONDUITS CONTAINING CONDUCTORS SHALL CONTAIN GROUND WIRE SIZED TO MATCH THE LARGEST CONDUCTOR (MIN #8 AWG OR AS NOTED OTHERWISE IN THE WIRE NOTES). SPARE/EMPTY CONDUIT SHALL CONTAIN DETECTABLE PULL TAPE (SEE SPECIAL PROVISIONS) AND SHALL BE MARKED AS "CITY OF FEDERAL WAY" CONDUIT. 2. ALL CONDUIT SHALL BE RIGID PVC SCH 40, EXCEPT UNDER ROADWAYS USE RIGID PVC SCH 80 CONDUIT. 3. ALL FIBER OP11C CONDUITS SHALL BE INSTALLED IN THE SAME TRENCH AS ILLUMINATION CONDUITS AND SHALL CONTAIN A LOCATION HARE. LUMINAIRE # CONSTRUCTION NOTES GENERAL NOTES COMMENTS OFURNISH AND INSTALL ROADWAY LUMINAIRE POLE, LUMINAIRE ARM, I. ALL WORK SHALL BE IN ACCORDANCE NTH THE WSDOT/APWA SPARE LUMINAIRE AND ALL ASSOCIATED EQUIPMENT/CONDUIT/WRING. FOR Y STANDARD PLANS, STANDARD SPECIFICATIONS, THE LATEST PACIFIC HIGHWAY S, STA 78+68.4 DETAILS SEE CITY OF FEDERAL WAY STD DWGS 3-39, 3-39A, 3-39B EX Y AMENDMENTS TO STANDARD SPECIFICATIONS, SPECIAL PROVISIONS, REMOVE EXISTING HARING AND 3-40. SEE SPECIAL PROVISIONS. 4" THESE PLANS, PSE AND CITY GUIDELINES AND STANDARDS. HANDHOLE SHALL FACE ROADWAY OREMOVE EXISTING HIPS ROADWAY LUMINAIRE AND INSTALL NEW LED 2. CONTRACTOR SHALL COORDINATE WITH POWER COMPANY REGARDING 264W, 700mA (M -III, B3 -UO -G3) 240V ROADWAY LUMINAIRE ON EXISTING LUMINAIRE ARM PER LUMINAIRE EX 2' THE SERVICE CONNECTION. CONTRACTOR SHALL CONTACT THE POWER 12 (4250) SCHEDULE, THIS SHEET. INSTALL NEW SPLICE AND FUSE KIT PER EX 2' COMPANY (PSE) NEW SERVICES ENGINEER AT (888) 225-5773 FOR » SPECIAL PROVISIONS. REUSE EXISTING POLE WIRING. REPLACE EX 2' ALL COORDINATION WITH PSE PRIOR TO INSTALLATION OF METER REMOVE AND REPLACE EXISTING WIRING EXISTING FUSE WITH 10 AMP FUSE. EX 2" BASE. REMOVE EXISTING UNUSED WIRING OREMOVE EXISTING LUMINAIRE POLE AND ALL ASSOCIATED EQUIPMENT 3. THE LOCATION OF ALL CONDUIT, JUNCTION BOXES, AND LUMINAIRES 26 70 AM -III, 13-U1-13) 240V AND WIRING. GRIND DOWN EXISTING FOUNDATION 5 FEET BELOW •• SHOWN ON THIS PLAN ARE FOR GRAPHIC REPRESENTATION ONLY AND 12 (4250) PROPOSED GRADE (OR REMOVE COMPLETELY). REMOVE EXISTING **MOUNTED ON SIGNAL POLE FINAL LOCATIONS SHALL BE DETERMINED BY THE ENGINEER IN THE 16TH AVE S, STA 600+66.5 JUNCTION BOX, ALL UNUSED WIRING AND UNUSED CONDUIT AS SHOWN 264W, 700mA (M -III, B3 -UO -G3) 240V FIELD. ALL EQUIPMENT AND CONSTRUCTION ACTIVITIES SHALL BE IN THE PLANS. OTHERWISE, CAP AND ABANDON EXISTING CONDUIT. 12 (4250) LOCATED WITHIN THE CITY OF FEDERAL WAY RIGHT-OF-WAY. SEE MOUNTINGNFORMAMON 9GNAL BACKFILL VOIDS AND COMPACT PER SPECIAL PROVISIONS. SALVAGE 4• 46.8' L 4W, Om -G 240 EXISTING EQUIPMENT PER SPECIAL PROVISIONS. CALL BEFORE YOU DIG, 1-800-424-5555 48 HOURS IN ADVANCE). ( ) roO 7 FOR JUNCTION BOX CONSTRUCTION NOTE, SEE SIGNAL PLANS. 5. ALL NEW FOUNDATION LOCATIONS SHALL BE APPROVED BY THE * * 160W, 53OmA (M-11, B3 -UO -G3) 240V ENGINEER PRIOR TO EXCAVATION. ~ OFURNISH AND INSTALL NEW ELECTRICAL SERVICE CABINET. SEE SIGNAL 9 6. ALL NEW JUNCTION BOXES INSTALLED IN SIDEWALKS SHALL HAVE *EXISTING LUMINAIRE POLE PLANS FOR CONSTRUCTION NOTES. FOR PANEL SCHEDULE, SEE SHEET SKID RESISTANT LIDS. AFTER INSTALLATION AND FINAL INSPECTION, 312. SEE SPECIAL PROVISIONS. LIDS FOR JUNCTION BOXES TYPE 1 AND 2 SHALL BE SPOT WELDED + 11 LOCATION OF EXISTING SERVICE CABINET. SEE SIGNAL PLANS FOR AT TWO SEPARATE LOCATIONS. 0o REMOVAL NOTES. 7. NUMBER OF CONDUIT BENDS BETWEEN PULL POINTS SHALL NOT BE ¢ EXISTING LUMINAIRE TO REMAIN, PROTECT EXISTING WIRING DURING MORE THAN THE EQUIVALENT OF FOUR QUARTER BENDS (360) N 13 CONSTRUCTION. DEGREES TOTAL IF NUMBER OF BENDS EXCEEDS LISTED w REQUIREMENTS, THE CONTRACTOR SHALL INSTALL ADDITIONAL 17 FOR CONTINUATION OF CONDUIT/WIRING SEE SIGNAL PLANS. JUNCTION BOXES, AS DIRECTED BY THE ENGINEER. 29 CONSTRUCT STANDARD LUMINAIRE FOUNDATION PER COFW STANDARD \ffDWG 8. EXISTING OR HIGHER ILLUMINATION LEVELS SHALL BE MAINTAINED BY USING EXISTING OR TEMPORARY ILLUMINATION UNTIL THE NEW SYSTEM 3-39. IS OPERATIONAL THE CONTRACTOR IS ALSO RESPONSIBLE FOR 30 REMOVE EXISTING JUNCTION BOX AND REROUTE EXISTING ILLUMINATION MAINTAINING 10' CLEARANCE ZONE AROUND THE EXISTING AERIAL CONDUIT AND WIRING FROM JUNCTION BOX TO POLE INTO NEW PRIMARY POWER LINES DURING THE CONSTRUCTION. COORDINATE JUNCTION BOX. BACKFILL AND COMPACT VOID. SEE SPECIAL WORK WITH PSE REPRESENTATIVE. PROVISIONS. 10. AN ELECTRICAL PERMIT FROM THE CITY OF FEDERAL WAY BUILDING 32 SIGNAL POLE MOUNTED LUMINAIRE. SEE SIGNAL PLANS. DEPARTMENT IS REQUIRED PRIOR TO CONNECTION TO THE POWER SOURCE. CALL (253) 835-2607. THE ELECTRICAL PERMIT SHALL BE EXISTING UTILITIES IN CONFLICT WITH LUMINAIRE FOUNDATION SHALL KEPT IN THE UPPER BAY OF THE SERVICE CABINET. UPON FINAL 35 BE RELOCATED TO PROPOSED JOINT UTILITY TRENCH PRIOR TO APPROVAL, THE ELECTRICAL INSPECTOR WILL PLACE AN APPROVAL FOUNDATION CONSTRUCTION. SEE JOINT UTILITY TRENCH PLANS. TAG NEXT TO THE METER BASE, SO THAT ELECTRICAL SERVICE CAN NOTES 1. ALL NEW PVC CONDUITS CONTAINING CONDUCTORS SHALL CONTAIN GROUND WIRE SIZED TO MATCH THE LARGEST CONDUCTOR (MIN #8 AWG OR AS NOTED OTHERWISE IN THE WIRE NOTES). SPARE/EMPTY CONDUIT SHALL CONTAIN DETECTABLE PULL TAPE (SEE SPECIAL PROVISIONS) AND SHALL BE MARKED AS "CITY OF FEDERAL WAY" CONDUIT. 2. ALL CONDUIT SHALL BE RIGID PVC SCH 40, EXCEPT UNDER ROADWAYS USE RIGID PVC SCH 80 CONDUIT. 3. ALL FIBER OP11C CONDUITS SHALL BE INSTALLED IN THE SAME TRENCH AS ILLUMINATION CONDUITS AND SHALL CONTAIN A LOCATION HARE. LUMINAIRE # RACEWAY/ CONDUIT SIZE CONDUCTORS COMMENTS 1 2' BASE SPARE 2 Y 2-/B (ILL) PACIFIC HIGHWAY S, STA 78+68.4 3 EX Y 12' REMOVE EXISTING HARING 4 4" 1-24CT (FIBER) HANDHOLE SHALL FACE ROADWAY 5 EX Y EX 2-/B (ILL) 264W, 700mA (M -III, B3 -UO -G3) 240V 6 EX 2' EX 3-#13 (ILL) 12 (4250) N/A EX 2' EX 1-6PR » 7 EX 2' 2-/B (ILL) REMOVE AND REPLACE EXISTING WIRING 8 EX 2" 2-#8 (ILL) REMOVE EXISTING UNUSED WIRING 9 EX EX FIBER 26 70 AM -III, 13-U1-13) 240V NOTES 1. ALL NEW PVC CONDUITS CONTAINING CONDUCTORS SHALL CONTAIN GROUND WIRE SIZED TO MATCH THE LARGEST CONDUCTOR (MIN #8 AWG OR AS NOTED OTHERWISE IN THE WIRE NOTES). SPARE/EMPTY CONDUIT SHALL CONTAIN DETECTABLE PULL TAPE (SEE SPECIAL PROVISIONS) AND SHALL BE MARKED AS "CITY OF FEDERAL WAY" CONDUIT. 2. ALL CONDUIT SHALL BE RIGID PVC SCH 40, EXCEPT UNDER ROADWAYS USE RIGID PVC SCH 80 CONDUIT. 3. ALL FIBER OP11C CONDUITS SHALL BE INSTALLED IN THE SAME TRENCH AS ILLUMINATION CONDUITS AND SHALL CONTAIN A LOCATION HARE. LUMINAIRE # STATION OFFSET LUMINAIRE TYPE LUMINAIRE ARM MOUNTING HEIGHT BASE CIRCUIT # (SERVICE #) CITY LUMINAIRE POLE # COMMENTS 65 PACIFIC HIGHWAY S, STA 78+68.4 56.1' RT 160W, 530MA (M -II, B3 -UO -G3) 240V 12' 40' FIXED 5 (4250) 4250-1-5-65 HANDHOLE SHALL FACE ROADWAY D1 +* •• 264W, 700mA (M -III, B3 -UO -G3) 240V +• •• ** 12 (4250) N/A **MOUNTED ON SIGNAL POLE D2 » ++ 264W, 700MA (M -III, B3 -UO -G3) 240V .: •. :* 12 (4250) N/A **MOUNTED ON SIGNAL POLE 3 » +• 26 70 AM -III, 13-U1-13) 240V ** •• » 12 (4250) N/A **MOUNTED ON SIGNAL POLE D4 16TH AVE S, STA 600+66.5 66.6' LT 264W, 700mA (M -III, B3 -UO -G3) 240V 12'40' FIXED 12 (4250) N/A SEE MOUNTINGNFORMAMON 9GNAL 66 6111 TA 1+ 46.8' L 4W, Om -G 240 12'XED 142 -1 67 * * 160W, 53OmA (M-11, B3 -UO -G3) 240V 16' (EX) 40' (EX) FIXED (EX) 9 (4250) 4250-1-9-67 *EXISTING LUMINAIRE POLE NO. I DATE I BY I APPR I REVISIONS 7/20/11111 GM I AMK 1 ADDENWM , Approved By 13022ILO3.dwg 58 SITE PREPARATION PLAN FILENAME ROADWAY PLAN 95 ROADWAY PROFILE GJH 82016 =RING MANAGER DATE DESIGNED BY DATE 160 WATER & SEWER PLAN & PROFILE GJH 88016 T MANAGER DATE DRAWN BY DATE 306 CHANNELIZATION & SIGNING PLAN AMK sole T ENGINEER DATE CHECKED BY DATE (c � InterdisciplinaryDesign BID CITY OF 313101611 Ave 2502 Jeffaw Ave Federal Wa 6ite400 T.-..WA9R02 DOCUMENTS y e� h seame,WA98121 (253)627-0720 (2D6)2BE-16M10 www.kpg.can CORRESPONDING SHEETS RIGHT OF WAY PLAN 58 SITE PREPARATION PLAN 76 ROADWAY PLAN 95 ROADWAY PROFILE 114 INTERSECTION DETAILS 124, 125 DRAINAGE PLAN 141 DRAINAGE PROFILE 160 WATER & SEWER PLAN & PROFILE 196 IRRIGATION PLAN 263 LANDSCAPE PLAN 285 ILLUMINATION PLAN 306 CHANNELIZATION & SIGNING PLAN 348 CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 BE AUTHORIZED. 11. THE CONTRACTOR SHALL NOTIFY THE BUILDING DEPARTMENT TO INSPECT THE UNDERGROUND INSTALLATION FROM THE POWER SOURCE TO THE SERVICE CABINET. 12. FOR INTERSECTION JUNCTION BOXES AND VAULTS, SEE SIGNAL PLANS 13. CONDUIT SHALL BE PLACED IN JOINT UTILITY TRENCH AT LOCATION SHOWN ON THE PLANS. FINAL ALIGNMENT SHALL BE APPROVED BY THE ENGINEER. 14. FOR CONDUIT TRENCH DETAILS, SEE SHEET 313. LEGEND EXISTING NEW DESCRIPTION 0--C7�Y�S ROADWAY LUMINAIRE (COBRA) `0 AND POLE PACIFIC HIGHWAY SOUTH PHASE V IMPROVEMENTS ILLUMINATION PLAN STA 78+00 TO STA 81+65 KPG PROJECT No 13022 I SHT 306 OF 372 0 r ROADWAY LUMINAIRE (COBRA) ON EXISTING POLE SIGNAL POLE WITH COBRA LUMINAIRE AND MAST ARM ® ® ELECTRICAL SERVICE CABINET ® CTO SIGNAL CONTROLLER 0 001 8 0 El JUNCTION BOX TYPE 1, 2, 8 H1 IRE PULL BOX ® ® SMALL CABLE VAULT — P - - CONDUIT CONDUIT REMOVAL �JT� JOINT UTILITY TRENCH A WIRE NOTE O CONSTRUCTION NOTE ILLUMINATION PLAN STA 78+00 TO STA 81+65 KPG PROJECT No 13022 I SHT 306 OF 372 SIGNAL STANDARD DETAIL CHART POLE FIELD LOCATION POLE MOUNTING HEIGHT MAST LUMINAIRE SIGNAL MAST ARM DATA OFFSET DISTANCES C TO ATTACHMENT POINTS (X)(Y)(Z) POLE ATTACHMENT POINT ANGLES [DEG] TOP OF FOUNDATION DEPTHS NOTE TYPE ARM ARM LENGTH TOTAL [FTS] REMARKS [Z]F�OLE (FT) WINDLOAD AREAS (SQ Fn [X] [Y] FOUNDATION C 61 B2 B3 64 65 86 B7 B9 610 611 612 613 8141` B1 82 63 64 85 B6 67 69 610 B11 812 813 614 STATION OFFSET LT RT P.O.A. Al A2 LENGTH D E F1 F2 G1 G2 H 11 12 1RPm tor,Jrx ELEVATION 3' RD 3' SQ 4' RD PACIFIC HIGHWAYS & S 348TH ST 1 PACIFIC HIGHWAY S, 88.9' X 74' 111 18.0' 40,0' 60.0' 120' 57.0 53.5 45.5 49.5 325 37.0 - 29.0 - 11.5 18.5 4.0 - 9.2 6.3 9.2 15.0 - 9.2 - 9.2 - 26.6 9.2 7.5 - 3175 0' 0' 270' - - - 135' - - 180' 0' 267.81 N/A N/A [8] STA 53+70.7 PACIFIC HIGHWAY S, 70.3' X - I - - [5] - [5] - - [1] - - 180' 268.50 PER WSDOT STD STA 53+74.6 PLAN J-20.10 3 PACIFIC HIGHWAY S, 51.9' X - I - - [5] - 90' - - [1] - - 180' 270.43 PER WSDOT STD STA 53+93.2 PLAN J-20.10 PACIFIC HIGHWAY S, STA 54+44.1 71.0' X 0' III 17.5' 40.0' 70.0' 14.0' 66.5 61.0 56.0 - 41.5 47.5 27.5 36.5 20.5 14.5 24.5 8.0 - 9.2 15.0 9.2 - - 9.2 7.5 9.2 7.5 19.3 14.4 7.5 - 3914 0' 0' - - - - 135' - - 180' 0' 271.92 N/A N/A [8] 5 PACIFIC HIGHWAY S, 70.3' X - I - - [5] - 270' - - [1] - - 180' 271.78 PER WSDOT STD STA 54+35.7 PLAN J-20.10 © PACIFIC HIGHWAY S. 83.8' X - I - - [5] [5] 90' - - [1] - - 180' 271.64 PER WSDOT STD STA 54+27.4 PLAN J-20.10 O PACIFIC HIGHWAY S, 98.5 , X 86.9' III 18.0 40.0' 65.0' 14.0' 59.5 56.5 48.0 - 420 36.0 - 23.5 19.5 10.5 - - - 9.2 7.5 9.2 - - 9.2 - 9.2 7.5 26.6 - - - 2432 0' 0' [5] - - - 135' - - 180' 180' 270.3 2 11'-0" 7'-0" 7'-0" STA 52+98.4 ® PACIFIC HIGHWAY S, 90.8' - - [5] - 270' 180' 269.94TZ PER WSDOT STD 0 LUM - - - - - - [5] [5] 90' - - [1] - 180' 180' 268.5 2 [3] +Nor A SIGNAL. POLE SFIOMN FOR SIGNAL EOU6'NENi MOUNTING PURPOSES ONLY. SFE LIA1NA6tE SCHEDULE ® PACIFIC HIGHWAY S, 55.7' X 0' III 16.0 40.0' 65.0 10.0' 64.5 62.0 54.5 - 39.0 45.0 - 33.0 - 10.0 21.0 16.5 60.0 9.2 15.0 9.2 - - 9.2 - 9.2 - 19.3 9.2 7.5 9.2 3837 0' 0' 135' - - 180' 0' 267.00 N/A STA 52+38.9 0 PACAFIC S, 67.0' X [5] - [5] [5] - [1] [1] - 0' 266.87 PER WSDOT STD STA 52+H44A7 PLAN J-21.10 ® PACIFIC HIGHWAY S, 720' X 0' III 18.0' 40.0' 30. ' 10.0' 26.0 - 13.7 - - - - - - - - - - 7.5 - 7.5 - - - - -T- - - - - - 298 0' 0' - - - - - - - 180' 0' 259.42 6'-0" 6'-0" 6'-0" STA 49+19.1 PACIFIC HIGHWAYS & S 344TH ST O PACIFIC HIGHWAY S, 61 1' X 0' III 18.0' 40,0' 55.0' 10.0' 51.5 49.0 40.5 45.0 34.5 29.0 20.5 16.5 - 10.01 - - 1 - 11.6 7.5 9.2 10.0 - 9.2 7.5 9.2 - 8.3 - - - 2476 0' 0' 270' - 270' - 735' [t] - 180' 180' 301.2412J 15'-0" 8'-0" 8'-0' STA 67+01.1 2 S 344TH ST, 39.5' X - I - - [5] - [5] - - [1] - - 180' 301.15 PPLAN�J-2010 STA 499+13.6 O S 344TH ST, 30.8' X 0' III 17.5' 40.0' 30.0' 14.0' 27.0 23.0 17.0 - 20.0 - - - - 7.5 - - - 11.6 10.0 9.2 - - - - - - 26.6 - - - 945 0' 0' 270' - 270' - 135' [1] - 180' 0' 30219 7'-0" 6'-0" 6'-0" STA 499+31.0 STA 89+89.4 X 0' II 18.5' - 30.0' - - 25.0 - - - 120 - - - - - - - - 26.0 - - - 26.0 ® PACIFIC HIGHWAYS, 59.7' X - I - 962 0' - 5 [ ] - [5] - - [1] - - 0' 304.17 PPLAN SJ STA 68+23.3 -2010 O PACIFIC HIGHWAY S, 483 X 0' III 18.0 40.0' 50.0' 8.0' 47.5 45.0 37.5 41.5 31.5 26.0 17.5 13.5 - 6.0 - - - 11.6 7.5 9.2 10.0 - 9.2 7.5 9.2 - 8.3 - - - 2219 0' 0' 270' - 270' - 135' [1] - 180' 180' 305.51L2. 11'-0" 7'-0" 7'-0" STA 68+58.9 © S 344TH ST, 41.7' X 5 [ ] [5] [1] - 180' 305.00 PER WSDOT STD STA 500+83.8 PLAN J-21.10 0 S 344TH ST, 24.9' X 0' III 18.0 40.0' 3p,p' 8.0' 28.0 24.5 16.0 - 21.5 - - - - 8.0 - - - 11.6 10.0 9.2 - - - - - - 126.61 - - - 1 956 0' 0' 270' - 270' - 135' [1] - 180' 180' 303.81 2 7'-0" 6'-0" 6'-0" STA 500+56.9 8 PACIFIC HIGHWAY S, 48 4' X - I - - [5] - [5] - 180' 302.75 PER WSDOT STD STA 67+44.6 PLAN J-21.10 PACIFIC HIGHWAYS 8r. 16TH AVE S / S 340TH PL 1 PACIFIC HIGHWAY S, 56.1' X 0' III 40.0' 60.0' 10.0' 59.0 56.5 48.0 52.0 30.0 36.0 - 24.0 - 5.8 15.0 12.0 - 11.6 6.3 111.6T15.07- 9.2 - 9.2 - 24.0 9.2 7.5 - 3329 0' 0' 270' - 270' - 135' [t] - 180' 180' 310.45 2 N/A N/A [8] -FUTURE FYA SIGNAL HEAD AREA STA 79+10.4 o 16TH AVE S, 36.1' X - I - - [5] - [5] - - [1] - - 180' 310.15 PER WSDOT STD STA 599+33.2 PLAN J-21.10 0 161H AVE S, STA 599+23.9 36.7' X 0' III 18.0' 40.0' 40.0' 16.0' 34.0 - 22.0 - 28.0 - - - - 120 - - - 11.6s - 9.2 - - - - - - 26.6 - - - 969 0' 0' - - - - 90' - - 180' 0' 309.64 11'-0" 9'-0" 9'-0" *FUTURE FYA SIGNAL HEAD AREA ® 16TH AVE S. 36.0' X - I - - [5] - [5] - - [1] - - 180' 309.98 PER WSDOT STD STA 599+36.3 PLAN J-20.10 PACIFIC HIGHWAY S, 55.4' X - I - - [5] [5] [5] - - [1] - - 180' 310.90 PER WSDOT STD STA 80+43.6 PLAN J-20.10 6 PACIFIC HIGHWAY S, X 18.0' 40.0 55.0' 10.0' 53.0 48.0 420 50.0 36.0 30.0 22.0 19.0 - 8.0 11.6 7.5 9.2 10.0 - 9.2 7.5 9.2 - 24.0 - - - 2702 0' 0' 270' - 270' - 135' [1] - 180' 180' 314.9 2 20'-0" 12'-0" 12'-0' O 7 s s [5][5]90'[1]180' 180' 315.902[3].NorAsR;,tALPaE9ttowNFORSIatAL EWtP1ENi V]I'I'M natrtlptoPURPosEsaNLY.stEL►rtuRt:saEntAE.STA X[ 78.5' - 35.0' - 33.5 - 21.5 - 27.5 - - - - 7.0 - - 12.0 9.2 - 9.2 9.2 803 0' - - - - - 180' - - 180' 180' 315.50 10'-0"- 600+73.7229' 161H AVE S, 59.5 X - FBI - - [5] [5] 270' - 180' [1] - - 180' 316.36 PER WSDOT STD STA 601+04.7 PLAN J-21.10 ® PACIFIC HIGHWAY 5, 57.0' X - I _ - [5] - [5] - - [i] - - 180' 314.24 PER WSDOT STD STA 78+89.5 PLAN J-21.10 16TH AVE S, STA 601+82.6 40.0 ' X 0' II 18.5' - 40.0' - - 38.0 - 26.5 - 15.0 - - - - - - - - 26.0 - 37.5 - 26.0 - - - - - - - 2372 0' - - - - - - - - 180' 0' 319.64 18'-0" 11'-0" 11'-0L[71 ® PACIFlC HIGHWAY S, 1.6' 1 ATTACHMENT ANGLE FOR PEDESTRIAN PUSH BUTTONS 2 TOP OF FOUNDATION ELEVATION GIVEN IS THE FINISHED GRADE OF THE SIDEWALK. THE 3 FOR LUMINAIRE POLE 4 SIGNAL HEAD B14 5 ATTACHMENT ANGLES FOR 6 POINT OF ATTACHMENT ANGLE SHALL BE AT OFT7] FOR SIGNAL POLE LAYOUT, SHALL BE VERIFIED BY THE ENGINEER IN THE FIELD CONTRACTOR SHALL PLACE THE FOUNDATION UP TO THE BOTTOM OF THE FUTURE FOUNDATION DETAILS, SHALL BE MOUNTED POLE MOUNTED EQUIPMENT WITH RESPECT TO THE STRAIGHT SEGMENT OF SEE CHAN PLAN, SHEET 349. ALTERNATE /1 PER WSDOT STD PLAN J-26.10. IF THE PRIOR TO DRILLING PUSH BUTTON SHALL BE ANGLED SIDEWALK ELEVATION, PROVIDE ADEQUATE ADDITIONAL LENGTH OF ANCHOR BOLTS TO SEE CITY OF FEDERAL ON THE BACK SIDE SHALL BE DETERMINED BY THE CENTERLINE THROUGH THE INTERSECTION. [8] FOR SIGNAL POLE FOUNDATION CONTRACTOR ELECTS TO USE A CORRUGATED METAL PARALLEL TO THE CROSSWALK, WITH THE FACE THE BE INTEGRATED INTO THE SIDEWALK WHILE MAINTAINING EMBEDMENT REQUIREMENTS WAY STANDARD PLAN OF THE MAST ARM. ENGINEER IN THE FIELD PRIOR APPROXIMATE ANGLE HATH RESPECT TO THE FORM, DEPTHS SHALL BE INCREASED TO BE DETAILS, SEE SHEET 332. TOWARD R OF THE INTERSECTION. AND INSTALL SIDEWALK THICKENED EDGE PER DETAIL, SH 330. 3-39. TO RI NG. CURVED CENTERUNE IS 351'. CONSISTENT WITH ALTERNATE 2 PER J-26.10. NO. DATE BY APPR. REVISIONS F^Y(,IIAE< Approved By ,3LENA POLE6,.tlwg Kp� 1 /1D�1 C.ii JC ADDFld1Y 1 FILENAME GE 62016 e - l Interdisciplinary Design BID urroF PACIFIC HIGHWAY SOUTH SIGNAL POLE SPECIFICATIONS ENGINEERING MANAGER DATE DESIGNED BY DATE GJH �'E QoF �>> 3131 EM Ave 2502 JB6BIa011 AVC Sub 400 Tec 9&102 �� Federal Wa y PROJECT MANAGER DATE DRAWN BY :, o� .WA DOCUMENTS PHASE V IMPROVEMENTS AMK 68018 ,.���1NAL 6^'2� h Se m, WA 98121 (253)6270720 KPG PROJECT No. 13022 SHT 331 OF 372 PROJECT ENGINEER DATE CHECKED BY DATE (206)2SI640 WNW.1�oDm STA 89+89.4 X 0' II 18.5' - 30.0' - - 25.0 - - - 120 - - - - - - - - 26.0 - - - 26.0 - - - - - - - 962 0' - - - - - - - - 180' 0' 333.30 10'-0" 8'-0' 8'-0" ' Pacific Highway South HOV Lanes Phase V S340 th Street to S 359th Street STPUL 0099(126) ' RFB 16-006 Addendum No. 2 July 22, 2016 ' ATTENTION: All Bidders and Planholders You are hereby notified that in Addendum No. 2, the Bid and Contract Documents are amended ' as follows: 1 A. ATTACHMENT C -BID SCHEDULE DELETE Bid Schedule page 30 and REPLACE with the attached page 30. A summary of revisions to the bid schedule is included below: • A new Bid Item A213 has been added to Schedule A, "Asphalt Cost Price Adjustment". B. SPECIAL PROVISIONS 1. Section 5-04.5, Page 126 - ADD the following to this Section: Section 5-04.5 is supplemented with the following: (August 5, 2013 WSDOT GSP) Asphalt Cost Price Adjustment The Contracting Agency will make an Asphalt Cost Price Adjustment, either a credit or a payment, for qualifying changes in the reference cost of asphalt binder. The adjustment will be applied to partial payments made according to Section 1-09.9 for the following bid items when they are included in the proposal: "HMA Cl. PG " "HMA for Approach Cl. PG " "HMA for Preleveling Cl. _ PG " "HMA for Pavement Repair Cl. _ PG "Commercial HMA" The adjustment is not a guarantee of full compensation for changes in the cost of asphalt binder. The Contracting Agency does not guarantee that asphalt binder will be available at the reference cost. The Contracting Agency will establish the asphalt binder reference cost twice each month and post the information on the Agency website at: http://www.wsdot.wa.govlbiz/constructionlAsphaltlndex.cfm. The reference cost will be determined using posted prices furnished by Poten & Partners, Inc. If the 1 of 2 City of Federal Way Addendum No. 2 PHS Phase V HOV Lanes July 22, 2016 selected price source ceases to be available for any reason, then the Contracting Agency will select a substitute price source to establish the reference cost. The base cost established for this contract is the reference cost posted on the Agency website for the period immediately preceding the bid opening date. Adjustments will be based on the most current reference cost for Western Washington or Eastern Washington as posted on the Agency website, depending on where the work is performed. For work completed after all authorized working days are used, the adjustment will be based on the posted reference cost during which contract time was exhausted. The adjustment will be calculated as follows: No adjustment will be made if the reference cost is within 5% of the base cost. If the reference cost is greater than or equal to 105% of the base cost, then Adjustment = (Current Reference Cost — (1.05 x Base Cost)) x (Q x 0.056). If the reference cost is less than or equal to 95% of the base cost, then Adjustment = (Current Reference Cost — (0.95 x Base Cost)) x (Q x 0.056). Where Q = total tons of all classes of HMA paid in the current month's progress payment. "Asphalt Cost Price Adjustment". by calculation. "Asphalt Cost Price Adjustment" will be calculated and paid for as described in this section. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. C. APPENDICES 1. Appendix F - ADD the attached `Pressure Reducing Valve Station 9A' Detail to this Appendix. D. BID OPENING The bid opening date has not changed. All bidders are required to acknowledge receipt of this addendum on page 23 of the Bid Form. Failure to do so may cause rejection of the bid. CITY FEDERAL WAY ._S Desiree Winkler, P.E. Street Systems Project Manager 2 of 2 City of Federal Way PHS Phase V HOV Lanes 1 Addendum No. 2 ' July 22, 2016 1 f 1 r7 L 1 SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. INO. NOC ITEM DESCRIPTION UNIT APPROX. QUANTITY I DOLLARS CENTS DOLLARS CENTS A184 8-22 Plastic Access Parking Space Symbol Type A EA 1 A185 8-22 Plastic Traffic Arrow Type A EA 82 A186 8-26 Tree Grate EA 34 A187 8-31 Resolution of Utility Conflicts EST 1 $ 50,000.00 $ 50,000.00 A188 8-31 Potholing EST 1 $ 20,000.00 $ 20,000.00 A189 8-32 Pitrun Sand CY 2,260 A190 8-32 Fluidized Thermal Backfill CY 130 A191 8-32 Provide and Install Conduit, 4 In. LF 13,300 A192 8-32 Provide and Install Vault, 4'x4'x4' EA 19 A193 8-32 35516 PHS UG Service Conversion LS 1 A194 8-32 35400 PHS UG Service Conversion No. 1 LS 1 A195 8-32 35400 PHS UG Service Conversion No. 2 LS 1 A196 8-32 35400 PHS UG Service Conversion for Billboard LS 1 A197 8-32 35109 PHS UG Service Conversion LS 1 A198 8-32 34839 PHS UG Service Conversion for Billboard LS 1 A199 8-32 34425 PHS UG Service Conversion LS 1 A200 8-32 34434 PHS UG Service Conversion for Billboard LS 1 A201 8-32 34414 PHS UG Service Conversion LS 1 A202 8-32 34221 PHS UG Service Conversion for Billboard LS 1 A203 8-32 34211 PHS UG Service Conversion LS 1 A204 8-32 34110 PHS UG Service Conversion LS 1 A205 8-32 34018 PHS UG Service Conversion for Billboard LS 1 A206 8-32 Misc. Service Conversion EST 1 $ 5,000.00 $ 5,000.00 A207 8-32 Excavation for Retraining PSE Conduit EST 1 $ 5,000.00 $ 5,000.00 A208 8-54 Bollard EA 6 A209 1-04 Unexpected Site Changes EST 1 $ 20,000.00 $ 20,000.00 A210 6-16 Settlement Monitoring for Wall 12 LS 1 A211 6-16 Settlement Monitoring for Wall 14 LS 1 A212 6-16 Settlement Monitoring for Wall 15 LS 1 A213 5-04 Asphalt Cost Price Adjustment CALC 1 $ 50,000.00 $ 50,000.00 TOTAL SCHEDULE A $ City of Federal Way ' Pacific Highway South RFB #16-006 HOV Lanes Phase V 30 June 2016 PRECAST CONCRETE VAULT. 6" DIA. DRAIN TO DAYLIGHT 12'-3" L x 7'-2" W x 7'-6" H (INTERIOR DIMENSIONS) STORM SYSTEM OR SANITARY "UTILITY VAULT" 712—CLX WITH No. 57-2-33—'80CLX COVER SLAB OR APPROVED EQUAL SEWER (WITH PERMIT) ._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._.._..�.._ j 1 1s SUPPLY FLOW I MIN 14 t8 1 131\ 24"CLR MIN. DGE OF /� HATCH i 2 (TYP.) 1 ABOVE` 12 -- — i 11 (� 10 I 5 :BYPASS 2 FLOW c0) V L —J �I 9 4 8 3 1 i N U BID ITEM LIMITS SUMP DISCHARGE AT 7 O'CLOCK POSITION IN PRESSURE RELIEF VALVE DISCHARGE PIPE. LOCATE ADJACENT�4> ALUMINUM ACCESS HATCH, 3'-6" x 3'-6" CLEAR OPENING WITH CAST IN PLACE GUTTER & DRAIN. (COVER SLAB, No. 57-2-33—'80F CLX) SEE HATCH NOTES. WATERTIGHT GROUT SEAL (TYP.) PLAN w 12" VAULT LADDER. SEE STANDARD PLAN 06 6" TO CENTER OF WALL FLANGE i 4—#5 @ 45' 19 Q HATCH GUTTER DRAIN. SEE HATCH NOTES. PRV VENT ASSY * — HORIZONTAL PLANES o aLl I FINISH FLOOR ELEV (TOP OF GRATE)* o SLOPE 5 COMP. SUBGRADE ADJUSTABLE PIPE SUPPORT 8" MIN COMPACTED DEPTH CSBC (4 EA). LOCATION AS SHOWN AND UNDER 3" PRV ALSO. ATTACH TO FLOOR W/ S.S. ANCHOR BOLTS. SECTION PROVIDE FOR HS -20 (MIN) LOADING. HINGE TO LEFT SIDE OF LADDER (WHEN CLIMBING). PROVIDE RECESSED HASP W/ FLUSH LID. LOCK PROVIDED BY DISTRICT. INCLUDE "BILCO LADDER UP" MODEL 1 ATTACHED TO LADDER. SET HATCH LEVEL UNLESS NECESSARY TO MATCH SLOPING GRADE (SIDEWALK, DRIVEWAY, ETC.). CENTER OVER BYPASS VALVES AND BASKET STRAINER. DRAIN TO BE 1-1/4" CPVC SCH 80 SOLVENT WELD. ATTACH TO WALL OF VAULTS W/ S.S. STRAPS & ANCHOR BOLTS. 4" MIN SEE THE 'PRESSURE DISCHARGE PIPE' DETAIL AND 'PRESSURE RELIEF DRAIN' SEE NOTE 12 ON SHEET 4 OF 4 SEE THE 'PRESSURE DISCHARGE PIPE' DETAIL AND 'PRESSURE RELIEF DRAIN' SEE NOTE 12 ON SHEET 4 OF 4 WSDOT STD`LAN B-25.60-00 PRECAST BASE SECTION (6 SSLOPDE TOWARD BENINSTALL MASTIC BETWEEN JOINTS TO MAKE WATER TIGHT. 18—IN. x 30—IN. (NOM) RF CONC. SUMP.: OLDCASTLE PRECAST COS TYPE 250 CATCH BASIN OR APPROVED EQUAL. LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGTON PRESSURE REDUCING VALVE STATION 9A SHEET 1 DATE: 7-16 SCALE: NONE DRAWN: WLH KED:KRM _ CHEC�1 OF 4 VOLA PRESSURE REDUCING VALVE INFORMATION TABLE PRV STATION NUMBER APPROXIMATE ADDRESS LOCATION AND SITE ELEVATION PRESSURE ZONES "Y" DIM. PRESSURE REDUCING VALVE INFORMATION PRESSURE RELIEF VALVE REQUIRED AT THIS STATION "Z" DIM. MAIN VALVE "X" DIM. BYPASS VALVE DIM. UPSTREAM DOWNSTREAM A 3" G A 8" G A 3" G B 250 H YES B 250 H NO B 125 H YES C (1) 1 N/A C (1) 1 N/A C (1) 1 N/A D J YES D J YES D J NO E 135 K YES E 135 K NO E K NO F L YES F L NO F L NO k SIZE OF PIPE (ID) DESIGN AS SHOWN (A/S) ALIGNMENT "A" H. 3. CLASS/ PRESSURE RATING—FLANGES OR OR INDICATOR (1) OR MICROSWITCH (M) MIRROR IMAGE (M/1) ALIGNMENT "B" I. D. MOUNTING OF PILOT VALVE ESTIMATED UPSTREAM PRESSURE J. PILOT SPRING PRESSURE RANGE 3. FINAL DOWNSTREAM PRESSURE K. SETTING (MAINTAIN 5psi DIFFERENTIAL L. BYPASS OVER MAIN) Y2" AIR RELEASE VALVE, APCO MODEI 50 OR VALMATIC AIR VENT TURNDOWN Y2" BRASS EL 11 11 'SSS TEE Y2" BRASS ELL, Y4"xY2" BRASS BUSHING Ya" BRASS PLUG BALL VALVE Y2" BALL VALVE �-1 "" TAP ON TEE 1 "xY2" BRASS BUSHING UPSTREAM ASSEMBLY WALL FLANGE 4—#5®45' I 'PLASTIC SLEEVE FOR MAIN VALVE STEM? SPECIAL OPTIONS OTHER THAN ' C.I. BODY & S.S. TRIM FLOW CONTROL & PILOT STRAINER OPENING SPEED ? FLOW CONTROL—CLOSING SPEED? COCKS TO ISOLATE PILOT SYSTEM?, 3 — %a" BRASS BALL VALVE 3/a xYa" BRASS BUSHING TO HYDROMATIC PUMP BRASS CROSS :: 1" TAP ON TEE 1"x %" BRASS BUSHING 1 9A *OR APPROVED EQUAL NOTE, BRASS NIPPLES NOT CALLED OUT, PROVIDE AS NECESSARY. DOWNSTREAM ASSEMBLY 19B PRESSURE GAUGE AND AIR RELIEF ASSEMBLY DETAILS TOP OF VAULT 6x6 W4xW4 WELDED WIRE FABRIC NOTE: LOCATE ALL REINFORCEMENT ON VAULT SIDE OF WALL FLANGE. TYP. EACH END. P -Nin VIP7\A/ DETAIL THRUST BLOCK REINFORCEMENT LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGT11 PRESSURE REDUCIN VALVE STATION 9A' DATE' 7-16SCALE: NONE DRAWN: WLH _ _ ' `~! SHEET 2 , CHECKED:KRM OF 4 vok FIRST STEP MINIMUM 8" BELOW TOP OF COVER, MAXIMUM 12". CONCRETE MECHANICAL ANCHOR BOLT, STAINLESS STEEL (TYPICAL) SIDE RAIL AND BRACKET, 1 1/2" x 1/4" GALV. STEEL (TYPICAL) RUNG, NO. 8 DEFORMED REINFORCING BAR CONFORMING TO ASTM A 616 6" MIN. 4" x 2" RECTANGULAR TUBING (TYP OF 2) — 1" DIA. RUNGS BETWEEN STRINGERS AT LESS THAN OR EQUAL TO 12" O.C., ALL STEPS MUST BE EQUAL HEIGHT, INCLUDING TOP AND BOTTOM STEPS (TYP) PLAN CLEARANCE AS NECESSARY FOR LADDER CONTINUED ON VAULT HATCH, 10" MAX. J °a m 4"W x 1/2" FB L—SHAPE, 3" x 3", WITH 1/2" DIA. STAINLESS STEEL ANCHOR BOLTS WITH 3-1/2" MIN. EMBEDMENT (TYP OF 2) 2" x 2" SQUARE TUBING CONTINUOUS STRINGERS (TYP) -8"x3"L x 2"W X 1/2" FB BEND AS SHOWN (TYP OF 2) TYP 1/2" DIA. ANCHOR BOLT, STAINLESS STEEL WITH CONCRETE 3-1/2" MIN. EMBEDMENT FLOOR Y(TYP), °° VAULT / LADDER ELEVATION ELEVATION VIEW LADDER DETAIL LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGTON PRESSURE REDUCING VALVE STATION 9A DATE: 7-16SCALE: NONE DRAWN: WLH SHEET 3 CHECKED: KRMOF 4 1" MAX. a 3" MIN. O O o� 12"(TYP. ) 0 a C C' L 6" MIN. 4" x 2" RECTANGULAR TUBING (TYP OF 2) — 1" DIA. RUNGS BETWEEN STRINGERS AT LESS THAN OR EQUAL TO 12" O.C., ALL STEPS MUST BE EQUAL HEIGHT, INCLUDING TOP AND BOTTOM STEPS (TYP) PLAN CLEARANCE AS NECESSARY FOR LADDER CONTINUED ON VAULT HATCH, 10" MAX. J °a m 4"W x 1/2" FB L—SHAPE, 3" x 3", WITH 1/2" DIA. STAINLESS STEEL ANCHOR BOLTS WITH 3-1/2" MIN. EMBEDMENT (TYP OF 2) 2" x 2" SQUARE TUBING CONTINUOUS STRINGERS (TYP) -8"x3"L x 2"W X 1/2" FB BEND AS SHOWN (TYP OF 2) TYP 1/2" DIA. ANCHOR BOLT, STAINLESS STEEL WITH CONCRETE 3-1/2" MIN. EMBEDMENT FLOOR Y(TYP), °° VAULT / LADDER ELEVATION ELEVATION VIEW LADDER DETAIL LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGTON PRESSURE REDUCING VALVE STATION 9A DATE: 7-16SCALE: NONE DRAWN: WLH SHEET 3 CHECKED: KRMOF 4 MATERIAL INDEX (INCLUDED IN BID ITEM) NOTE: REFER TO TABLE ON SHEET 2 OF 3. PRESSURE REDUCING VALVE ASSEMBLY (RESTRAINED JOINTS) O1 8" PRESSURE REDUCING VALVE, FLxFL O2 8" FLANGED COUPLING ADAPTER O3 8" DUCTILE IRON PIPE, 12" LONG, FLxPE ® 8" GATE VALVE WITH HANDWHEEL, FLxFL 5O 8"x8"x4"x4" CROSS, ALL FL. (TAPPED FOR 1/4" PRESSURE GAUGE/AIR RELEASE ASSEMBLY) © 8" D.I. PIPE WITH WALL FLANGE, FLxPE 7O NUMBER NOT USED ® 8" BASKET STRAINER, FLxFL 90 4" BLIND FLANGE 10 4"x3" REDUCING FLANGE, FLxNPT 11 3" BRONZE GATE VALVE WITH HANDWHEEL, NPT 12 3" UNION, NPT 13 3" PRESSURE REDUCING VALVE, FLxFL 14 3" DUCTILE IRON PIPE (TYP) 15 3" 90' BEND, NPT 16 3"x3"x3/4" TEE, NPT 17 3/4" BRASS HOSE BIB, NPT 18 WALL MOUNTED PIPE SUPPORT, SEE (36) 19A&B PRESSURE GAUGE & AIR RELIEF ASSEMBLY: SEE DETAIL SHEET 2 OF 4 �g 3" BASKET STRAINER, FLxFL 21 3" COMPANION FLANGE, FLxNPT VAULT VENT ASSEMBLY ® 4" GALV. STEEL PIPE, SCHED. 40 (SLOPE TOWARD VAULT ®1%f, GROUT WALL PENETRATION) �g 3" GALV. STEEL PIPE, SCHED. 40 (PLUMB) WITH 2 COMPANION FLANGES AND BREAKAWAY BOLTS © 3" 90' ELBOW & 90' STREET ELBOW, W/3"x4" INCREASER, NPT © 4" BRONZE BEEHIVE STRAINER, NPT PRESSURE RELIEF VALVE & OUTLET ASSEMBLY (RESTRAINED JOINTS) 60> 4"x4"x3" TEE, ALL FL (3J) 3" GATE VALVE WITH HANDWHEEL, FLxFL 6`2) 3" PRESSURE RELIEF VALVE, FLxFL (5-3) 3" 90' BEND, MJ (S4> 3" DUCTILE IRON PIPE 63> 3" BRONZE BEEHIVE STRAINER, NPT 66 WALL MOUNTED FIBERGLASS PIPE SUPPORT CHANNELS, `J BRACING STRAPS, AND CLAMPS STAINLESS STEEL 0> 0.5 C.Y. MIN (3'x3'x1.5') GRAVEL BACKFILL FOR DRYWELLS `J WRAPPED IN CONSTRUCTION GEOTEXTILE FOR UNDERGROUND DRAINAGE PAVING NOTES: CONSTRUCT ALL—WEATHER SURFACE ACCESS PAD WITH TRANSITION RAMPS ADJACENT VAULT. 12—FT MIN. WIDTH x 25—FT. MIN. LENGTH—FT EXCLUDING TRANSITION RAMPS. LEVEL PAD ADJACENT AND CENTERED ON VAULT. 2—IN. MIN. COMPACTED DEPTH CSTC ON 6—IN. MIN COMPACTED DEPTH CSBC ON COMPACTED SUBGRADE, 95% MAX. COMPACTION EACH COURSE. FININSH GRADE AT VAULT 12—IN MAX. BELOW ADJACENT EXPOSED VAULT TOP SURFACE NOTES: 1. DESIGN WALLS OF VAULT TO RESIST THRUST FROM PIPE OF 16,500 lbs. WALLS SHOULD BE SOLID WITH NO GAPS OR VOIDS. 2. LOCATE VAULT OPENINGS AND BYPASS PIPE COMPONENTS DIRECTLY OVER GATE VALVES, BASKET STRAINER, AND PRESSURE REDUCING VALVE. 3. SUBMIT WORKING DRAWINGS FOR PRV STATION COMPONENTS INCLUDING VAULT, COVERS, HATCHES, LADDER, INTERNAL PIPING, DRAIN TRENCH, SUMP, AND SUMP PUMP WITH DISCHARGE PIPING. 4. USE STAINLESS STEEL BOLTS, NUTS, AND WASHERS THROUGHOUT. 5. PAINT EXTERIOR STANDPIPE(S) WITH MIN. 2—COATS EPDXY SYSTEM INTENDED COLOROSELECTEDGBY CONDITION. COLOR PRVSO BE AND ISOLATION OVALVESER REDDISH BROWN WITH MIN. 2—COATS EPDXY SYSTEM FOR WET CONDITIONS. 6. PAINT INTERIOR WITH FIELD COAT OF INERTOL RUST PENETRATING PRIMER NO. 621, OR APPROVED EQAL, AND 2—COATS OF TEREX 800 ENAMAL OR APPROVED EQUAL. 7. STATION START—UP AND ACTIVATION SHALL BE UNDER THE SUPERVISION OF REPRESENTATIVES OF THE DISTRICT AND PRV MANUFACTURERS. 8. ALL MATERIALS IN CONTACT WITH POTABLE WATER SHALL BE NSF/ANSI 61 AND NSF/ANSI 372 COMPLIANT. 9. EXTERIOR SURFACE OF THE VAULT BELOW FINISH GRADE SHALL BE SEALED WITH 2—COATS OF ATCO BITUMASTIC NO. 2221. 10. SEAL ALL CONCRETE JOINTS WITH NON—SHRINK, CEMENTITIOUS GROUT. 11. TROUGH AND SUMP GRATING SHALL BE ALUMINUM, DUCTILE IRON, OR FIBERGLASS WITH NON—SKID SURFACE. 12. PRESSURE RELIEF DISCHARGE PIPE SHALL BE MJ AND FL TO BASE OF GOOSENECK. GOOSENECK ABOVE FLANGE CONNECTION SHALL BE THREADED. EXTERIOR COATING FOR THE ABOVE—GRADE GOOSNECK SHALL HAVE FUSION BOND EPDXY COATING (COLOR: BLUE), 12—MIL MIN THICKNESS AND NSF 61 APPROVED. LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGTON PRESSURE REDUCING VALVE STATION 9A DATE: 7-16(*SCALE: NONE DRAWN: WLHSHEET 4 CHECKED:KRM OF 4 noon. llAAA 1y R 0 IATTENTION: Pacific Highway South HOV Lanes Phase V S340 1h Street to S 359th Street STPUL 0099(126) RFB 16-006 Addendum No. 3 July 25, 2016 All Bidders and Planholders You are hereby notified that in Addendum No. 3, the Bid and Contract Documents are amended ' as follows: A. ATTACHMENT C -BID SCHEDULE ' 1. Schedule A, Page 26 — DELETE Bid Schedule page 26 and REPLACE with the attached page 26. A summary of revisions to this page are included below: ' Revised Approximate Quantity for Bid Item A72, Catch Basin Type 1. • Revised Approximate Quantity for Bid Item A74, Catch Basin Type 2 48 In. ' Diam. 2. Schedule A, Page 30 - DELETE Bid Schedule page 30 and REPLACE with the attached page 30. A summary of revisions to the bid schedule is included below: ' • A new Bid Item A214 has been added to Schedule A, "Concrete Inlet". ' B. SPECIAL PROVISIONS 1. Section 7-05.5, Page 156 - ADD the following after the second paragraph in this Section: ' "Concrete Inlet", per each. ' 2. Section 7-12.3(9), Page 204 - ADD the following to this Section: Steel casing shall be installed by trenching and direct burial. Boring or jacking is not ' required. Casing spacers shall be bolted side flange stainless steel split -case design having ' minimum of two runners at the bottom and two runners at the top. Provide runners made of high strength polymer plastic. Spacers shall be a minimum of 12" wide. Acceptable manufacturers are Calpico Inc., PSI, Advanced Products and Systems ' Inc., or equal. Casing spacers shall be included in the unit price per linear foot for the type of casing installed. 3. Section 8-32.2, Page 283 - DELETE the sixth paragraph of this section and ' REPLACE with the following: City spare fiber vaults are identified in the bid proposal as "Provide and Install City ' Vault, 4 x4 x4"' and shall be Oldcastle Precast 504 -LA, Granite Precast 4'x4' electrical vault, H2 Precast 4x4 vault or approved equal. Vaults shall have H2O rated lids with non -slip covers when located in sidewalk areas. 'City of Federal Way 1 of 2 Addendum No. 3 PHS Phase V HOV Lanes July 25, 2016 C. PLANS 1. SIGNAL PLANS -, DELETE Sheets 314, 315, and 327 of 372 and REPLACE with the attached revised sheet 314, 315, and 327 of 372. D. BID OPENING The bid opening date has not changed. All bidders are required to acknowledge receipt of this addendum on page 23 of the Bid Form. Failure to do so may cause rejection of the bid. CITY FEDERAL WAY Desiree Winkler, P. E. Street Systems Manager 2 of 2 City of Federal Way Addendum No. 3 PHS Phase V HOV Lanes July 25, 2016 7 7 1 SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. INO. NO. 11 ITEM DESCRIPTION UNIT APPROX. QUANTITY DOLLARS CENTS DOLLARS CENTS A63 6-16 Removing Soldier Pile Shaft Obstructions EST 1 $ 10,000.00 $ 10,000.00 A64 6-20 Handrailing LF 220 A65 7-01 Drain Pipe 6 In. Diam. LF 750 A66 7-01 Reconnect Existing Misc. Drainage EST 1 $ 10,000.00 $ 10,000.00 A67 7-01 Stormwater Interception Trench LF 524 A68 7-04 Ductile Iran Storm Sewer Pipe 8 In. Diam LF 293 A69 7-04 Class IV Reinf. Conc. Storm Sewer Pipe 12 In. Diam. LF 6,021 A70 7-04 Class IV Reinf. Conc. Storm Sewer Pipe 18 In. Diam. LF 4,849 A71 7-04 Class IV Reinf. Conc. Storm Sewer Pipe 24 In. Diam. LF 203 A72 7-05 Catch Basin Type 1 EA 49 A73 7-05 Catch Basin Type 1 L EA 35 A74 7-05 Catch Basin Type 2 48 In. Diam. EA 59 A75 7-05 Catch Basin Type 2 54 In. Diam. EA 1 A76 7-05 Catch Basin Type 2 54 In. Diam. with Flow Restrictor EA 1 A77 7-05 Catch Basin Type 2 72 In. Diam. with Flow Restrictor EA 1 A78 7-05 Adjust Existing Storm Drainage Structure EA 24 A79 7-05 Adjust Monitoring Well EA 1 A80 7-05 Adjust Gas Valve EA 19 A81 7-05 Reconstruct Storm Drainage Structure EA 14 A82 7-05 Adjust Stormfilter and Flow Splitter Vaults to Grade LS 1 A83 7-05 Connection to Existing Drainage Structure EA 25 A84 7-05 Install Solid Cover on Existing Type 1 Catch Basin EA 6 A85 7-06 Stormwater Detention Pond LS 1 A86 7-09 Relocate Reduced Pressure Backflow Device EA 1 A87 7-12 Split Steel Casing 20 In. Diam. LF 20 A88 7-21 Catch Basin Insert for Oil Control EA 27 A89 7-22 Stormwater Media Filter (Filterra or Modular Wetland Unit) EA 16 A90 7-22 Modular Wetland 4 x 4 EA 13 A91 7-22 Modular Wetland 4 x 6 EA 2 A92 7-22 Modular Wetland 4 x 15 EA 2 A93 8-01 Stormwater Pollution Prevention Plan LS 1 A94 8-01 Temporary Detention/Retention SWPPP Control Facilities LS 1 A95 8-01 ESC Lead DAY 350 ' City of Federal Way Pacific Highway South RFB #16-006 HOV Lanes Phase V 26 June 2016 SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. INO. NOC ITEM DESCRIPTION UNIT APPROX. QUANTITY UNIT PRICE DOLLARS CENTS AMOUNT DOLLARS CENTS A195 B-32 35400 PHS UG Service Conversion No. 2 LS 1 A196 8-32 35400 PHS UG Service Conversion for Billboard LS 1 A197 8-32 35109 PHS UG Service Conversion LS 1 A198 1 8-32 34839 PHS UG Service Conversion for Billboard LS 1 A199 8-32 34425 PHS UG Service Conversion LS 1 A200 8-32 34434 PHS UG Service Conversion for Billboard LS 1 A201 8-32 34414 PHS UG Service Conversion LS 1 A202 8-32 34221 PHS UG Service Conversion for Billboard LS 1 A203 1 8-32 34211 PHS UG Service Conversion LS 1 A204 8-32 34110 PHS UG Service Conversion LS 1 A205 8-32 34018 PHS UG Service Conversion for Billboard LS 1 A206 8-32 Misc. Service Conversion EST 1 $ 5,000.00 $ 5,000.00 A207 8-32 Excavation for Retraining PSE Conduit EST 1 $ 5,000.00 $ 5,000.00 A208 8-54 Bollard EA 6 A209 1-04 Unexpected Site Changes EST 1 $ 20,000.00 $ 20,000.00 A210 6-16 Settlement Monitoring for Wall 12 LS 1 A211 6-16 Settlement Monitoring for Wall 14 LS 1 A212 6-16 Settlement Monitoring for Wall 15 LS 1 A213 5-04 Asphalt Cost Price Adjustment CALC 1 $ 50,000.00 $ 50,000.00 A214 1 7-05 Concrete Inlet EA 2 TOTAL SCHEDULE A $ City of Federal Way Pack Highway South RFB #16-006 HOV Lanes Phase V 30 June 2016 CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 EXISTING TRAFFIC SIGNAL SHALL REMAIN FULLY OPERATIONAL AT ALL TIMES. LOOP DETECTOR SCHEDULE LOOP # STATION 613 PACIFIC HIGHWAY S, STA 28+27 623 PACIFIC HIGHWAYS, STA 28+27 633 PACIFIC HIGHWAYS, STA 28+27 EXISTING PHASE SEQUENCE DIAGRAM _\ 171 iOLA PROTECTIVE VEHICLE MOVEMENT 01 02�03 i - OVERLAP MOVEMENT I a4 z 1. FOR CONSTRUCTION AND WIRE NOTES, SEE SHEET 315. 1 N 05 6 07 08 PROTECTIVE VEHICLE MOVEMENT PEDESTRIAN MOVEMENT i - OVERLAP MOVEMENT NOTES 1. FOR CONSTRUCTION AND WIRE NOTES, SEE SHEET 315. PLAN 0 10 20 40 60 SCALE IN FEET 1 12 OGENERAL NOTES 3 1. ALL WORK SHALL BE DONE IN ACCORDANCE WITH THE CITY STANDARDS, KING COUNTY TRAFFIC REQUIREMENTS, WSDOT/APWA STANDARD PLANS, LATEST AMENDMENTS TO STANDARD SPECIFICATIONS, SPECIAL PROVISIONS AND THESE PLANS. 2. FOR SIGNALIZATION COORDINATION WITH KING COUNTY, CONTRACTOR SHALL CONTACT KING COUNTY TRAFFIC MAINTENANCE UNIT SIGNAL TECHNICIAN MARK PARRETT AT (206) 396-3763. 3. THE LOCATION OF ALL FEATURES TO BE INSTALLED BY THE CONTRACTOR SHALL BE VERIFIED IN FIELD BY THE ENGINEER PRIOR TO INSTALLATION. 4. CONDUIT LOCATION IS SHOWN FOR REFERENCE ONLY. FINAL LOCATIONS SHALL BE DETERMINED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER IN THE FIELD. CONDUIT TO BE PLACED IN JOINT UTILITY TRENCH WHEN FEASIBLE, AS DETERMINED BY CONTRACTOR. 5. ALL NEW SIGNAL HEADS ON EXISTING MAST ARMS SHALL BE MOUNTED SUCH THAT A MINIMUM OF 16.5' CLEARANCE IS MAINTAINED ABOVE THE ROADWAY. 6. ALL NEW JUNCTION BOXES PLACED IN THE SIDEWALKS SHALL HAVE SKID RESISTANT LIDS. AFTER INSTALLATION AND FINAL INSPECTION, JUNCTION BOXES SHALL BE SPOT WELDED. 7. CONTRACTOR SHALL N011FY THE CITY OF FEDERAL WAY TRAFFIC ENGINEER A MINIMUM OF 5 WORKING DAYS IN ADVANCE OF PAVEMENT REMOVAL IN THE LOOP DETECTOR AREA. BEFORE THE REMOVAL OR DAMAGE OF EXISTING VEHICLE DETECTION LOOPS, CONTRACTOR SHALL INSTALL VIDEO DETECTION SYSTEM FOR TEMPORARY VEHICLE DETECTION DURING THE CONSTRUCTION. SETUP AND TESTING SHALL BE PERFORMED IN THE PRESENCE OF THE ENGINEER. B. CONTRACTOR SHALL MAINTAIN THE VIDEO DETECTION SYSTEM FOR TEMPORARY VEHICLE DETECTION DURING THE CONSTRUCTION. ZONE MODIFICATIONS SHALL BE PERFORMED IN THE PRESENCE OF THE ENGINEER. 9. ONLY JOURNEY LEVEL WORK SHALL BE ALLOWED IN THE SIGNAL CONTROLLER CABINET. 10. FOR COORDINATION WITH THE CITY OF FEDERAL WAY IT DEPARTMENT, CONTACT THOMAS FICHTNER AT (253) 835-2547. 11. EXPOSED HOLES IN SIGNAL POLES OVER 1" DIAMETER SHALL BE PLUGGED WITH AN APPROVED KO SEAL USING WATER PROOF SEALANT. SURFACE SHALL BE COLD GALVANIZED. HOLES A SMALLER THAN 1" DIAMETER SHALL BE TAPPED AND PLUGGED WITH A FLAT HEAD, TAMPER RESISTANT SCREW AND COLD GALVANIZE. -- = X V i - — -- SD SD tl, 63 T FO r_,__ s -sD _ i G o 0 2 G G -- -- __�" �e -___ o Fe ��' -FO--FO—FO v EX62 21 / L--- 621 ----- ', 5 TYP - 6-2-n --- - - 6 2 - - - - - - - - - - - - - - - - - - - - — _ = EX61 /-------- ----- - - - - - - - - - — - 61 15 2 \ ` ---611 ---' S TYP 13 m1 2'3+00 '1` 24+D(1-----_; 11/OLA / 25+0 0 \ Ex51 8+00 n E� T 112 ro L52 1 5f 18 0 111 + �_____________1 i6 s TYP i21 5 r___2 _____� _ �\ X PACIFIC HIGHWAY SOUTH EX2- - - - - - - - - - jT - - - - - - ---------- �illll�710-1111i 10 w SD 2 SD SD A-E _____________' SDSD 50 Q SD SD $D SD SE Ln 23l:l T -' �T JT JT JT 2 JT 10� P " - EX VDA1 w w w-,- -. - - -_ - - - X - - S S —Ps - s ® - - - - - X4 12 OLA E \ it 71 10 m '1111m X 0 4 \ 2 3 -0 E X42 B x 1 i\ LEGEND>, + 9 f SIGNAL HEAD ASSIGNMENTS ANG NEW DESCRIPTION EXISTING DESCRIPTION SIGNAL POLE WITH MAST ARM AND COBRAHEAD ® 0 10 B D D JUNCTION BOX TYPE 1, 2 & 8 3 4 . 12" 12" 12" NOTES: LUMINAIRE X 4 1. ALL VEHICLE SIGNAL HEADS SHALL BE COBRAHEAD ROADWAY LUMINAIRE AND POLE ® PULL BOX I ` \� r LED TYPE AND SHALL USE TUNNEL F O • I VISORS, SQUARE DOORS, 5" VEHICLE SIGNAL HEAD (THROUGH) VEHICLE INDUCTION LOOP SD Y 12" 12" tY BACKPLATES WITH 2" RETROREFLECTIVE 4 VEHICLE SIGNAL HEAD (LEFT OR RIGHT TURN) _ _- VEHICLE VIDEO DETECTION ZONE sD 9 BORDERS USING TYPE IX SIGN - CONDUIT I / O 12" 12" <_ 1Y SHEETING. MAST ARM MOUNTED P PEDESTRIAN SIGNAL HEAD N VEHICLE SIGNAL HEADS SHALL USE CONDUIT REMOVAL Wrol MOUNTING TYPE "N". SIDE OF POLE -D EMERGENCY PRE-EMPTON DETECTOR & INDICATOR ' * f / PROPOSED VEHICLE EXISTING VEHICLE 1Y PEDESTRIAN HEADS: 0 CONSTRUCTION NOTE ;, l ( HEADS: HEADS: #EX28, EX29, EX48, MOUNTED VEHICLE SIGNAL HEADS MAST ARM MOUNTED SIGN � y SHALL USE MOUNTING TYPE "H". TOP VIDEO DETECTION CAMERA WIRE NOTE #24, 63 & 64 #EX51, EX52, PROPOSED EX49, EX68, EX69, OF POLE MOUNTED SIGNAL HEADS oa N EX53, EX71, EX72, EX88 & EX89 APS PEDESTRIAN PUSH BUTTON Q SIGN NOTE \ EXISTING VEHICLE EX73 & EX74 VEHICLE HEADS: SHALL USE MOUNTING TYPE "D". HEADS: 11/10LA, 12/OLA, ® TRAFFIC CONTROLLER CABINET \ #EX21, EX22, EX23, 31/10LB & 32/OLB 2. ALL EXISTING PEDESTRIAN SIGNAL ® ELECTRICAL SERVICE CABINET \ EX41, EX42, EX43, HEADS SHALL REMAIN. 4 EX61, EX62, EX81, EX82 EX83 & EX84 NO. DATE BY APPR. REVISIONS Approved By IG356TH.Mp KpCI /25/1 GH ABDDOIIY 3 FILENAME ru „ GJH 6/2019 ` - = Interdisciplinary Design BID 4& CITY OF PACIFIC HIGHWAY SOUTH SIGNAL PLAN ENGINEERING MANAGER DATE DESIGNED BY DATE 3,3,EIIotlAve Jderson Federal Way PROJECT MANAGER DATE DRAWN BY DOTE >-13C� p o~ 691I94� T9mma, WA 96402 DOCUMENTS Y PHASE V IMPROVEMENTS PACIFIC HIGHWAY SAND SW 356TH ST AMK 601s F��row1. r�°� h Sea6e,WA96121 (253)627-0720 PROJECT ENGINEER DATE CHECKED BY DATE 1' (2%)28G1640 wwI KPG PROJECT No 13022 1 SHT 314 OF 372 'o CONSTRUCTION NOTES Qj LOCATION OF EXISTING TRAFFIC SIGNAL CONTROLLER CABINET. FURNISH AND INSTALL FIBER OPTIC PATCH PANEL AND ETHERNET SWTICH PER SPECIAL PROVISIONS AND TERMINATE FIBER OPTIC CABLE. COORDINATE WORK WITH CITY OF FEDERAL WAY IT REPRESENTATIVE. FURNISH AND INSTALL NEW MALFUNCTION MANAGEMENT UNIT, TWO (2) TYPE 1/0 LOAD SWITCHES AND FOUR (4) FLASH TRANSFER RELAYS. CONNECT ALL NEW AND MODIFIED FIELD SIGNAL WIRING. COORDINATE WORK IN THE CONTROLLER CABINET HATH THE KING COUNTY SIGNAL TECHNICIAN. O REMOVE EXISTING SIGNAL POLE MOUNTED LUMINAIRE AND INSTALL NEW LED LUMINAIRE ON EXISTING TENON PER LUMINAIRE SCHEDULE, SHEET 300. O REMOVE ONE EXISTING SIGNAL POLE MOUNTED PEDESTRIAN PUSH BUTTON AND INSTALL ONE APS STYLE PUSH BUTTON STATION ON THE POLE. RECONNECT EXISTING WIRING. VERIFY PUSH BUTTON ORIENTATION WITH THE ENGINEER IN THE FIELD. COVER EXPOSED HOLES PER GENERAL NOTE 11. INSTALL APS CONTROL UNIT IN THE ASSOCIATED PEDESTRIAN SIGNAL HEAD AND INSTALL 4 -WIRE CABLE FROM APS STATION TO CONTROL UNIT. SEE SPECIAL PROVISIONS. ® REMOVE TWO EXISTING SIGNAL POLE MOUNTED PEDESTRIAN PUSH BUTTONS AND INSTALL TWO APS STYLE PUSH BUTTON STATIONS ON THE POLE. RECONNECT EXISTING WIRING. VERIFY PUSH BUTTON ORIENTATION WITH THE ENGINEER IN THE FIELD. COVER EXPOSED HOLES PER GENERAL NOTE 11. INSTALL APS CONTROL UNITS IN THE ASSOCIATED PEDESTRIAN SIGNAL HEADS AND INSTALL 4 -WIRE CABLES FROM APS STATION TO CONTROL UNIT. SEE SPECIAL PROVISIONS. O MODIFY EXISTING VIDEO DETECTION ZONE TO MATCH NEW CHANNELIZATION. ZONE SHOWN FOR REFERENCE ONLY. COORDINATE EXACT ZONES WITH THE ENGINEER IN THE FIELD. © DISCONNECT SPLICE IN THE JUNCTION BOX AND ABANDON EXISTING LOOP DETECTOR PRIOR TO GRINDING. CONTRACTOR SHALL COORDINATE INSTALLATION OF TEMPORARY DETECTION WITH THE KING COUNTY SIGNAL TECHNICIAN PRIOR TO LOOP REMOVAL O INSTALL JUNCTION BOX AND LOOP DETECTOR STUBOUT PER WSDOT STD PLAN J-50.15. © INSTALL NEW VEHICLE DETECTION LOOP PER WSDOT STANDARD PLAN J-50.12. FOR LOOP SPACING SEE CITY OF FEDERAL WAY STANDARDS #3-44. SEE SPECIAL PROVISIONS. Qg REMOVE EXISTING JUNCTION BOX AND ALL ASSOCIATED CONDUIT AND WIRING. BACKFILL AND COMPACT VOID PER SPECIAL PROVISIONS. 10 LOCATE EXISTING SIGNAL CONDUIT AND EXCAVATE BY HAND. DISCONNECT EXISTING CABLES AND PULL BACK WIRING TO THE NEAREST JUNCTION BOX. CUT EXISTING CONDUIT AND INSTALL NEW CONDUIT TO SEPARATE JUNCTION BOXES PER PLANS AND WIRE NOTES. REEFED EXISTING WIRING TO NEW JUNCTION BOX AND SPLICE TO NEW. REMOVE EXISTING UNUSED CONDUIT. INSTALL NEW WIRING PER WIRE NOTES. COORDINATE WORK WITH THE KING COUNTY SIGNAL TECHNICIAN. 11 REMOVE EXISTING VEGETATION AROUND EXISTING JUNCTION BOX AND EXCAVATE TO THE BOTTOM OF SIDEWALK ELEVATION. FILL VOID WITH NON -SHRINK GROUT. 12 LOCATION OF ELECTRICAL SERVICE CABINET. FOR CONSTRUCTION NOTES, SEE ILLUMINATION PLANS. 13 FOR CONDUIT/WIRING CONTINUATION, SEE ILLUMINATION PLANS. 14 REMOVE EXISTING 5 -SECTION VEHICLE SIGNAL HEAD AND FURNISH AND INSTALL THREE SECTION VEHICLE SIGNAL HEAD PER SIGNAL HEAD ASSIGNMENTS, SHEET 314. PROVIDE AND INSTALL NEW TYPE 'H' SIGNAL HEAD MOUNT. INSTALL NEW 5C FROM TERMINAL CABINET TO SIGNAL HEAD. 15 FURNISH AND INSTALL NEW MAST ARM MOUNTED SIGN PER SIGN SCHEDULE, THIS SHEET. i6 FIELD ADJUST ALIGNMENT OF EXISTING VEHICLE SIGNAL HEADS WITH A TYPE "N" MOUNT TO ALIGN WITH NEW CHANNELIZATION AS DIRECTED BY THE ENGINEER IN THE FIELD. COORDINATE WORK WITH THE KING COUNTY SIGNAL TECHNICIAN. 17 INSTALL NEW PULL BOX PER WSDOT STD J-90.10. COIL 100' OF SLACK IN PULL BOX. 18 REMOVE EXISTING 3 -SECTION VEHICLE SIGNAL HEAD AND FURNISH AND INSTALL 4-SECTI0N VEHICLE SIGNAL HEAD WITH TYPE N SIGNAL HEAD MOUNT PER SIGNAL HEAD ASSIGNMENTS, SHEET 314. REMOVE EXISTING UNUSED WIRING FROM ELIMINATED RIGHT TURN OVERLAP TO TERMINAL CABINET AND INSTALL NEW 7C WRING FROM THE TERMINAL CABINET TO THE SIGNAL HEAD. MODIFY WRING IN CONTROLLER CABINET AND REVISE WIRE LABELS FOR NEW PHASING. 19 REMOVE EXISTING 3-SECTI0N VEHICLE SIGNAL HEAD AND ALL ASSOCIATED WRING BACK TO CONTROLLER CABINET. FURNISH AND INSTALL 4-SEC1ION VEHICLE SIGNAL HEAD NTH TYPE D SIGNAL HEAD MOUNT PER SIGNAL HEAD ASSIGNMENTS, SHEET 314. INSTAL NEW 7C WRING FROM NEW SIGNAL HEAD TO EXISTING CONTROLLER CABINET PER WIRE NOTES, THIS SHEET. MODIFY WRING IN CONTROLLER CABINET AND REVISE WIRE LABELS FOR NEW PHASING. Q RELOCATE EXISTING STREET NAME SIGN CLOSER TO SIGNAL POLE TO ALLOW INSTALLATION OF SIGNAL HEAD. FURNISH AND INSTALL 3 -SECTION VEHICLE HEAD PER SIGNAL HEAD ASSIGNMENT, SHEET 314. PROVIDE AND INSTALL NEW TYPE N SIGNAL HEAD MOUNT. INSTALL NEW 5C WRING FROM TERMINAL CABINET TO SIGNAL HEAD. 21 FURNISH AND INSTALL 3 -SECTION VEHICLE HEAD PER SIGNAL HEAD ASSIGNMENT, SHEET 314. PROVIDE AND INSTALL NEW TYPE N SIGNAL HEAD MOUNT. INSTALL NEW 5C WRING FROM TERMINAL CABINET TO SIGNAL HEAD. © LOCATION OF EXISTING JUNCTION BOX AND STUB OUT. INSTALL WRING AND LOOP DETECTOR SPLICES PER WSDOT STD PLAN J-50.15. 0 REMOVE ONE EXISTING SIGNAL POLE MOUNTED PEDESTRIAN PUSH BUTTON AND INSTALL ONE APS STYLE PUSH BUTTON STATION, ONE 12" EXTENSION AND ONE 90' ADAPTER ON THE POLE. RECONNECT EXISTING WRING. VERIFY PUSH BUTTON ORIENTATION WITH THE ENGINEER IN THE FIELD. COVER EXPOSED HOLES PER GENERAL NOTE 11. INSTALL APS CONTROL UNIT IN THE ASSOCIATED PEDESTRIAN SIGNAL HEAD AND INSTALL 4-WRE CABLE FROM APS STATION TO CONTROL UNIT. SEE SPECIAL PROVISIONS. ® REMOVE EXISTING SIGNAL HEAD AND ALL ASSOCIATED WIRING BACK TO TERMINAL CABINET, Q REMOVE EXISTING 3 -SECTION VEHICLE SIGNAL HEAD AND FURNISH AND INSTALL 4 -SECTION VEHICLE SIGNAL HEAD PER SIGNAL HEAD ASSIGNMENTS, SHEET 314. PROVIDE AND INSTALL NEW TYPE 'H' SIGNAL HEAD MOUNT. INSTALL NEW 7C FROM TERMINAL CABINET TO SIGNAL HEAD. REVISIONS Approved By 13022SIG-356TH.dxq ADIDEN" 3 FILENAME GJH 6/2016 233 ENGINEERING MANAGER DATE DESIGNED BY DATE GJH 62016 3 PROJECT MANAGER DATE DRAWN BY DATE AMK 62016 EX 2' NEW 6-2CS EX SIGNAL HARING EX2' EX SIGNAL WIRING PROJECT ENGINEER DATE CHECKEDBY DATE .w 'F av � n SD -SD- 121tOO 11 �• O V u PLAN U V U 0 10 20 40 60 SCALE IN FEET SIGN SCHEDULE WIRE NOTES ®RACEWAY CONDUCTORS CONDUIT SIZE COMMENTS 1 2" 3-2CS 233 2 2" 6-2CS 3 EX 4" NEW 3-7C, EX SIGNAL WIRING REMOVE EXISTING UNUSED WIRING EX 2' NEW 6-2CS EX SIGNAL HARING EX2' EX SIGNAL WIRING EX 2' EX SIGNAL WIRING 4 EX 3' NEW 1-7C EX SIGNAL HARING REMOVE EXISTING UNUSED WIRING EX 2' NEW 5-2CS EX SIGNAL WIRING EX 2' EX SIGNAL WIRING EX 2' EX ILL WIRING 5 EX 3" EX SIGNAL WIRING REMOVE EXISTING UNUSED WIRING EX 2' NEW 2- EX ILL WIRING EX 2' NEW 1-24CT FIBER, EX 6PR EX 3' EX SIGNAL WIRING 6 EX 2" NEW 2- EX ILL WIRING REMOVE EXISTING UNUSED WIRING EX 2" NEW 1-24CT FIBER , EX 6PR EX 2 EX SIGNAL WIRING 7 EX 4' NEW 1-24CT (FIBER), EX 6PR REMOVE EXISTING UNUSED WIRING EX 3' EX SIGNAL WIRING EX 2' NEW 3-2CS, EX SIGNAL WIRING EX 2' N lit2-0. EX LLL HARING 8 2" NEW 1-24CT FIBER 9 2' NEW 2- ILL 10 4' NEW 1-24CT FIBER 11 EX NEW 1 -24 -CT FIBER , EX 6PR REMOVE EXISTING UNUSED WIRING 12 EX 2' NEW 2-18, EX ILL WIRING REMOVE EXISTING UNUSED WIRING 4" EX EX SIGNAL WIRING EX 4" NEW 4-7C, EX SIGNAL HARING EX 3' 1 NEW 9-2CS, EX SIGNAL WIRING 13 EX 2' NEW 1-7C EX SIGNAL WIRING REMOVE EXISTING UNUSED WIRING 14 EX 2' 6-2CS REMOVE EXISTING UNUSED WIRING 15 EX 2" 3-2CS REMOVE EXISTING UNUSED WIRING 16 EX 2" EX 2- 17 EX 2" NEW 2-113, EX ILL WIRING REMOVE EXISTING UNUSED WIRING 18 2' SPARE 19 EX 2" EX SIGNAL WIRING REMOVE EXISTING UNUSED WIRING EX 3" NEW 2-7C, EX SIGNAL WIRING EX 2' EX SIGNAL WIRING 20 EX 2" EX SIGNAL WIRING REMOVE EXISTING UNUSED WIRING EX 3 NEW 1-7C, EX SIGNAL WIRING EX 2" EX SIGNAL WIRING O NOTES: LEFT TURN 4C 1. ALL CONDUCTORS MARKED WITH 'EX" ARE EXISTING AND SHALL REMAIN UNLESS ABANDONED DURING THE WORK. ALL ABANDONED CONDUCTORS SHALL BE CONFIRMED WITH THE YIELD 5C ENGINEER PRIOR TO REMOVAL ON FLASHING 3.5C EXCEPT 4C 2. ALL CONDUCTORS NOT MARKED AS 'EX' SHALL BE INSTALLED BY THE CONTRACTOR. ONLYYELLOW TRANSIT 4c 3. ALL PVC CONDUITS CONTAINING CONDUCTORS SHALL CONTAIN GROUND WIRE. GROUND WIRE 10" SIZE SHALL MATCH THE LARGEST CONDUCTOR (MIN #8 AWG OR AS NOTED OTHERWSE IN SYMBOL THE WIRE NOTES). SPARE CONDUIT SHALL CONTAIN BULL -UNE TAPE LABELED -CITY OF R3 -5R FEDERAL WAY'. (30' x 36") YELLOW SPECIAL SPECIAL 4. ALL CONDUIT SHALL BE RIGID PVC SCH 40, EXCEPT UNDER ROADWAY AND DRIVEWAYS USE ARROW (30" X 48") (30" X 15") RIGID PVC SCH 80. BLACK ON WHITE BLACK ON WHITE Q O Q3 5. ALL TMSTED PAIRS ENTERING SIDEWALK SHALL BE INSTALLED IN 2- CONDUIT. NOTE: 1. MAST ARM MOUNTED SIGNS SHALL BE ALUMINUM, REFLECTORIZED WITH TYPE IX SHEETING. 2. SIGN INSTALLATION SHALL BE PER WSDOT STD PLAN G-30.10. 3. ALL SIGN DIMENSIONS SHALL BE VERIFIED WITH THE ENGINEER AND SIGN FABRICATOR PRIOR TO FABRICATION. CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 ' Interdisciplinary Design BID CITY OF 3131DIM2502JeffersanAve �� Federal Way �� �~ sub ^� Tamma'WA%Q2 DOCUMENTS o` Seaa e, WA 96121 (253) 627 0720 OyONAL E.^ 1 (206) 286-1640 www.lq.mm `o LOOP DETECTOR SCHEDULE LOOP # STATION 213 PACIFIC HIGHWAYS, STA 22+25 223 PACIFIC HIGHWAYS, STA 22+25 233 PACIFIC HIGHWAYS, STA 22+25 LOOP # STATION 214 PACIFIC HIGHWAYS, STA 20+79 224 PACIFIC HIGHWAYS, STA 20+79 234 PACIFIC HIGHWAYS, STA 20+79 PACIFIC HIGHWAY SOUTH I SIGNAL NOTES PHASE V IMPROVEMENTS PACIFIC HIGHWAY S AND SW 356TH ST KPG PROJECT No. 13022 I SHT 315 OF 372 CONSTRUCTION NOTES Oj CONSTRUCT FOUNDATION AND INSTALL TYPE III SIGNAL POLE. INSTALL FIVE VEHICLE SIGNAL HEADS, ONE TYPE 721 EMERGENCY PRE-EMPTION DETECTOR, ONE PRE-EMPTION INDICATOR, ONE STREET NAME SIGN AND THREE REGULATORY SIGNS ON THE MAST ARM. INSTALL ONE LED LUMINAIRE WITH PHOTOCELL AND ONE VIDEO DETECTION CAMERA ON THE LUMINAIRE ARM. INSTALL ONE VEHICLE SIGNAL HEAD, ONE PEDESTRIAN SIGNAL HEAD, ONE APS STYLE PUSH BUTTON ASSEMBLY AND ONE TERMINAL CABINET ON THE POLE. FOR POLE LOCATION AND DETAILS SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. FOR LUMINAIRE DETAILS SEE ILLUMINATION PLANS, SHEETS 292-313. SEE SPECIAL PROVISIONS. O CONSTRUCT FOUNDATION AND INSTALL TYPE I SIGNAL POLE PER WSDOT STD PLANS J-21.10, J-21.15 & J-21.20. INSTALL ONE VEHICLE SIGNAL HEAD, ONE PEDESTRIAN SIGNAL HEAD AND ONE APS STYLE PUSH BUTTON ASSEMBLY ON THE POLE. FOR DETAILS AND LOCATION SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. O CONSTRUCT FOUNDATION AND INSTALL TYPE III SIGNAL POLE. INSTALL TWO VEHICLE SIGNAL HEADS, ONE TYPE 721 EMERGENCY PRE-EMPTION DETECTOR, ONE PRE-EMPT10N INDICATOR AND ONE STREET NAME SIGN ON THE MAST ARM. INSTALL ONE LED LUMINAIRE AND ONE VIDEO DETECTION CAMERA ON THE LUMINAIRE ARM. INSTALL ONE TERMINAL CABINET ON THE POLE. FOR POLE LOCATION AND DETAILS SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. FOR LUMINAIRE DETAILS SEE ILLUMINATION PLANS, SHEETS 292-313. SEE SPECIAL PROVISIONS. ® CONSTRUCT FOUNDATION AND INSTALL TYPE I SIGNAL POLE PER WSDOT STD PLAN J-21.10, J-21.15 & J-21.20. INSTALL ONE VEHICLE SIGNAL HEAD, ONE PEDESTRIAN SIGNAL HEAD AND ONE APS STYLE PUSH BUTTON ASSEMBLY ON THE POLE FOR DETAILS AND LOCATION SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. O FOLLOWING THE TURN ON OF THE NEW SIGNAL AND REMOVAL OF THE EXISTING SIGNAL CABINET, CONSTRUCT FOUNDATION AND INSTALL TYPE I SIGNAL POLE PER WSDOT STD PLANS J-21.10, J-21.15 & J-21.20. INSTALL TWO VEHICLE SIGNAL HEADS, ONE PEDESTRIAN SIGNAL HEAD AND ONE APS STYLE PUSH BUTTON ASSEMBLY ON THE POLE. CONTRACTOR SHALL PROVIDE TEMPORARY PEDESTRIAN PUSH BUTTON AND PEDESTRIAN SIGNAL HEAD UNTIL TURN ON OF NEW POLE. FOR DETAILS AND LOCATION SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. SEE SPECIAL PROVISIONS. © CONSTRUCT FOUNDATION AND INSTALL TYPE III SIGNAL POLE. INSTALL FOUR VEHICLE SIGNAL HEADS, TWO TYPE 721 EMERGENCY PRE-EMPTION DETECTORS, TWO PRE-EMPT10N INDICATORS, ONE STREET NAME SIGN AND THREE REGULATORY SIGNS ON THE MAST ARM. INSTALL ONE LED LUMINAIRE AND ONE VIDEO DETECTION CAMERA ON THE LUMINAIRE ARM. INSTALL ONE VEHICLE SIGNAL HEAD, ONE PEDESTRIAN SIGNAL HEAD, ONE APS STYLE PUSH BUTTON ASSEMBLY AND ONE TERMINAL CABINET ON THE POLE. RELOCATE EXISTING PTZ CAMERA AND ANTENNAS FROM EXISTING SIGNAL POLE TO THE NEW SIGNAL POLE. COORDINATE WORK WITH CITY OF FEDERAL WAY IT DEPARTMENT REPRESENTATIVE. FOR POLE LOCATION AND DETAILS SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. FOR LUMINAIRE DETAILS SEE ILLUMINATION PLANS, SHEETS 292-313. SEE SPECIAL PROVISIONS. Oj CONSTRUCT FOUNDATION AND INSTALL LUMINAIRE POLE PER CITY OF FEDERAL WAY STANDARD DWG 3-39 EXCEPT SHAFT AND ARM SHALL BE STEEL INSTALL ONE LED LUMINAIRE AND TWO VIDEO DETECTION CAMERAS ON THE LUMINAIRE ARM. INSTALL TWO VEHICLE SIGNAL HEADS, ONE PEDESTRIAN SIGNAL HEAD AND ONE APS SME PUSH BUTTON ASSEMBLY ON THE POLE. FOR DETAILS AND LOCATION SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. FOR LUMINAIRE DETAILS SEE ILLUMINATION PLANS, SHEETS 292-313. © CONSTRUCT FOUNDATION AND INSTALL TYPE II SIGNAL POLE. CONTRACTOR SHALL ANTICIPATE UP TO 20 INCHES OF EXISTING ASPHALT OR CONCRETE SURFACE BELOW EXISTING SURFACE. INSTALL THREE VEHICLE SIGNAL HEADS, ONE TYPE 721 EMERGENCY PRE-EMPTION DETECTOR, ONE PRE-EMPTION INDICATOR AND ONE STREET NAME SIGN ON THE MAST ARM. INSTALL ONE TYPE 721 EMERGENCY PRE-EMPTION DETECTOR, ONE PRE-EMPT10N INDICATOR AND ONE TERMINAL CABINET ON THE POLE. FOR POLE LOCATION AND DETAILS SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & NOTES: 331. FOR LUMINAIRE DETAILS SEE ILLUMINATION PLANS, SHEETS 292-313. SEE SPECIAL PROVISIONS. 1. ALL PVC CONDUITS CONTAINING CONDUCTORS SHALL CONTAIN GROUND WIRE. GROUND WIRE SIZE SHALL MATCH Og CONSTRUCT FOUNDATION AND INSTALL FLASHING BEACON TYPE I SIGNAL POLE PER WSDOT STD PLAN J-21.10, J-21.16 THE LARGEST CONDUCTOR (MIN 18 AWG OR AS NOTED OTHERWISE IN THE WIRE NOTES). SPARE CONDUIT AND J-21.20. INSTALL ONE VEHICLE SIGNAL HEAD, ONE PEDESTRIAN SIGNAL HEAD, ONE REGULATORY SIGN AND ONE SHALL CONTAIN BULL -UNE TAPE LABELED "CITY OF FEDERAL WAY. APS STYLE PUSH BUTTON ASSEMBLY ON THE POLE. FOR DETAILS AND LOCATION SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. 2. ALL CONDUIT SHALL BE RIGID PVC SCH 40, EXCEPT UNDER ROADWAY AND DRIVEWAYS USE RIGID PVC SCH 80. 10 CONSTRUCT FOUNDATION AND INSTALL TYPE I SIGNAL POLE PER WSDOT STD PLANS J-21.10, J-21.15 & J-21.20. 3. ALL TWISTED PAIRS ENTERING SIDEWALK SHALL BE INSTALLED IN 2" CONDUIT. ADI IWY 3 INSTALL ONE VEHICLE SIGNAL HEAD, ONE PEDESTRIAN SIGNAL HEAD AND ONE APS STYLE PUSH BUTTON ASSEMBLY ON FILENAME 3131 HIM Ave 2502 JeNrson Ave e� 52 p'`- THE POLE. FOR DETAILS AND LOCATION SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. GJH sole ENGINEERING MANAGER DATE CONSTRUCTION NOTES (CONTINUED) 11 CONSTRUCT FOUNDATION AND INSTALL TYPE II SIGNAL POLE. INSTALL THREE DIRECTIONAL SIGNS ON THE MAST ARM. GJH 612016 PROJECT MANAGER FOR DETAILS AND LOCATION SEE POLE SPECIFICATIONS, SHEETS 330 & 331. 18 VEHICLE VIDEO DETECTION ZONE SHOWN FOR REFERENCE ONLY. COORDINATE EXACT ZONES WITH THE 11 0 AMK ENGINEER IN THE FIELD. 12 CONSTRUCT COMBINATION FOUNDATION PER CITY OF FEDERAL WAY DRAWING NUMBER 3-45C. FURNISH AND INSTALL CHECKED BY DATE ONE TS2 TYPE 1 TRAFFIC CONTROLLER CABINET (PER COFW DWG 3-45B), ONE 120/240V TYPE E -S2 SERVICE 19 FOR CONTINUATION OF CONDUIT/WIRING, SEE ILLUMINATION PLANS, SHEETS 175-192. SYMBOL CABINET (PER COFW DWG 3-45) AND ONE UPS/BBS CABINET (PER COFW DWG 3-45A). CONNECT ALL FIELD WIRING. YELLOW COORDINATE THE METER BASE INSTALLATION WITH THE POWER COMPANY REPRESENTATIVE. FOR PANEL SCHEDULE AND 0INSTALL NEW CONDUIT PER WIRE NOTES AND REPLACE EXISTING JUNCTION BOX WITH SUP RESISTANT SERVICE CABINET LOCATION SEE ILLUMINATION SHEET 312. CENTER OF CONTROLLER CABINET FOUNDATION TO BE TYPE AND ADJUST TO GRADE. PROTECT EXISTING CONDUIT AND WIRING DURING CONSTRUCTION. LOCATED AT PACIFIC HIGHWAY SOUTH AT APPROX. STA 78+88, 58.7' LT. VERIFY FINAL LOCATION WITH THE ENGINEER (90" X 60") NTS (48" X 78") NTS IN THE FIELD. SEE SPECIAL PROVISIONS. 21 INSTALL NEW PULL BOX PER WSDOT STD J-90.10. MEN INSTALLING FIBER, LEAVE 100' OF SLACK TO WHITE ON GREEN REMAIN IN PULL BOX. 13 FOLLOWING ACTIVATION OF FULLY FUNCTIONING NEW SIGNAL SYSTEM, REMOVE EXISTING SIGNAL CONTROLLER AND 13 ELECTRICAL SERVICE CABINETS, ASSOCIATED EQUIPMENT AND WIRING. REMOVE EXISTING FOUNDATION AND BACKFILL © LOCATION OF PSE HANDHOLE FOR ELECTRICAL SERVICE CONNECTION. FURNISH AND INSTALL CONDUIT AND COMPACT PER SPECIAL PROVISIONS. SALVAGE EXISTING EQUIPMENT PER SPECIAL PROVISIONS. AND WIRING FROM THE HANDHOLE TO THE ELECTRICAL SERVICE CABINET PER WIRE NOTES AND COIL 20' OF SPARE WIRING IN THE HANDHOLE. COORDINATE POWER HOOKUP WITH PSE NEW SERVICES ENGINEER. 14 FOLLOWING ACTIVATION OF FULLY FUNCTIONING NEW SIGNAL SYSTEM, REMOVE EXISTING POLE AND ALL ASSOCIATED EQUIPMENT AND WIRING. GRIND DOWN EXISTING FOUNDATION 5 FEET BELOW PROPOSED GRADE (OR REMOVE 0 LOCATION OF NEW IRRIGATION CONTROLLER. FOR IRRIGATION CONTROLLER ENCLOSURE INSTALLATION, SEE COMPLETELY). BACKFILL AND COMPACT PER SPECIAL PROVISIONS. SALVAGE EXISTING EQUIPMENT AS DETERMINED BY IRRIGATION PLANS, SHEETS 250 TO 270. THE ENGINEER IN FIELD AND PER SPECIAL PROVISIONS. 15 FOLLOWING ACTIVATION OF FULLY FUNCTIONING NEW SIGNAL SYSTEM, REMOVE EXISTING JUNCTION BOX AND ASSOCIATED CONDUIT ELBOW/WIRING, CAP AND ABANDON ALL EXISTING UNUSED CONDUIT EXCEPT ALL EXPOSED CONDUIT, WHICH SHALL BE REMOVED. BACKFILL AND COMPACT PER SPECIAL PROVISIONS. 16 DISCONNECT SPLICE IN THE ASSOCIATED JUNCTION BOX AND ABANDON EXISTING LOOP DETECTORS BEFORE GRINDING. 17 INSTALL NEW VEHICLE DETECTION LOOP PER WSDOT STANDARD PLAN J-50.12 AND J-50.15. FOR LOOP SPACING SEE CITY OF FEDERAL WAY STANDARDS #3-44. SEE SPECIAL PROVISIONS. EXISTING TRAFFIC SIGNAL SYSTEM SHALL REMAIN FULLY OPERATIONAL AND ALL EXISTING PEDESTRIAN AND VEHICULAR SIGNAL HEADS SHALL BE VISIBLE AND PEDESTRIAN PUSH BUTTONS SHALL BE ACCESSIBLE UNTIL THE DAY OF SIGNAL CHANGEOVER, WHEN UNIFORMED POLICE OFFICER SHALL DIRECT TRAFFIC. REVISIONS Approved By BD 13022SIG341ST.dog Pacific ADI IWY 3 Interdisciplinary Design FILENAME 3131 HIM Ave 2502 JeNrson Ave e� 52 p'`- Suzy 400 Tamma, WA 98402 GJH sole ENGINEERING MANAGER DATE DESIGNED BY DATE ONLY BD GJH 612016 PROJECT MANAGER DATE DRAWN BY DATE 11 0 AMK 62016 PROJECT ENGINEER DATE CHECKED BY DATE i BD YIELD Pacific r Interdisciplinary Design / 3131 HIM Ave 2502 JeNrson Ave e� 52 p'`- Suzy 400 Tamma, WA 98402 '4,onaL Seattle, WA 98121 (253)627-0720 `o (206)28&1640 www.kg.com 1. ALL WORK SHALL BE DONE IN ACCORDANCE WITH THE CITY STANDARDS, KING COUNTY TRAFFIC REQUIREMENTS, WSDOT/APWA STANDARD PLANS, LATEST AMENDMENTS TO STANDARD SPECIFICATIONS, SPECIAL PROVISIONS AND THESE PLANS. 2. FOR SIGNALIZATION COORDINATION WITH KING COUNTY, CONTRACTOR SHALL CONTACT KING COUNTY TRAFFIC MAINTENANCE UNIT SIGNAL TECHNICIAN MARK PARRETT AT (206) 396-3763. 3. CONTRACTOR SHALL CONTACT THE POWER COMPANY NEW SERVICES ENGINEER AT (888) 225-5773 FOR ALL COORDINATION WITH PUGET SOUND ENERGY INCLUDING POWER CONNECTION AND INSTALLATION OF THE METER BASE. 4. THE LOCATION OF ALL FEATURES TO BE INSTALLED BY THE CONTRACTOR SHALL BE VERIFIED IN FIELD BY THE ENGINEER PRIOR TO INSTALLATION. 5. CONDUIT LOCATION IS SHOWN FOR REFERENCE ONLY. FINAL LOCATIONS SHALL BE DETERMINED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER IN THE FIELD. CONDUIT TO BE PLACED IN JOINT UTILITY TRENCH WHEN FEASIBLE, AS DETERMINED BY CONTRACTOR. 6. ALL NEW FOUNDATION LOCATIONS SHALL BE APPROVED BY THE ENGINEER PRIOR TO EXCAVATION. CONTRACTOR SHALL CHECK FOR MINIMUM OVERHEAD CLEARANCE OF 16'-6" FOR ALL SIGNAL HEADS ABOVE THE STREET PRIOR TO POURING OF THE MAST ARM POLE FOUNDATIONS. 7. ALL NEW JUNCTION BOXES PLACED IN THE SIDEWALKS SHALL HAVE SKID RESISTANT LIDS. AFTER INSTALLATION AND FINAL INSPECTION, JUNCTION BOXES SHALL BE SPOT WELDED. 8. ALL TRAFFIC SIGNAL AND PEDESTRIAN HEADS AND PUSH BUTTONS SHALL BE SECURELY AND COMPLETELY COVERED WHILE SIGNAL IS NOT IN OPERATION. 9. CONTRACTOR SHALL NOTIFY THE CITY OF FEDERAL WAY TRAFFIC ENGINEER A MINIMUM OF 5 WORKING DAYS IN ADVANCE OF PAVEMENT REMOVAL IN THE LOOP DETECTOR AREA. BEFORE THE REMOVAL OR DAMAGE OF EXISTING VEHICLE DETECTION LOOPS, CONTRACTOR SHALL INSTALL VIDEO DETECTION SYSTEM FOR TEMPORARY VEHICLE DETECTION DURING THE CONSTRUCTION. SETUP AND TESTING SHALL BE PERFORMED IN THE PRESENCE OF THE ENGINEER. 10. CONTRACTOR SHALL MAINTAIN THE VIDEO DETECTION SYSTEM FOR TEMPORARY VEHICLE DETEC11ON DURING THE CONSTRUCTION. ZONE MODIFICATIONS SHALL BE PERFORMED IN THE PRESENCE OF THE ENGINEER. 11. ONLY JOURNEY LEVEL WORK SHALL BE ALLOWED IN THE SIGNAL CONTROLLER CABINET. 12. FOR WIRING DIAGRAM SEE SHEETS 328 & 329. 13. FOR SIGNAL POLE SPECIFICATIONS SEE SHEETS 330 & 331. 14. FOR COORDINATION WITH CITY OF FEDERAL WAY IT DEPARTMENT, CONTACT THOMAS FICHTNER AT (253) 835-2547. SIGN SCHEDULE SERIES C LETTERING 2.5" UPPERCASE D3-301 (96" x 36") SERIES C LETTERING 12" UPPERCASE, 9" LOWERCASE *1 11 � ONLY ONLY 6D R3 -5L (MODIFIED) (60" x 36') 0 O SOUTH BD YIELD Pacific ONLY BLACK / _ D3-401 MOD' -TIMES NEW ROMAN �• (132" x 29") I FTTFRIN(; �I SERIES C LETTERING 2.5" UPPERCASE D3-301 (96" x 36") SERIES C LETTERING 12" UPPERCASE, 9" LOWERCASE *1 11 � ONLY ONLY 6D R3 -5L (MODIFIED) (60" x 36') 0 O SOUTH BD YIELD WHITE ONLY BLACK Q 24" WL41CK SYMBOL THRU 20" SYMBOL 9 BLACK ON SYMBOL YELLOW ONLY BD CUSTOM I (MODIFIED) (48" X 78") NTS SYMBOL WHITE ON GREEN 11 0 BIDCITY OF DOCUMENTS Federal Way 0 O 4" UPPERCASE 99 8" SYMBOL 4C YIELD NORTH ONLY 8D SERIES D LETTERING f12" UPPERCASE, 4C WL41CK 9" LOWERCASE THRU 20" 9 SYMBOL SYMBOL 9 OK 4D BLACK ON WHITE I (MODIFIED) TRAFFIC SYMBOL (30" x 36") 0 D3-301 (96" x 36") SERIES C LETTERING 12" UPPERCASE, 9" LOWERCASE RIGHT TURN 49@ ON RED MUST 3.5C YIELD TO (TYP) R3-4 U-TURN 11 R3-51- (MODIFIED) (30" x 30") R10-30 (30" x 36") (30" x 36") ® 10 NOTES: 1. MAST ARM MOUNTED SIGNS SHALL BE ALUMINUM, REFLECTORIZED WITH TYPE IX SHEETING. 2. SIGNS 1 & 3 ARE STANDARD ALUMINUM, REFLECTORIZED WHITE ON GREEN UPPER SECTION, WHITE ON BROWN LOWER SECTION. 3. SIGNS 2 & 4 ARE STANDARD ALUMINUM, REFLECTORIZED WHITE ON GREEN BACKGROUND. 4. SIGN INSTALLATION SHALL BE PER WSDOT STD PLAN G-30.10 5. ALL SIGN DIMENSIONS SHALL BE VERIFIED WITH THE ENGINEER AND SIGN FABRICATOR PRIOR TO FABRICATION. LEFT TURN 4C YIELD NORTH 8D 8D S 340th PI NORTH 8D 4C WL41CK 8D THRU L K 9 SYMBOL SPECIAL 9 (30" X 48") BLACK ON WHITE BD TRAFFIC SYMBOL 20" SYMBOL 12" R 12" BLACK ON SYMBOL SYMBOL YELLOW ONLY BD CUSTOM CUSTOM (90" X 60") NTS (48" X 78") NTS WHITE ON GREEN WHITE ON GREEN 12 13 NOTES: 1. MAST ARM MOUNTED SIGNS SHALL BE ALUMINUM, REFLECTORIZED WITH TYPE IX SHEETING. 2. SIGNS 1 & 3 ARE STANDARD ALUMINUM, REFLECTORIZED WHITE ON GREEN UPPER SECTION, WHITE ON BROWN LOWER SECTION. 3. SIGNS 2 & 4 ARE STANDARD ALUMINUM, REFLECTORIZED WHITE ON GREEN BACKGROUND. 4. SIGN INSTALLATION SHALL BE PER WSDOT STD PLAN G-30.10 5. ALL SIGN DIMENSIONS SHALL BE VERIFIED WITH THE ENGINEER AND SIGN FABRICATOR PRIOR TO FABRICATION. LEFT TURN 4C YIELD 5c ON FLASHING 3.5C 4C ICYELOW 10" SYMBOL SPECIAL ARROW (30" X 48") BLACK ON WHITE CALL 2DAYS BEFORE YOU DIG 1-800-424-5555 PACIFIC HIGHWAY SOUTH I SIGNAL NOTES PHASE V IMPROVEMENTS PACIFIC HIGHWAYS AND S 340TH PL KPG PROJECT No. 13022 I SHT 327 OF 372 ATTENTION: Pacific Highway South HOV Lanes Phase V S 340th Street to S 359th Street STPUL 0099(126) RFB 16-006 Addendum No. 4 July 26, 2016 All Bidders and Planholders You are hereby notified that in Addendum No. 4, the Bid and Contract Documents are amended ' as follows: ' A. ATTACHMENT C -BID SCHEDULE 1. Schedule A, Pages 24 through 30 — DELETE Bid Schedule A pages 24 through 30 ' and REPLACE with the attached pages 24 through 30. There was a page numbering error on the proposal pages that were issued with Addendum 3. This addendum provides a complete Bid Schedule A that incorporates all previous ' addendums. There are no new changes to bid items or quantities. ' B. BID OPENING ' The bid opening date has not changed. All bidders are required to acknowledge receipt of this addendum on page 23 of the Bid Form. Failure to do so may cause rejection of the bid. ;CTITY'P FEDERAL WAY ' Desiree Winkler, P.E. Street Systems Manager ' City of Federal Way PHS Phase V HOV Lanes 1 of 2 Addendum No. 4 July 26, 2016 Attachment C BID SCHEDULE CITY OF FEDERAL WAY Pacific Highway South HOV Lanes Phase V ('S 340th St to S 359th St) SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. INO.=SPEC ITEM DESCRIPTION UNIT PPROX. QUANTIITY UIT PRICE DOLLARS CENTS I AMOUNT DOLLARS CENTS Al 1-05 Construction Surveying LS 1 A2 1-05 As -Built Survey and Record Drawings LS 1 A3 1-05 Audio / Video Taping LS 1 A4 1-07 Health and Safety Plan LS 1 A5 1-07 FA - Site Cleanup For Bio. And Physical Hazards EST 1 $ 2,500.00 $ 2,500.00 A6 1-07 Training HR 1,500 A7 1-07 SPCC Plan LS 1 A8 1-08 Type B Progress Schedule (Min. Bid $10,000) LS 1 A9 1-09 Mobilization, SchedulesA,C,D,E LS 1 A10 1-09 Field Office Building LS 1 All 1-10 Off -Duty Uniformed Police Officer EST 1 $ 75,000.00 $ 75,000.00 Al2 1-10 Traffic Control Supervisor LS 1 A13 1-10 Flaggers and Spotters HR 14,000 A14 1-10 Other Traffic Control Labor HR 3,000 A15 1-10 Other Temporary Traffic Control LS 1 A16 1-10 Construction Signs Class A SF 200 A17 1-10 Sequential Arrow Sign HR 5,500 A18 1-10 Portable Changeable Message Sign HR 25,000 A19 1-10 Business Access Sign EA 40 A20 1-10 Temporary No Parking Sign EA 12 A21 2-01 Clearing and Grubbing LS 1 A22 2-01 Roadside Cleanup EST 1 $ 5,000.00 $ 5,000.00 A23 2-02 Removal of Structures and Obstructions LS 1 A24 2-02 Sawcutting SF 29,000 A25 2-02 Remove Existing PSE Gas Pipe LF 580 A26 2-02 Remove Existing Catch Basin EA 109 A27 2-02 Remove Existing Storm Sewer Pipe LF 8,714 A28 2-02 Removal and Relocation of Existing Private Improvements EST 1 $ 20,000.00 $ 20,000.00 City of Federal Way Pacific Highway South RFB #16-006 HOV Lanes Phase V 24 June 2016 SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. ITEM NO. NOC ITEM DESCRIPTION UNIT QUANTIITY DOLLARSPPROX. UNIT PRICE CENTS AMOUNT DOLLARS CENTS A29 2-02 Remove Pavement Markings LS 1 A30 2-03 Gravel Borrow Incl. Haul TN 9,220 A31 2-03 Gravel Borrow for Trench Backfill Incl. Haul TN 15,550 A32 2-03 Roadway Excavation Incl. Haul CY 36,600 A33 2-03 Unsuitable Foundation Excavation Incl. Haul CY 670 A34 2-09 Removal and Disposal of Contaminated Soil EST 1 $ 10,000.00 $ 10,000.00 A35 2-09 Structure Excavation Class B Incl. Haul for Undergrounding of Overhead Utilities CY 9,200 A36 2-09 Structure Excavation Cl B Incl. Haul for Structural Earth Walls CY 660 A37 2-09 Shoring or Extra Excavation Class B SF 113,400 A38 2-09 Shoring or Extra Excavation Cl. A LS 1 A39 2-09 Controlled Density Fill CY 500 A40 4-04 Crushed Surfacing Base Course TON 13,360 A41 5-04 Temporary Pavement TON 1,000 A42 5-04 HMA Cl. 1/2" PG 64-22 TON 9,230 A43 5-04 HMA for Preleveling Cl. 1/2" PG 64-22 TON 9,100 A44 5-04 HMA Cl. 1" PG 64-22 TON 8,960 A45 5-04 Commercial HMA PG 64-22 TON 850 A46 5-04 Planing Bituminous Pavement SY 47,890 A47 5-05 Decorative Stamped Concrete Pavement SY 540 A48 6-02 Cement Concrete Fill Wall CY 20 A49 6-02 Cement Conc. Pedestrian Ramp LS 1 A50 6-10 Temporary Conc. Barrier LF 500 A51 6-13 Structural Earth Wall SF 2,210 A52 6-13 Modular Block Wall SF 3,470 A53 6-13 Backfill for Structural Earth Wall Incl. Haul CY 710 A54 6-16 Shaft -30 Inch Diameter LF 1,800 A55 6-16 Furnishing Soldier Pile - W14x30 Flange Beams LF 440 A56 6-16 Furnishing Soldier Pile - W14x38 Flange Beams LF 495 A57 6-16 Furnishing Soldier Pile - W14x48 Flange Beams LF 600 A58 6-16 Furnishing Soldier Pile - W14x61 Flange Beams LF 300 A59 6-16 Furnishing Soldier Pile - W14x74 Flange Beams LF 150 City of Federal Way ' Pacific Highway South RFB #16-006 HOV Lanes Phase V 25 June 2016 SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. ITEM NO. NO. ITEM DESCRIPTION UNIT MI -1 QUANYX- TITY DOLLA SRICE CENTS AMOUNT DOLLARS CENTS A60 6-16 Timber Lagging SF 4,900 A61 6-16 Prefabricated Drainage Mat SY 320 A62 6-16 Concrete Fascia Panel SF 4,820 A63 6-16 Removing Soldier Pile Shaft Obstructions EST 1 $ 10,000.00 $ 10,000.00 A64 6-20 Handrailing LF 220 A65 7-01 Drain Pipe 6 In. Diam. LF 750 A66 7-01 Reconnect Existing Misc. Drainage EST 1 $ 10,000.00 $ 10,000.00 A67 7-01 Stormwater Interception Trench LF 524 A68 7-04 Ductile Iron Storm Sewer Pipe 8 In. Diam LF 293 A69 7-04 Class IV Reinf. Conc. Storm Sewer Pipe 12 In. Diam. LF 6,021 A70 7-04 Class IV Reinf. Conc. Storm Sewer Pipe 18 In. Diam. LF 4,849 A71 7-04 Class IV Reinf. Conc. Storm Sewer Pipe 24 In. Diam. LF 203 A72 7-05 Catch Basin Type 1 EA 49 A73 7-05 Catch Basin Type 11- EA 35 A74 7-05 Catch Basin Type 2 48 In. Diam. EA 59 A75 7-05 Catch Basin Type 2 54 In. Diam. EA 1 A76 7-05 Catch Basin Type 2 54 In. Diam. with Flow Restrictor EA 1 A77 7-05 Catch Basin Type 2 72 In. Diam. with Flow Restrictor EA 1 A78 7-05 Adjust Existing Storm Drainage Structure EA 24 A79 7-05 Adjust Monitoring Well EA 1 A80 7-05 Adjust Gas Valve EA 19 A81 7-05 Reconstruct Storm Drainage Structure EA 14 A82 7-05 Adjust Stormfilter and Flow Splitter Vaults to Grade LS 1 A83 7-05 Connection to Existing Drainage Structure EA 25 A84 7-05 Install Solid Cover on Existing Type 1 Catch Basin EA 6 A85 7-06 Stormwater Detention Pond LS 1 A86 7-09 Relocate Reduced Pressure Backflow Device EA 1 A87 7-12 Split Steel Casing 20 In. Diam. LF 20 A88 7-21 Catch Basin Insert for Oil Control EA 27 A89 7-22 Stormwater Media Filter (Filterra or Modular Wetland Unit) EA 16 A90 7-22 Modular Wetland 4 x 4 EA 13 F, r City of Federal Way Pacific Highway South RFB #16-006 ' HOV Lanes Phase V 26 June 2016 1 SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. City of Federal Way ' Pacific Highway South RFB #16-006 HOV Lanes Phase V 27 June 2016 ITEM DESCRIPTION UNIT PPRX. UNIT PRICE AM NT FNO. NOC QUANTOITY DOLLARS CENTS DOLLARS CENTS A91 7-22 Modular Wetland 4 x 6 EA 2 A92 7-22 Modular Wetland 4 x 15 EA 2 A93 B-01 Stormwater Pollution Prevention Plan LS 1 Temporary Detention/Retention SWPPP Control A94 8-01 LS 1 Facilities A95 8-01 ESC Lead DAY 350 A96 8-01 Biodegradable Erosion Control Blanket SY 2,778 A97 8-01 Inlet Protection EA 316 A98 8-01 Stabilized Construction Entrance SY 300 A99 8-01 Silt Fence LF 2,900 A100 8-01 Wattle LF 1,000 A101 8-01 Temporary Curb LF 5,000 A102 8-01 High Visibility Fence LF 3,404 A103 8-01 Seeding and Fertilizing AC 1 A104 8-01 Mulching with Moderate Term Mulch AC 1 A105 8-02 Topsoil, Type A CY 2,025 A106 8-02 Bark Mulch CY 360 A107 8-02 Fine Compost CY 245 A108 8-02 Seeded Lawn Installation SY 670 A109 8-02 Sod Installation SY 3,850 PSIPE, Acer x freeman ii 'Jeffersred'/ Autu m n Blaze A110 8-02 Maple; 2.5" Cal., 12'-14' Ht. EA 112 PSIPE, Fraxinus oxycarpa 'Raywood'/ Raywood Ash; A111 8-02 2.5" Cal., 12'-14' Ht. EA 19 PSIPE, Pyrus calleryana 'Glen's Form'/ Chanticleer At 12 8-02 EA 11 Pear; 2.5" Cal., 12'-14' Ht. PSIPE, Malus 'Adirondack'/ Adirondack Crabapple; 2" A113 8-02 Cal., 10'-12' Ht. EA 36 PSIPE, Calocedrus decurrens/ Incense Cedar; T-8' A114 8-02 EA 22 PSIPE, Physocarpus opulifolius'Little Devil'/ Little At 15 8-02 Devil Ninebark; 15"-18" Ht. EA 142 PSIPE, Cornus stolonifera'Farrow'/Arctic Fire Red- A116 8-02 EA 64 Twig Dogwood; 15"-18" Ht. PSIPE, Cistus x hybridus/ White Rockrose; 15"-18" A117 8-02 EA 127 PSIPE, Rhododendron 'Dora Amateis'/ Dora Amateis A118 8-02 Rhododendron; 2 Gal. Cont. EA 291 PSIPE, Spiraea betulifolia 'Tor'/ Tor Birchleaf Spirea; A119 8-02 2 Gal. Cont. EA 162 PSIPE, Viburnum davidii/ David Viburnum, 2 Gal. A120 8-02 Cont. EA 152 PSIPE, Berberis thunbergii'Gentry'/ Royal Cloak A121 B-02 Barberry; 2 Gal. Cont. EA 296 City of Federal Way ' Pacific Highway South RFB #16-006 HOV Lanes Phase V 27 June 2016 SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. 7 t 1 r 1� City of Federal Way Pacific Highway South RFB #16-006 I HOV Lanes Phase V 28 June 2016 ITEM DESCRIPTION UNIT ax—. UNIT PRICE AMOUNT 7APPWINO. NO. QUAN ITY QUANTITY DOLLARS CENTS DOLLARS CENTS A122 8-02 PSIPE, Nandina domestica'Jaytee'/ Harbor Belle EA 484 Heavenly Bamboo; 2 Gal. Cont. A123 8-02 PSIPE, Festuca idahoensis'Siskiyou Blue'/ Idaho EA 1,235 Blue Fescue; 1 Gal. Cont. PSIPE, Sesleria autumnalis/Autumn Moor Grass; 1 A124 8-02 Gal. Cont. EA 1,205 PSIPE, Rubus calycinoides'Golden Quilt'/ Golden A125 8-02 Quilt Creeping Bramble; 1 Gal. Cont. EA 1,235 A126 8-02 PSIPE, Prunus laurocerasus'Mount Vemon'/ Mount EA 1,260 Vernon Laurel; 1 Gal. Cont. PSIPE, Pseudotsuga menziesii/ Douglas Fir; 5 Gal. A127 8-02 Cont. EA 30 A128 8-02 PSIPE, Betula papyrifera/ Paper Birch; 5 Gal. Cont. EA 16 PSIPE, Amelanchier alnifolia/ Servicebeny; 2 Gal. A129 8-02 Cont. EA 20 A130 8-02 PSIPE, Rhamnus purshiana/ Cascara/; 2 Gal. Cont. EA 14 PSIPE, Ribes sanguineum/ Red Flowering Currant; 1 A131 8-02 Gal. Cont. EA 48 A132 8-02 PSIPE, Halodiscus discolor/ Oceanspray; 1 Gal. Cont. EA 45 A133 8-02 PSIPE, Vaccinium ovatum/ Evergreen Huckleberry; 1 EA 83 Gal. Cont. PSIPE, Symphoricarpos albus/ Snowberry; 1 Gal. A134 8-02 Cont. EA 121 PSIPE, Mahonia aquifolium/ Tall Oregon Grape; 1 A135 8-02 Gal. Cont. EA 121 A136 8-02 Property Restoration EST 1 $ 15,000.00 $ 15,000.00 A137 B-03 Automatic Irrigation System, Complete LS 1 A138 B-03 Repair Existing Irrigation System EST 1 $ 10,000.00 $ 10,000.00 A139 B-03 Lakehaven Utility District Connection Fee EST 1 $ 20,000.00 $ 20,000.00 A140 8-04 Integral Curb SF 400 A141 8-04 Extruded Curb, Type 6 LF 11,800 A142 8-04 Bumper Curb LF 400 A143 8-04 Cement Conc. Traffic Curb and Gutter LF 12,600 A144 8-06 Cement Conc. Pavement Approach 3 -Day SY 3,100 A145 8-07 Precast Sloped Mountable Curb LF 1,700 A146 8-09 Raised Pavement Marker Type 2 HUN 20 A147 8-10 Median Guidepost EA 14 A148 B-12 Black Vinyl Coated Chain Link Fence LF 3,900 A149 8-12 Sliding Gate with 36" Opening EA 5 A150 B-12 Temporary Security Fencing LF 1,400 A151 8-13 Adjust Monument Case and Cover EA 6 A152 8-13 Monument Case and Cover EA 2 7 t 1 r 1� City of Federal Way Pacific Highway South RFB #16-006 I HOV Lanes Phase V 28 June 2016 1 F7 F1 7 SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. ITEM NO. NOC ITEM DESCRIPTION UNIT APPROX. QUANTITY DOLLARS CENTS DOLLARS CENTS A153 8-14 Thickened Edge Sidewalk LF 1,770 At 54 8-14 Cement Conc. Sidewalk SY 9,330 A155 8-14 Cement Conc. Perpendicular Curb Ramp EA 25 A156 8-14 Cement Conc. Parallel Curb Ramp EA 3 A157 8-14 Cement Conc. Single Direction Curb Ramp EA 6 At 58 8-14 Cement Conc. Combination Curb Ramp EA 1 At 59 8-14 Cement Concrete Steps and Landing LS 1 A160 8-14 Bus Shelter Footing EA 5 A161 8-15 Quarry Spalls TN 50 A162 8-18 Relocate Mailbox EA 10 A163 8-20 Traffic Signal System Modifications - Pacific Highway S & S 356th Street, Complete LS 1 A164 8-20 Traffic Signal System Modifications - Pacific Highway S & S 352nd Street, Complete LS 1 A165 8-20 Traffic Signal System - Pacific Highway S & S 348th St, Complete LS 1 A166 8-20 Traffic Signal System - Pacific Highway S & S 344th St, Complete LS 1 A167 8-20 Traffic Signal System - Pacific Highway S & S 340th Place, Complete LS 1 A168 8-20 Illumination System, South End of Project to S 348th Street, Complete LS 1 A169 8-20 Illumination System, S 348th Street to S 344th Street, Complete LS 1 A170 8-20 Illumination System, S 344th Street to North End of Project, Complete LS 1 A171 8-20 Interconnect System, Complete LS 1 A172 8-20 Relocate Private Luminaires EST 1 $ 10,000.00 $ 10,000.00 A173 8-21 Permanent Signing LS 1 A174 8-22 Plastic Stop Line Type A LF 860 A175 8-22 Painted Wide Line Type D LF 9,500 A176 8-22 Paint Line LF 134,600 A177 8-22 Painted Stop Line LF 3,430 A178 8-22 Painted Traffic Arrow EA 116 A179 8-22 Plastic Crosswalk Line Type A SF 6,200 A180 8-22 Profiled Plastic Line Type D LF 16,700 A181 8-22 Profiled Plastic Wide Line Type D LF 9,000 A182 8-22 Profiled Plastic Dotted Wide Line Type D LF 10,500 A183 8-22 Plastic HOV Lane Symbol Type A EA 38 City of Federal Way ' Pacific Highway South RFB #16-006 HOV Lanes Phase V 29 June 2016 SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. ITEMNO. NO. ITEM DESCRIPTION UNIT QUANTITY QUANTIITY DOLLARSRCENTS DOLLARS CENTS A184 8-22 Plastic Access Parking Space Symbol Type A EA 1 A185 8-22 Plastic Traffic Arrow Type A EA 82 A186 8-26 Tree Grate EA 34 A187 8-31 Resolution of Utility Conflicts EST 1 $ 50,000.00 $ 50,000.00 A188 8-31 Potholing EST 1 $ 20,000.00 $ 20,000.00 A189 8-32 Pitrun Sand CY 2,260 A190 8-32 Fluidized Thermal Backfill CY 130 A191 1 8-32 Provide and Install Conduit, 4 In. LF 13,300 A192 8-32 Provide and Install Vault, 4'x4'x4' EA 19 A193 B-32 35516 PHS UG Service Conversion LS 1 A194 8-32 35400 PHS UG Service Conversion No. 1 LS 1 A195 I 8-32 35400 PHS UG Service Conversion No. 2 LS 1 A196 8-32 35400 PHS UG Service Conversion for Billboard LS 1 A197 B-32 35109 PHS UG Service Conversion LS 1 A198 8-32 34839 PHS UG Service Conversion for Billboard LS 1 A199 8-32 34425 PHS UG Service Conversion LS 1 A200 8-32 34434 PHS UG Service Conversion for Billboard LS 1 A201 8-32 34414 PHS UG Service Conversion LS 1 A202 8-32 34221 PHS UG Service Conversion for Billboard LS 1 A203 8-32 34211 PHS UG Service Conversion LS 1 A204 1 8-32 34110 PHS UG Service Conversion LS 1 A205 8-32 34018 PHS UG Service Conversion for Billboard LS 1 A206 8-32 Misc. Service Conversion EST 1 $ 5,000.00 $ 5,000.00 A207 8-32 Excavation for Retraining PSE Conduit EST 1 $ 5,000.00 $ 5,000.00 A208 8-54 Bollard EA 6 A209 1-04 Unexpected Site Changes EST 1 $ 20,000.00 $ 20,000.00 A210 6-16 Settlement Monitoring for Wall 12 LS 1 A211 6-16 Settlement Monitoring for Wall 14 LS 1 A212 6-16 Settlement Monitoring for Wall 15 LS 1 A213 5-04 Asphalt Cost Price Adjustment CALC 1 $ 50,000.00 $ 50,000.00 A214 7-05 Concrete Inlet EA 2 TOTALSCHEDULE $ 1 L City of Federal Way Pacific Highway South RFB #16-006 ' HOV Lanes Phase V 30 June 2016 0 r ' Pacific Highway South HOV Lanes Phase V S340 1h Street to S 3591h Street STPUL 0099(126) RFB 16-006 Addendum No. 5 July 27, 2016 ' ATTENTION: All Bidders and Planholders i You are hereby notified that Informational Cross Sections have been requested and are posted to bxwa.com for bidder information. These cross sections are provided for informational purposes only and do not necessarily reflect walls, driveways, and other edge conditions that may be identified in the Contract Documents. You are hereby notified that in Addendum No. 5, the Bid and Contract Documents are amended as follows: A. ATTACHMENT B - BID FORM 1. Bid Form, Page 23 — DELETE Page 23 and REPLACE with the attached page 23. B. ATTACHMENT C - BID SCHEDULE 2. Schedule A, Page 25 — DELETE Bid Schedule Page 25 and REPLACE with the attached page 25. A summary of revisions to the bid schedule is included below: • Approx. Quantity for Bid Item A32 is revised. C. SPECIAL PROVISIONS 1. Section 5-04.3(22), Page 126 — DELETE the first two sentences of the first paragraph on page 126 and REPLACE with the following: Temporary Pavement, Hot mix asphalt will be used for any trench restoration within the traveled way. Saw cut and treat edges with CSS -1 asphalt emulsion and apply a 3 -inch pavement depth or as directed by the Engineer. 2. Section 9-29.6, Page 303 - DELETE the first paragraph of this section and REPLACE with the following: Unless otherwise specified in the Plans, light standards shall be tapered round aluminum tube C -wall alloy 6063 satin brushed finish with Davit bracket arm, as shown in Federal Way Standard Detail 3-39, except that luminaire mounting height shall be as shown on the Illumination Pole Schedule on the Plans_ D. APPENDICES 1. Appendix F - DELETE the 'Pressure Reducing Valve Station 9A' Detail in this Appendix and REPLACE with the attached 'Pressure Reducing Valve Station 9A' Detail. The information contained in this detail supersedes any conflicting information shown in the Plans and/or Special Provisions. I of 2 City of Federal Way Addendum No. 5 PHS Phase V HOV Lanes July 27, 2016 0 E. PLANS 1. WALL PLANS — DELETE Sheet 225 of 372 and REPLACE with the attached revised sheet 225 of 372. 2. SOLDIER PILE STRUCTURAL DETAILS 2, Sheet 233 of 372 — ADD the following notes to the sections and details on this sheet: a. SECTION A: The limits of soldier pile coating shall be X-0" minimum below the bottom of excavation. b. SECTION A & DETAIL 1: Prefabricated Drainage Material shall be installed on the exposed face of the lagging. 3. SIGNAL PLANS - DELETE Sheets 319 and 327 of 372 and REPLACE with the attached revised sheet 319 and 327 of 372. F. BID OPENING The bid opening date has not changed. All bidders are required to acknowledge receipt of this addendum on page 23 of the Bid Form. Failure to do so may cause rejection of the bid. :CITY OF D R WAY C John Mulkey, P.E. Street Systems Project Engineer 2 of 2 City of Federal Way Addendum No. 5 PHS Phase V HOV Lanes July 27, 2016 ft The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. Receipt of the following Addendums is hereby acknowledged: Addendum No. Date Issued: Addendum No. Date Issued: Addendum No. Date Issued: Addendum No. Date Issued: Addendum No. Date Issued: Corporation/Partnership/Individual Firm Name (Delete Two) Bidder's State License No. Signature Bidder's State Tax No. Title City of Federal Way Pacific Highway South HOV Lanes Phase V Page 23 RFB ver. 4-16 RFB # 16-006 June 2016 SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. INO. NO. SPEC ITEM DESCRIPTION UNIT APPROX. QUANTITY UNIT PRICE DOLLARS CENTS AMOUNT DOLLARS CENTS A29 2-02 Remove Pavement Markings LS 1 A30 2-03 Gravel Borrow Incl. Haul TN 9,220 A31 2-03 Gravel Borrow for Trench Backfill Incl. Haul TN 15,550 A32 2-03 Roadway Excavation Incl. Haul CY 31,220 A33 2-03 Unsuitable Foundation Excavation Incl. Haul CY 670 A34 2-09 Removal and Disposal of Contaminated Soil EST 1 $ 10,000.00 $ 10,000.00 A35 2-09 Structure Excavation Class B Incl. Haul for Undergrounding of Overhead Utilities CY 9,200 A36 2-09 Structure Excavation Cl B Incl. Haul for Structural Earth Walls CY 660 A37 2-09 Shoring or Extra Excavation Class B SF 113,400 A38 2-09 Shoring or Extra Excavation Cl. A LS 1 A39 2-09 Controlled Density Fill CY 500 A40 4-04 Crushed Surfacing Base Course TON 13,360 A41 5-04 Temporary Pavement TON 1,000 A42 5-04 HMA Cl. 1/2" PG 64-22 TON 9,230 A43 5-04 HMA for Preleveling Cl. 1/2" PG 64-22 TON 9,100 A44 5-04 HMA Cl. 1" PG 64-22 TON 8,960 A45 5-04 Commercial HMA PG 64-22 TON 850 A46 5-04 Planing Bituminous Pavement SY 47,890 A47 5-05 Decorative Stamped Concrete Pavement SY 540 A48 6-02 Cement Concrete Fill Wall CY 20 A49 6-02 Cement Conc. Pedestrian Ramp LS 1 A50 6-10 Temporary Conc. Barrier LF 500 A51 6-13 Structural Earth Wall SF 2,210 A52 6-13 Modular Block Wall SF 3,470 A53 6-13 Backfill for Structural Earth Wall Incl. Haul CY 710 A54 6-16 Shaft- 30 Inch Diameter LF 1,800 A55 6-16 Furnishing Soldier Pile - W14x30 Flange Beams LF 440 A56 6-16 Furnishing Soldier Pile - W14x38 Flange Beams LF 495 A57 6-16 Furnishing Soldier Pile - W14x48 Flange Beams LF 600 A58 6-16 Furnishing Soldier Pile - W14x61 Flange Beams LF 300 A59 6-16 Furnishing Soldier Pile - W14x74 Flange Beams LF 150 71 7 City of Federal Way Pacific Highway South RFB #16-006 ' HOV Lanes Phase V 25 June 2016 ' `PRECAST CONCRETE VAULT. 12'-3" L x 7'-2" W x 7'-6" H (INTERIOR DIMENSIONS) 6" DIA. DRAIN TO DAYLIGHT ER DETAIL SHOWN IN PLANS. STORM SYSTEM OR SANITARY SEWER (WITH PERMIT) —\ MIN ' Av `�/ E 24'CLR WATCH 1 �•) �'.`Jt-�� /ABOVE MM ALUMINUM ACCESS HATCH, 3'-6" x 3'-6" CLEAR OPENING WITH CAST IN PLACE GUTTER & DRAIN. (COVER SLAB) SEE HATCH NOTES. WATERTIGHT GROUT \ SEAL (TYP.) —� , I; \ c 0 3 11 V / BID ITEM LIMITS SUMP DISCHARGE AT 7 O'CLOCK POSITION IN PRESSURE RELIEF VALVE DISCHARGE PIPE. LOCATE ADJACENT a PLAN 12" VAULT LADDER. STANDARD PLAN 6" TO CENTER WALL FLANGE 4F# ® 45' -_- n HORIZONTAL PLANES Q FINISH FLOOR ELEV q (TOP OF GRATE) I L SEE THE 'PRESSURE j DISCHARGE PIPE' DETAIL AND 'PRESSURE RELIEF o DRAIN' SEE NOTE 12 ON j SHEET 4 OF 4 I I I SEE THE 'PRESSURE DISCHARGE PIPE' DETAIL HATCH GUTTER DRAIN. AND 'PRESSURE RELIEF SEE HATCH NOTES. DRAIN' SEE NOTE 12 ON SHEET 4 OF 4 PRV VENT ASSY ./��^1'MIN N �4' MIN u COMP. SUBGRADE 8" MIN COMPACTED ADJUSTABLE PIPE SUPPORT DEPTH CSBC (4 EA). LOCATION AS SHOWN AND UNDER 3" PRV ALSO. ATTACH TO FLOOR W/ S.S. ANCHOR BOLTS. SECTION +fiATUH NVTES: PROVIDE FOR HS -20 (MIN) LOADING. HINGE TO LEFT SIDE OF LADDER (WHEN CLIMBING). PROVIDE RECESSED HASP W/ FLUSH LID. LOCK PROVIDED BY DISTRICT. INCLUDE TELESCOPING BLACK STEEL POWDER COATED LADDER SAFETY POST ATTACHED TO LADDER. SET HATCH LEVEL UNLESS NECESSARY TO MATCH SLOPING GRADE (SIDEWALK, DRIVEWAY, ETC.). CENTER OVER BYPASS VALVES AND BASKET STRAINER. DRAIN TO BE 1-1/4" CPVC SCH 80 SOLVENT WELD. ATTACH TO WALL OF VAULTS W/ S.S. STRAPS & ANCHOR BOLTS. , WSDOT STD 8-25.60-00 PRECAST BASE SECTION V � SSLOPDE TOWARD BEN INSTALL MASTIC BETWEEN JOINTS TO MAKE WATER TIGHT. 18 -IN. x 30 -IN. (NOM) RF CONC. SUMP.: COS TYPE 250 CATCH BASIN OR APPROVED EQUAL. LAKEHAVEN UTILITY DISTRIC KING COUNTY WASHINGTO PRESSURE REDUCING VALVE STATION 9A DATE: 7-16 SCALE: NONE DRAWN: WLH .,,,, SHEET 1 CHECKED:KRM OF 4 ADDD. a<au PRESSURE REDUCING VALVE INFORMATION TABLE A. SIZE OF PIPE (ID) DESIGN AS SHOWN (A/S) ALIGNMENT "A" H. B. CLASS/ PRESSURE RATING -FLANGES OR OR C. INDICATOR (1) OR MICROSWITCH (M) MIRROR IMAGE (M/1) ALIGNMENT "B" I. D. MOUNTING OF PILOT VALVE E. ESTIMATED UPSTREAM PRESSURE J. F. PILOT SPRING PRESSURE RANGE G. FINAL DOWNSTREAM PRESSURE K. SETTING (MAINTAIN 5psi DIFFERENTIAL L. BYPASS OVER MAIN) Y2" AIR RELEASE VALVE, APCO MODEI 50 OR VALMATIC AIR VENT TURNDOWN 7¢" BRASS EL 14" BALL VALVA „" "" ozS TEE WALL FLANGE 4-#5045- Xz" BRASS ELL, Y4"A" BRASS BUSHING Y4" BRASS PLUG BALL VALVE TAP ON TEE 1 *A" BRASS BUSHING PLASTIC� SLEEVE FOR MAIN VALVE STEM? SPECIAL OPTIONS OTHER THAN C.I. BODY & S.S. TRIM FLOW CONTROL & PILOT STRAINER OPENING SPEED ? FLOW CONTROL -CLOSING SPEED? COCKS TO ISOLATE PILOT SYSTEM? 3 - Y4" BRASS BALL VALVE ;K"A" BRASS BUSHING TO HYDROMATIC PUMP )4" BRASS CROSS 1" TAP ON TEE 1"x -Y4" BRASS BUSHING UPSTREAM ASSEMBLY DOWNSTREAM ASSEMBLY 19 'OR APPROVED EQUAL 1 9 B NOTE, BRASS NIPPLES NOT CALLED OUT, PROVIDE AS NECESSARY. PRESSURE GAUGE AND AIR RELIEF ASSEMBLY DETAILS 6x6 W4xW4 WELDED WIRE FABRIC NOTE: LOCATE ALL REINFORCEMENT ON VAULT SIDE OF WALL FLANGE. TYP. EACH END. END VIEW DETAIL THRUST BLOCK REINFORCEMENT LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGTON PRESSURE REDUCING VALVE STATI 0 N 9A DATE: 7-16 SCALE: NONE DRAWN: WLH SHEET 2 CHECKED:KRM OF 4 APPROXIMATE ADDRESS PRESSURE REDUCING VALVE PRV LOCATION INFORMATION PRESSURE RELIEF VALVE MAIN VALVE BYPASS VALVE STATION PRESSURE ZONES 'Y" REQUIRED AT THIS STATION UPSTREAM DOWNSTREAM NUMBER ELEVATION DIM. "X" DIM. DIM. "Z" DIM. A 3" G A 8" G A 3" G B 250 H YES B 250 H NO B 250 H YES C (1) 1 N/A C (I) I N/A C (1) I N/A D J YES D J YES D J NO E 135 K YES E 135 K NO E K NO F L YES F L NO F L NO A. SIZE OF PIPE (ID) DESIGN AS SHOWN (A/S) ALIGNMENT "A" H. B. CLASS/ PRESSURE RATING -FLANGES OR OR C. INDICATOR (1) OR MICROSWITCH (M) MIRROR IMAGE (M/1) ALIGNMENT "B" I. D. MOUNTING OF PILOT VALVE E. ESTIMATED UPSTREAM PRESSURE J. F. PILOT SPRING PRESSURE RANGE G. FINAL DOWNSTREAM PRESSURE K. SETTING (MAINTAIN 5psi DIFFERENTIAL L. BYPASS OVER MAIN) Y2" AIR RELEASE VALVE, APCO MODEI 50 OR VALMATIC AIR VENT TURNDOWN 7¢" BRASS EL 14" BALL VALVA „" "" ozS TEE WALL FLANGE 4-#5045- Xz" BRASS ELL, Y4"A" BRASS BUSHING Y4" BRASS PLUG BALL VALVE TAP ON TEE 1 *A" BRASS BUSHING PLASTIC� SLEEVE FOR MAIN VALVE STEM? SPECIAL OPTIONS OTHER THAN C.I. BODY & S.S. TRIM FLOW CONTROL & PILOT STRAINER OPENING SPEED ? FLOW CONTROL -CLOSING SPEED? COCKS TO ISOLATE PILOT SYSTEM? 3 - Y4" BRASS BALL VALVE ;K"A" BRASS BUSHING TO HYDROMATIC PUMP )4" BRASS CROSS 1" TAP ON TEE 1"x -Y4" BRASS BUSHING UPSTREAM ASSEMBLY DOWNSTREAM ASSEMBLY 19 'OR APPROVED EQUAL 1 9 B NOTE, BRASS NIPPLES NOT CALLED OUT, PROVIDE AS NECESSARY. PRESSURE GAUGE AND AIR RELIEF ASSEMBLY DETAILS 6x6 W4xW4 WELDED WIRE FABRIC NOTE: LOCATE ALL REINFORCEMENT ON VAULT SIDE OF WALL FLANGE. TYP. EACH END. END VIEW DETAIL THRUST BLOCK REINFORCEMENT LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGTON PRESSURE REDUCING VALVE STATI 0 N 9A DATE: 7-16 SCALE: NONE DRAWN: WLH SHEET 2 CHECKED:KRM OF 4 F'" "'.CONCRETE WALL 4" x 2" RECTANGULAR TUBING (TYP OF 2) — 1" DIA. RUNGS BETWEEN STRINGERS AT LESS THAN OR EQUAL TO 12" O.C., ALL STEPS MUST BE EQUAL HEIGHT, INCLUDING TOP AND BOTTOM STEPS (TYP) PLAN VAULT / LADDER ELEVATION VIEW LADDER DETAIL ELEVATION LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGTON PRESSURE REDUCING VALVE STATION 9A DATE: 7-16 SCALE: NONE DRAWN: WL.H — SHEET 3 CHECKED:KRM OF 4 SP -13 APPR: KRM CLEARANCE AS NECESSARY FOR LADDER CONTINUED ON VAULT HATCH, 10" MAX. FIRST STEP MINIMUM 8" ' 4. '; • s : ' '.� :.'v.: •:.'. BELOW TOP OF COVER, . 1" MAX. . • : ,r: ; :: .� • • q , * MAXIMUM 12". NOTE 5 12" 4"W x 1/2* FB L—SHAPE, CONCRETE MECHANICAL ° ° c 3" x 3". WITH 1/2" DIA. ANCHOR BOLT, STAINLESS 3" MIN. STAINLESS STEEL ANCHOR STEEL (TYPICAL) %• TY BOLTS WITH/ ° EMBEDMENT (TYP OF 2) 0Li 2" x 2" SQUARE TUBING SIDE RAIL AND BRACKET, CONTINUOUS STRINGERS 1 1/2" x 1/4" GALV. (TYP) STEEL (TYPICAL) ° 12-(TYP.) ,. ° 8"x3"L x 2"W X 1/2" ° FB BEND AS SHOWN RUNG, NO. 8 DEFORMED t7i (TYP OF 2) REINFORCING BAR ° TY 1/2" DIA. ANCHOR BOLT, CONFORMING TO ASTM A 615-- STAINLESS STEEL WITH CONCRETE 3-1/2" MIN. EMBEDMENT '• FLOOR (TYP) VAULT / LADDER ELEVATION VIEW LADDER DETAIL ELEVATION LAKEHAVEN UTILITY DISTRICT KING COUNTY WASHINGTON PRESSURE REDUCING VALVE STATION 9A DATE: 7-16 SCALE: NONE DRAWN: WL.H — SHEET 3 CHECKED:KRM OF 4 SP -13 APPR: KRM MATERIAL INDEX (INCLUDED IN BID ITEM) NOTE: REFER TO TABLE ON SHEET 2 OF 3. PRESSURE REDUCING; VALVE ASSEMBLY RESTRAINED JOINTS O1 8" PRESSURE REDUCING VALVE, FLxFL O2 8" FLANGED COUPLING ADAPTER O3 8" DUCTILE IRON PIPE, 12" LONG, FLxPE 4 8" GATE VALVE WITH HANDWHEEL, FLxFL 55 8"x8"x4" TEE, ALL FL. (TAPPED FOR 1/4" PRESSURE GAUGE/AIR RELEASE ASSEMBLY) © 8" D.I. PIPE WITH WALL FLANGE, FLxPE 70 NUMBER NOT USED ® 8" BASKET STRAINER, FLxFL 9O 4" BLIND FLANGE 10 4"x3" REDUCING FLANGE, FLxNPT 11 3" BRONZE GATE VALVE WITH HANDWHEEL, NPT 1© 3" UNION, NPT 1© 3" PRESSURE REDUCING VALVE, FLxFL 14 3" DUCTILE IRON PIPE (TYP) 1© 3" 90' BEND, NPT 16 3"0"0/4" TEE, NPT 17 3/4" BRASS HOSE BIB, NPT 18 WALL MOUNTED PIPE SUPPORT, SEE l`3v6> 19A& PRESSURE GAUGE & AIR RELIEF ASSEMBLY: SEE DETAIL SHEET 2 OF 4 ® 3" BASKET STRAINER, FLxFL O 3" COMPANION FLANGE, FLxNPT VAULT VENT ASSEMBLY ® 4" GALV. STEEL PIPE, SCHED. 40 (SLOPE TOWARD VAULT 01%f, GROUT WALL PENETRATION) ® 3" GALV. STEEL PIPE, SCHED. 40. (PLUMB) WITH 2 COMPANION FLANGES AND BREAKAWAY BOLTS ® 3" 90' ELBOW & 90' STREET ELBOW, W/3"x4" INCREASER, NPT ® 4" BRONZE BEEHIVE STRAINER, NPT PRESSURE RELIEF VALVE & OUTLET ASSEMBLY (RESTRAINED JOINTS) 4"x4"0" TEE, ALL FL 3" GATE VALVE WITH HANDWHEEL, FLxFL ® 3" PRESSURE RELIEF VALVE, FLxFL cap 3" 90' BEND, MJ ® 3" DUCTILE IRON PIPE (g 3" BRONZE BEEHIVE STRAINER, NPT ® WALL MOUNTED FIBERGLASS PIPE SUPPORT CHANNELS, ANCHOR,,SBOLTS, AND WASHHERSW� STAINLESS STEEL 0.5 C.Y. MIN3'x3'x1.5') GRAVEL BACKFILL FOR DRYWELLS WRAPPED IN CONSTRUCTION GEOTEXTILE FOR UNDERGROUND DRAINAGE PAVING NOTES: CONSTRUCT ALL—WEATHER SURFACE ACCESS PAD WITH TRANSITION RAMPS ADJACENT VAULT. 12—FT MIN. WIDTH x 25—FT. MIN. LENGTH—FT EXCLUDING TRANSITION RAMPS. LEVEL PAD ADJACENT AND CENTERED ON VAULT. 2—IN. MIN. COMPACTED DEPTH CSTC ON 6—IN. MIN COMPACTED DEPTH CSBC ON COMPACTED SUBGRADE, 95% MAX. COMPACTION EACH COURSE. FININSH GRADE AT VAULT 12—IN MAX. BELOW ADJACENT EXPOSED VAULT TOP SURFACE NOTES: 1. DESIGN WALLS OF VAULT TO RESIST THRUST FROM PIPE OF 16,500 lbs. WALLS SHOULD BE SOLID WITH NO GAPS OR VOIDS. 2. LOCATE VAULT OPENINGS AND BYPASS PIPE COMPONENTS DIRECTLY OVER GATE VALVES, BASKET STRAINER, AND PRESSURE REDUCING VALVE. 3. SUBMIT WORKING DRAWINGS FOR PRV STATION COMPONENTS INCLUDING VAULT, COVERS, HAT HES, DISCHARGE INTERNAL PERING PIPING, DRAIN TRENCH, SUMP, AND SUMP 4. USE STAINLESS STEEL BOLTS, NUTS, AND WASHERS THROUGHOUT. 5. PAINT EXTERIOR STANDPIPE(S) WITH MIN. 2—COATS _EPDXY SYSTE6 6. PAINT INTERIOR WITH FIELD COAT OF RUST PENETRATING PRIMER,—RTD-- 2—COATS OF ENAMAL. 7. STATION START—UP AND ACTIVATION SHALL BE UNDER THE SUPERVISION OF REPRESENTATIVES OF THE DISTRICT AND PRV MANUFACTURERS. 8. ALL MATERIALS IN CONTACT WITH POTABLE WATER SHALL BE NSF/ANSI 61 AND NSF/ANSI 372 COMPLIANT. T BELOW FINISH GRADE SHALL BE 10. SEAL ALL CONCRETE JOINTS WITH NON—SHRINK, CEMENTITIOUS GROUT. 11. TROUGH AND SUMP GRATING SHALL BE ALUMINUM, DUCTILE IRON, OR FIBERGLASS WITH NON—SKID SURFACE. 12. PRESSURE RELIEF DISCHARGE PIPE SHALL BE MJ AND FL TO BASE OF GOOSENECK. GOOSENECK ABOVE FLANGE CONNECTION SHALL BE THREADED. EXTERIOR COATING FOR THE ABOVE—GRADE GOOSNECK SHALL HAVE FUSION BOND EPDXY COATING (COLOR: BLUE), 12—MIL MIN THICKNESS AND NSF 61 APPROVED. SP -13 4' MIN. TOP OF SIDEWALK Z a PROFILE STATION co & OFFSET O REFERENCE X41, ----.-- as —------------------ ad. 1 4 GROUND ELEVATION EXISTING GROUND o� 73 L NOTES: 1. PAYMENT LIMITS OF "BACKFILL FOR STRUCTURAL EARTH WALL INCL HAUL" SHALL BE TO THE EDGE OF GEOGRID REINFORCEMENT. 6" CONC. LEVELING PAD 2. ALLOW ROOM FOR TOPSOIL ON FINISH GRADE WHERE REQUIRED. 6" CSBC MIN. UNDER FOOTING 3. CONNECT UNDERDRAIN PIPES TO STORM DRAIN STRUCTURES AT THE LOCATIONS INDICATED ON THE PLANS. CONNECTION PIPES FROM WALLS TO STRUCTURES SHALL BE 6' SOLID -WALL CORRUGATED POLYETHYLENE (CPE). UNDERDRAINS TO BE SURROUNDED BY MINIMUM 1'X1', 1.5" MINUS DRAIN ROCK WRAPPED IN CONSTRUCTION GEOTEXTILE FOR UNDERGROUND DRAINAGE. STRUCTURAL EARTH FILL WALL WITH THICKENED EDGE SIDEWALK 2' 4' BLACK VINYL COATED CHAIN LINK FENCE WHERE SHOWN ON PLANS. PLACE PER WALL MANUFACTURER'S RECOMMENDATION. SEE FENCE DETAIL, THIS SHEET. GEOGRID REINFORCEMENT WHERE RECOMMENDED BY WALL DESIGNER. MINIMUM REINFORCING LENGTH BEHIND BACK FACE OF WALL SHALL BE 0.7h. UNIT FILLBACKFILL FOR STRUCTURAL EARTH WALL IN REINFORCING ZONE 4' CEMENT CONC. SIDEWALK (OR 8" CEMENT CONCRETE DRIVEWAY ENTRANCE) a d 2" CSTC (OR 4" CSTC UNDER CEMENT I ,. CONC. DRIVEWAY ENTRANCE) VARIES, 0.7h MAX SECTION 11 r M x �4 i J� i ,e SEE NOTE 1 6" DIAM. PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE. SEE NOTE 3 4' MIN. � INSTALL ON WALL PER MANUFACTURER'S RECOMMENDATIONS NOTE: ALL COMPONENTS TO BE PAINTED BLACK. BLACK VINYL COATED CHAIN LINK FENCE NTS MODULAR BLOCK FILL WALL WITH THICKENED EDGE SIDEWALK NTS 4' BLACK VINYL COATED CHAIN LINK FENCE WHERE SHOWN ON PLANS. PLACE PER WALL MANUFACTURER'S RECOMMENDATION. SEE FENCE DETAIL, THIS SHEET. 4" CEMENT CONC. SIDEWALK (OR 8 -CEMENT CONCRETE DRIVEWAY ENTRANCE) UNIT FILL 2" CSTC (OR 4" CSTC UNDER CEMENT CONC. DRIVEWAY ENTRANCE) h �Q' J 1 1.5 MAX �J BACKFILL FOR MODULAR `� BLOCK WALL SECTION 6' DIAM. PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE. SEE NOTE 3. NTS PROFILE STATION O 10' MAX FINISHED GRADE AT BASE OF WALL & OFFSET O REFERENCE LINE POST CAP LINE POST POST CAP TOP RAIL FABRIC TIE FABRIC: FUSED BONDED WORK UNE AT FACE `ao VINYL, COLOR BLACK_ OF BOTTOM BLOCK, CORNER/END POST (EVERY OTHER POST) ____ __-- --- SEE RETAINING WALL _ _ _ - - PROFILES FOR WALL GEOMETRY 2' TENSION BAND 12" ON CENTER EXISTING GROUND EXISTING TENSION BAR LINE GROUND— ELEVATION---- ROUND ELEVATIONEzz o =�N t � MIN. 6' CSBC FlNSHED GRADE BOTTOM RAIL INSTALL ON WALL PER MANUFACTURER'S RECOMMENDATIONS NOTE: ALL COMPONENTS TO BE PAINTED BLACK. BLACK VINYL COATED CHAIN LINK FENCE NTS MODULAR BLOCK FILL WALL WITH THICKENED EDGE SIDEWALK NTS 4' BLACK VINYL COATED CHAIN LINK FENCE WHERE SHOWN ON PLANS. PLACE PER WALL MANUFACTURER'S RECOMMENDATION. SEE FENCE DETAIL, THIS SHEET. 4" CEMENT CONC. SIDEWALK (OR 8 -CEMENT CONCRETE DRIVEWAY ENTRANCE) UNIT FILL 2" CSTC (OR 4" CSTC UNDER CEMENT CONC. DRIVEWAY ENTRANCE) h �Q' J 1 1.5 MAX �J BACKFILL FOR MODULAR `� BLOCK WALL SECTION 6' DIAM. PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE. SEE NOTE 3. CONSTRUCTION NOTES O CONSTRUCT FOUNDATION AND INSTALL TYPE III SIGNAL POLE. INSTALL FIVE VEHICLE SIGNAL HEADS, ONE TYPE 721 EMERGENCY PRE-EMPTION DETECTOR, ONE PRE-EMPT10N INDICATOR, ONE STREET NAME SIGN AND THREE REGULATORY SIGNS ON THE MAST ARM. INSTALL ONE LED LUMINAIRE WITH PHOTOCELL AND ONE VIDEO DETECTION CAMERA ON THE LUMINAIRE ARM. INSTALL ONE DIRECTIONAL SIGN (RELOCATED FROM EXISTING SIGNAL POLE), ONE REGULATORY SIGN AND ONE TERMINAL CABINET ON THE POLE. FOR POLE LOCATION AND DETAILS SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. FOR LUMINAIRE DETAILS SEE ILLUMINATION PLANS, SHEETS 292-313. O CONSTRUCT FOUNDATION AND INSTALL TYPE I SIGNAL POLE PER WSDOT STD PLANS J-21.10, J-21.15 & J-21.20. INSTALL ONE VEHICLE SIGNAL HEAD, ONE PEDESTRIAN SIGNAL HEAD AND ONE APS SME PUSH BUTTON ASSEMBLY ON THE POLE. FOR DETAILS AND LOCATION SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. O CONSTRUCT FOUNDATION AND INSTALL TYPE I SIGNAL POLE PER WSDOT STD PLANS J-21.10, J-21.15 & J-21.20. INSTALL ONE VEHICLE SIGNAL HEAD, ONE PEDESTRIAN SIGNAL HEAD AND ONE APS STYLE PUSH BUTTON ASSEMBLY ON THE POLE. FOR DETAILS AND LOCATION SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. ® CONSTRUCT FOUNDATION AND INSTALL TYPE III SIGNAL POLE. INSTALL FIVE VEHICLE SIGNAL HEADS, ONE TYPE 721 EMERGENCY PRE-EMPT10N DETECTOR ONE PRE-EMPT10N INDICATOR ONE BLANK OUT SIGN ONE STREET NAME SIGN AND TWO REGULATORY SIGNS ON THE MAST ARM. INSTALL ONE LED LUMINAIRE AND ONE VIDEO DETECTION CAMERA ON THE LUMINAIRE ARM. INSTALL ONE TERMINAL CABINET ON THE POLE. RELOCATE EXISTING PTZ CAMERA AND ANTENNAS FROM EXISTING SIGNAL POLE TO THE NEW SIGNAL POLE. COORDINATE WORK MATH CITY OF FEDERAL WAY IT DEPARTMENT REPRESENTATIVE. FOR POLE LOCATION AND DETAILS SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. FOR LUMINAIRE DETAILS SEE ILLUMINATION PLANS, SHEETS 292-313. O CONSTRUCT FOUNDATION AND INSTALL TYPE I SIGNAL POLE PER WSDOT STD PLANS J-21.10, J-21.15 & J-21.20. INSTALL ONE VEHICLE SIGNAL HEAD, ONE PEDESTRIAN SIGNAL HEAD AND ONE APS STYLE PUSH BUTTON ASSEMBLY ON THE POLE. FOR DETAILS AND LOCATION SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. © CONSTRUCT FOUNDATION AND INSTALL TYPE I SIGNAL POLE PER WSDOT STD PLANS J-21.10, J-21.15 & J-21.20. INSTALL TWO VEHICLE SIGNAL HEADS, ONE PEDESTRIAN SIGNAL HEAD AND ONE APS STYLE PUSH BUTTON ASSEMBLY ON THE POLE. FOR DETAILS AND LOCATION SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. O CONSTRUCT FOUNDATION AND INSTALL TYPE III SIGNAL POLE. INSTALL FOUR VEHICLE SIGNAL HEADS, ONE TYPE 721 EMERGENCY PRE-EMPTION DETECTOR, ONE PRE-EMPTION INDICATOR, TWO REGULATORY SIGNS AND ONE STREET NAME SIGN ON THE MAST ARM. INSTALL ONE LED LUMINAIRE AND ONE VIDEO DETECTION CAMERA ON THE LUMINAIRE ARM. INSTALL ONE REGULATORY SIGN, ONE VEHICLE SIGNAL HEAD, AND ONE TERMINAL CABINET ON THE POLE. FOR POLE LOCATION AND DETAILS SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. FOR LUMINAIRE DETAILS SEE ILLUMINATION PLANS, SHEETS 292-313. ® CONSTRUCT FOUNDATION AND INSTALL TYPE I SIGNAL POLE PER WSDOT STD PLANS J-21.10, J-21.15 & J-21.20. INSTALL ONE VEHICLE SIGNAL HEAD, ONE PEDESTRIAN SIGNAL HEAD AND ONE APS STYLE PUSH BUTTON / ASSEMBLY ON THE POLE. FOR DETAILS AND LOCATION SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. (O CONSTRUCT FOUNDATION AND FURNISH AND INSTALL STEEL LUMINAIRE POLE PER WSDOT STD PLANS J-28.10, > J-28.30, J-28.40, AND J-28.50. INSTALL ONE LED LUMINAIRE ON THE LUMINAIRE ARM. INSTALL TWO VEHICLE SIGNAL HEADS, ONE PEDESTRIAN SIGNAL HEAD AND ONE APS STYLE PUSH BUTTON ASSEMBLY ON THE POLE. FOR DETAILS SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. FOR LUMINAIRE DETAILS AND LOCATION SEE ILLUMINATION PLANS, SHEETS 292-313. 10 CONSTRUCT FOUNDATION AND INSTALL TYPE III SIGNAL POLE. INSTALL SIX VEHICLE SIGNAL HEADS, ONE TYPE 721 EMERGENCY PRE-EMPTION DETECTOR, ONE PRE-EMPTION INDICATOR, ONE STREET NAME SIGN AND TWO REGULATORY SIGNS ON THE MAST ARM. INSTALL ONE LED LUMINAIRE AND ONE VIDEO DETECTION CAMERA ON THE LUMINAIRE ARM. INSTALL ONE REGULATORY SIGN, ONE VEHICLE SIGNAL HEAD AND ONE TERMINAL CABINET ON THE POLE. FOR POLE LOCATION AND DETAILS SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. FOR LUMINAIRE DETAILS SEE ILLUMINATION PLANS, SHEETS 292-313. it CONSTRUCT FOUNDATION AND INSTALL TYPE I SIGNAL POLE PER WSDOT STD PLANS J-21.10, J-21.15 & J-21.20. INSTALL ONE VEHICLE SIGNAL HEAD, TWO PEDESTRIAN SIGNAL HEADS AND TWO APS STYLE PUSH BUTTON ASSEMBLIES ON THE POLE. FOR DETAILS AND LOCATION SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. 0 CONSTRUCT FOUNDATION AND INSTALL TYPE III SIGNAL POLE. INSTALL ONE BLANK OUT SIGN AND ONE REGULATORY SIGN ON THE MAST ARM. INSTALL ONE LED LUMINAIRE ON THE LUMINAIRE ARM. FOR POLE LOCATION AND DETAILS SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. FOR LUMINAIRE DETAILS SEE ILLUMINATION PLANS, SHEETS 292-313. 13 FOLLOWING ACTIVATION OF FULLY FUNCTIONING NEW SIGNAL SYSTEM, REMOVE EXISTING JUNCTION BOX, WIRING AND CONDUIT TO THE BOTTOM OF THE TRENCH. CAP AND ABANDON EXISTING CONDUIT. BACKFILL AND COMPACT VOID PER SPECIAL PROVISIONS. 14 DISCONNECT SPLICE IN THE JUNCTION BOX AND ABANDON EXISTING LOOP DETECTOR BEFORE GRINDING. COORDINATE WORK WITH THE ENGINEER PER GENERAL NOTES. 15 INSTALL NEW VEHICLE DETECTION LOOP PER WSDOT STANDARD PLANS J-50.12 AND J-50.15. FOR LOOP SPACING SEE CITY OF FEDERAL WAY STANDARDS #3-44. SEE SPECIAL PROVISIONS. i6 VEHICLE VIDEO DETECTION ZONE SHOWN FOR REFERENCE ONLY. COORDINATE EXACT ZONES WITH THE ENGINEER IN THE FIELD. 17 FOR CONDUIT CONTINUATION, SEE ILLUMINATION PLANS, SHEETS 292-313. 18 LOCATION OF EXISTING VEHICLE DETECTION LOOP TO REMAIN. 19 LOCATION OF EXISTING JUNCTION BOX TO REMAIN. INSTALL WIRING PER WIRE NOTES AND INSTALL NEW SPLICE TO EXISTING LOOP DETECTOR LEAD IN CABLES. REMOVE EXISTING UNUSED WIRING FOLLOWING INSTALLATION OF NEW SPLICE. REVISIONS ADDF1fa111Y S Approved By ENGINEERING MANAGER PROJECT MANAGER PROJECT ENGINEER WIRE NOTES: 1. ALL PVC CONDUITS CONTAINING CONDUCTORS SHALL CONTAIN GROUND WIRE. GROUND WIRE SIZE SHALL MATCH THE LARGEST CONDUCTOR (MIN #8 AWG OR AS NOTED OTHERWISE IN THE WIRE NOTES). SPARE CONDUIT SHALL CONTAIN BULL -LINE TAPE LABELED 'CITY OF FEDERAL WAY". 2. ALL CONDUIT SHALL BE RIGID PVC SCH 40, EXCEPT UNDER ROADWAY AND DRIVEWAYS USE RIGID PVC SCH 80. ALL PSE SERVICE CONDUIT SHALL BE SCH 80 PVC. 3. ALL TWISTED PAIRS ENTERING SIDEWALK SHALL BE INSTALLED IN 2" CONDUIT. CONSTRUCTION NOTES (CONT.) 0 LOCATE EXISTING ILLUMINATION CONDUIT AND EXCAVATE BY HAND. DISCONNECT EXISTING CONDUCTORS AND PULL BACK WIRING TO THE NEAREST JUNCTION BOX. CUT EXISTING CONDUIT AND INSTALL NEW CONDUIT PER PLANS AND WIRE NOTES. REMOVE EXISTING UNUSED CONDUIT. INSTALL NEW WIRING PER WIRE NOTES. 21 LOCATE EXISTING SIGNAL CONDUIT AND EXCAVATE BY HAND. DISCONNECT EXISTING LOOP DETECTOR SPLICES AND PULL BACK WIRING TO THE NEAREST JUNCTION BOX. CUT EXISTING CONDUIT AND INSTALL BEND AND JUNCTION BOX. REMOVE EXISTING UNUSED CONDUIT. INSTALL NEW WIRING PER WIRE NOTES. © FOR ILLUMINATION SYSTEM CONSTRUCTION/REMOVAL NOTES, SEE ILLUMINATION PLANS, SHEETS 292-313. 0 CONSTRUCT COMBINATION FOUNDATION PER CITY OF FEDERAL WAY DRAWNG NUMBER 3-45C. FURNISH AND INSTALL ONE TS2 TYPE 1 TRAFFIC CONTROLLER CABINET (PER COFW DWG 3-45B), ONE 120/240V TYPE E -S2 SERVICE CABINET (PER COFW DWG 3-45) AND ONE UPS/BBS CABINET (PER COFW DWG 3-45A). CONNECT ALL FIELD WIRING. COORDINATE THE METER BASE INSTALLATION WITH THE POWER COMPANY REPRESENTATIVE. FOR PANEL SCHEDULE SEE ILLUMINATION SHEET 313. CENTER OF CONTROLLER CABINET FOUNDATION TO BE LOCATED AT PACIFIC HIGHWAY SOUTH AT APPROX STA 54+20, 57.5' LT. VERIFY FINAL LOCATION WITH THE ENGINEER IN THE FIELD. SEE SPECIAL PROVISIONS. ® FURNISH AND INSTALL NEW PULL BOX PER WSDOT STD J-90.10. COIL 100' OF FIBER OPTIC CABLE IN PULL BOX. Q FOLLOWING ACTIVATION OF FULLY FUNCTIONING NEW SIGNAL SYSTEM, REMOVE EXISTING SIGNAL CONTROLLER AND ELECTRICAL SERVICE CABINETS, ASSOCIATED EQUIPMENT AND TIRING. REMOVE EXISTING FOUNDATION, BACKFILL AND COMPACT PER SPECIAL PROVISIONS. SALVAGE EXISTING EQUIPMENT PER SPECIAL PROVISIONS. 13022SIGJ M.dn FILENAME Interdisciplinary Design GJH 820,6 DATE DESIGNED BY DATE GJH 82018 DATE DRAWN BY DATE REMOVE EXISTING NOTES: 1. ALL PVC CONDUITS CONTAINING CONDUCTORS SHALL CONTAIN GROUND WIRE. GROUND WIRE SIZE SHALL MATCH THE LARGEST CONDUCTOR (MIN #8 AWG OR AS NOTED OTHERWISE IN THE WIRE NOTES). SPARE CONDUIT SHALL CONTAIN BULL -LINE TAPE LABELED 'CITY OF FEDERAL WAY". 2. ALL CONDUIT SHALL BE RIGID PVC SCH 40, EXCEPT UNDER ROADWAY AND DRIVEWAYS USE RIGID PVC SCH 80. ALL PSE SERVICE CONDUIT SHALL BE SCH 80 PVC. 3. ALL TWISTED PAIRS ENTERING SIDEWALK SHALL BE INSTALLED IN 2" CONDUIT. CONSTRUCTION NOTES (CONT.) 0 LOCATE EXISTING ILLUMINATION CONDUIT AND EXCAVATE BY HAND. DISCONNECT EXISTING CONDUCTORS AND PULL BACK WIRING TO THE NEAREST JUNCTION BOX. CUT EXISTING CONDUIT AND INSTALL NEW CONDUIT PER PLANS AND WIRE NOTES. REMOVE EXISTING UNUSED CONDUIT. INSTALL NEW WIRING PER WIRE NOTES. 21 LOCATE EXISTING SIGNAL CONDUIT AND EXCAVATE BY HAND. DISCONNECT EXISTING LOOP DETECTOR SPLICES AND PULL BACK WIRING TO THE NEAREST JUNCTION BOX. CUT EXISTING CONDUIT AND INSTALL BEND AND JUNCTION BOX. REMOVE EXISTING UNUSED CONDUIT. INSTALL NEW WIRING PER WIRE NOTES. © FOR ILLUMINATION SYSTEM CONSTRUCTION/REMOVAL NOTES, SEE ILLUMINATION PLANS, SHEETS 292-313. 0 CONSTRUCT COMBINATION FOUNDATION PER CITY OF FEDERAL WAY DRAWNG NUMBER 3-45C. FURNISH AND INSTALL ONE TS2 TYPE 1 TRAFFIC CONTROLLER CABINET (PER COFW DWG 3-45B), ONE 120/240V TYPE E -S2 SERVICE CABINET (PER COFW DWG 3-45) AND ONE UPS/BBS CABINET (PER COFW DWG 3-45A). CONNECT ALL FIELD WIRING. COORDINATE THE METER BASE INSTALLATION WITH THE POWER COMPANY REPRESENTATIVE. FOR PANEL SCHEDULE SEE ILLUMINATION SHEET 313. CENTER OF CONTROLLER CABINET FOUNDATION TO BE LOCATED AT PACIFIC HIGHWAY SOUTH AT APPROX STA 54+20, 57.5' LT. VERIFY FINAL LOCATION WITH THE ENGINEER IN THE FIELD. SEE SPECIAL PROVISIONS. ® FURNISH AND INSTALL NEW PULL BOX PER WSDOT STD J-90.10. COIL 100' OF FIBER OPTIC CABLE IN PULL BOX. Q FOLLOWING ACTIVATION OF FULLY FUNCTIONING NEW SIGNAL SYSTEM, REMOVE EXISTING SIGNAL CONTROLLER AND ELECTRICAL SERVICE CABINETS, ASSOCIATED EQUIPMENT AND TIRING. REMOVE EXISTING FOUNDATION, BACKFILL AND COMPACT PER SPECIAL PROVISIONS. SALVAGE EXISTING EQUIPMENT PER SPECIAL PROVISIONS. DATE I CHECKED BY DATE J. e'v�C tiA e< 13022SIGJ M.dn FILENAME Interdisciplinary Design GJH 820,6 DATE DESIGNED BY DATE GJH 82018 DATE DRAWN BY DATE DATE I CHECKED BY DATE J. e'v�C tiA e< BID CITY OF DOCUMENTS A Federal Way GENERAL NOTES 1. ALL WORK SHALL BE DONE IN ACCORDANCE PATH THE CITY STANDARDS, KING COUNTY TRAFFIC REQUIREMENTS, WSDOT/APWA STANDARD PLANS, LATEST AMENDMENTS TO STANDARD SPECIFICATIONS, SPECIAL PROVISIONS AND THESE PLANS. 2. FOR SIGNAUZATION COORDINATION WITH KING COUNTY, CONTRACTOR SHALL CONTACT KING COUNTY TRAFFIC MAINTENANCE UNIT SIGNAL TECHNICIAN MARK PARRETT AT (206) 396-3763. 3. CONTRACTOR SHALL CONTACT THE POWER COMPANY NEW SERVICES ENGINEER AT (888) 225-5773 FOR ALL COORDINATION WITH PUGET SOUND ENERGY INCLUDING POWER CONNECTION AND INSTALLATION OF THE METER BASE. 4. THE LOCATION OF ALL FEATURES TO BE INSTALLED BY THE CONTRACTOR SHALL BE VERIFIED IN FIELD BY THE ENGINEER PRIOR TO INSTALLATION. 5. CONDUIT LOCATION IS SHOWN FOR REFERENCE ONLY. FINAL LOCATIONS SHALL BE DETERMINED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER IN THE FIELD. CONDUIT TO BE PLACED IN JOINT UTILITY TRENCH WHEN FEASIBLE, AS DETERMINED BY CONTRACTOR. 6. ALL NEW FOUNDATION LOCATIONS SHALL BE APPROVED BY THE ENGINEER PRIOR TO EXCAVATION. CONTRACTOR SHALL CHECK FOR MINIMUM OVERHEAD CLEARANCE OF 16'-6" FOR ALL SIGNAL HEADS ABOVE THE STREET PRIOR TO POURING OF THE MAST ARM POLE FOUNDATIONS. 7. ALL NEW JUNCTION BOXES PLACED IN THE SIDEWALKS SHALL HAVE SKID RESISTANT LIDS. AFTER INSTALLATION AND FINAL INSPECTION, JUNC11ON BOXES SHALL BE SPOT WELDED. 8. ALL TRAFFIC SIGNAL AND PEDESTRIAN HEADS AND PUSH BUTTONS SHALL BE SECURELY AND COMPLETELY COVERED WHILE SIGNAL IS NOT IN OPERATION. 9. CONTRACTOR SHALL NOTIFY THE CITY OF FEDERAL WAY TRAFFIC ENGINEER A MINIMUM OF 5 WORKING DAYS IN ADVANCE OF PAVEMENT REMOVAL IN THE LOOP DETECTOR AREA. BEFORE THE REMOVAL OR DAMAGE OF EXISTING VEHICLE DETECTION LOOPS, CONTRACTOR SHALL INSTALL VIDEO DETECTION SYSTEM FOR TEMPORARY VEHICLE DETECTION DURING THE CONSTRUCTION. SETUP AND TESTING SHALL BE PERFORMED IN THE PRESENCE OF THE ENGINEER. 10. CONTRACTOR SHALL MAINTAIN THE VIDEO DETECTION SYSTEM FOR TEMPORARY VEHICLE DETECTION DURING THE CONSTRUCTION. ZONE MODIFICATIONS SHALL BE PERFORMED IN THE PRESENCE OF THE ENGINEER. 11. ONLY JOURNEY LEVEL WORK SHALL BE ALLOWED IN THE SIGNAL CONTROLLER CABINET. 12. FOR WIRING DIAGRAM SEE SHEETS 320 & 321. 13. FOR SIGNAL POLE SPECIFICATIONS SEE SHEETS 330 & 331. 14. FOR COORDINATION WITH CITY OF FEDERAL WAY IT DEPARTMENT, CONTACT THOMAS FICHTNER AT (253) 835-2547. © LOCATION OF PSE 120/240V TRANSFORMER FOR ELECTRICAL SERVICE CONNECTION. FURNISH AND INSTALL CONDUIT AND WIRING FROM THE TRANSFORMER TO THE ELECTRICAL SERVICE CABINET PER WIRE NOTES AND COIL 20' OF WIRING IN THE TRANSFORMER VAULT. COORDINATE POWER HOOKUP WITH PSE NEW SERVICES ENGINEER. © FOLLOWING ACTIVATION OF FULLY FUNCTIONING NEW SIGNAL SYSTEM, REMOVE EXISTING POLE AND ALL ASSOCIATED EQUIPMENT AND WIRING. GRIND DOWN EXISTING FOUNDATION 5 FEET BELOW PROPOSED GRADE (OR REMOVE COMPLETELY). BACKFILL AND COMPACT PER SPECIAL PROVISIONS. CAP AND ABANDON EXISTING CONDUIT. SALVAGE EXISTING EQUIPMENT AS DETERMINED BY THE ENGINEER IN FIELD AND PER SPECIAL PROVISIONS. CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 PACIFIC HIGHWAY SOUTH SIGNAL NOTES PHASE V IMPROVEMENTS PACIFIC HIGHWAYS AND SW 348TH ST KPG PROJECT No. 13022 1 SHT 1 1 Z' OF KPGr Interdisciplinary Design 3131 Elliot Ave 2502 Jefferson Ave O Suite 400 Tamme, WA 98402 Seame,WA98121 (253)6270720 e (206)2861640 wew.lq)g.mm BID CITY OF DOCUMENTS A Federal Way GENERAL NOTES 1. ALL WORK SHALL BE DONE IN ACCORDANCE PATH THE CITY STANDARDS, KING COUNTY TRAFFIC REQUIREMENTS, WSDOT/APWA STANDARD PLANS, LATEST AMENDMENTS TO STANDARD SPECIFICATIONS, SPECIAL PROVISIONS AND THESE PLANS. 2. FOR SIGNAUZATION COORDINATION WITH KING COUNTY, CONTRACTOR SHALL CONTACT KING COUNTY TRAFFIC MAINTENANCE UNIT SIGNAL TECHNICIAN MARK PARRETT AT (206) 396-3763. 3. CONTRACTOR SHALL CONTACT THE POWER COMPANY NEW SERVICES ENGINEER AT (888) 225-5773 FOR ALL COORDINATION WITH PUGET SOUND ENERGY INCLUDING POWER CONNECTION AND INSTALLATION OF THE METER BASE. 4. THE LOCATION OF ALL FEATURES TO BE INSTALLED BY THE CONTRACTOR SHALL BE VERIFIED IN FIELD BY THE ENGINEER PRIOR TO INSTALLATION. 5. CONDUIT LOCATION IS SHOWN FOR REFERENCE ONLY. FINAL LOCATIONS SHALL BE DETERMINED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER IN THE FIELD. CONDUIT TO BE PLACED IN JOINT UTILITY TRENCH WHEN FEASIBLE, AS DETERMINED BY CONTRACTOR. 6. ALL NEW FOUNDATION LOCATIONS SHALL BE APPROVED BY THE ENGINEER PRIOR TO EXCAVATION. CONTRACTOR SHALL CHECK FOR MINIMUM OVERHEAD CLEARANCE OF 16'-6" FOR ALL SIGNAL HEADS ABOVE THE STREET PRIOR TO POURING OF THE MAST ARM POLE FOUNDATIONS. 7. ALL NEW JUNCTION BOXES PLACED IN THE SIDEWALKS SHALL HAVE SKID RESISTANT LIDS. AFTER INSTALLATION AND FINAL INSPECTION, JUNC11ON BOXES SHALL BE SPOT WELDED. 8. ALL TRAFFIC SIGNAL AND PEDESTRIAN HEADS AND PUSH BUTTONS SHALL BE SECURELY AND COMPLETELY COVERED WHILE SIGNAL IS NOT IN OPERATION. 9. CONTRACTOR SHALL NOTIFY THE CITY OF FEDERAL WAY TRAFFIC ENGINEER A MINIMUM OF 5 WORKING DAYS IN ADVANCE OF PAVEMENT REMOVAL IN THE LOOP DETECTOR AREA. BEFORE THE REMOVAL OR DAMAGE OF EXISTING VEHICLE DETECTION LOOPS, CONTRACTOR SHALL INSTALL VIDEO DETECTION SYSTEM FOR TEMPORARY VEHICLE DETECTION DURING THE CONSTRUCTION. SETUP AND TESTING SHALL BE PERFORMED IN THE PRESENCE OF THE ENGINEER. 10. CONTRACTOR SHALL MAINTAIN THE VIDEO DETECTION SYSTEM FOR TEMPORARY VEHICLE DETECTION DURING THE CONSTRUCTION. ZONE MODIFICATIONS SHALL BE PERFORMED IN THE PRESENCE OF THE ENGINEER. 11. ONLY JOURNEY LEVEL WORK SHALL BE ALLOWED IN THE SIGNAL CONTROLLER CABINET. 12. FOR WIRING DIAGRAM SEE SHEETS 320 & 321. 13. FOR SIGNAL POLE SPECIFICATIONS SEE SHEETS 330 & 331. 14. FOR COORDINATION WITH CITY OF FEDERAL WAY IT DEPARTMENT, CONTACT THOMAS FICHTNER AT (253) 835-2547. © LOCATION OF PSE 120/240V TRANSFORMER FOR ELECTRICAL SERVICE CONNECTION. FURNISH AND INSTALL CONDUIT AND WIRING FROM THE TRANSFORMER TO THE ELECTRICAL SERVICE CABINET PER WIRE NOTES AND COIL 20' OF WIRING IN THE TRANSFORMER VAULT. COORDINATE POWER HOOKUP WITH PSE NEW SERVICES ENGINEER. © FOLLOWING ACTIVATION OF FULLY FUNCTIONING NEW SIGNAL SYSTEM, REMOVE EXISTING POLE AND ALL ASSOCIATED EQUIPMENT AND WIRING. GRIND DOWN EXISTING FOUNDATION 5 FEET BELOW PROPOSED GRADE (OR REMOVE COMPLETELY). BACKFILL AND COMPACT PER SPECIAL PROVISIONS. CAP AND ABANDON EXISTING CONDUIT. SALVAGE EXISTING EQUIPMENT AS DETERMINED BY THE ENGINEER IN FIELD AND PER SPECIAL PROVISIONS. CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 PACIFIC HIGHWAY SOUTH SIGNAL NOTES PHASE V IMPROVEMENTS PACIFIC HIGHWAYS AND SW 348TH ST KPG PROJECT No. 13022 1 SHT 1 1 Z' OF Oj CONSTRUCT FOUNDATION AND INSTALL TYPE III SIGNAL POLE. INSTALL FIVE VEHICLE SIGNAL HEADS, ONE TYPE 721 EMERGENCY PRE-EMPTION DETECTOR, ONE PRE-EMPTION INDICATOR, ONE STREET NAME SIGN AND THREE REGULATORY SIGNS ON THE MAST ARM. INSTALL ONE LED LUMINAIRE WITH PHOTOCELL AND ONE VIDEO DETECTION CAMERA ON THE LUMINAIRE ARM. INSTALL ONE VEHICLE SIGNAL HEAD, ONE PEDESTRIAN SIGNAL HEAD, ONE APS STYLE PUSH BUTTON ASSEMBLY AND ONE TERMINAL CABINET ON THE POLE. FOR POLE LOCATION AND DETAILS SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. FOR LUMINAIRE DETAILS SEE ILLUMINATION PLANS, SHEETS 292-313. SEE SPECIAL PROVISIONS. O CONSTRUCT FOUNDATION AND INSTALL TYPE I SIGNAL POLE PER WSDOT STD PLANS J-21.10 J-21.15 & J-21.20. INSTALL ONE VEHICLE SIGNAL HEAD, ONE PEDESTRIAN SIGNAL HEAD AND ONE APS STYLE PUSH BUTTON ASSEMBLY ON THE POLE. FOR DETAILS AND LOCATION SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. O CONSTRUCT FOUNDATION AND INSTALL TYPE III SIGNAL POLE. INSTALL TWO VEHICLE SIGNAL HEADS, ONE TYPE 721 EMERGENCY PRE-EMPTION DETECTOR, ONE PRE-EMPTION INDICATOR AND ONE STREET NAME SIGN ON THE MAST ARM. INSTALL ONE LED LUMINAIRE AND ONE VIDEO DETECTION CAMERA ON THE LUMINAIRE ARM. INSTALL ONE TERMINAL CABINET ON THE POLE. FOR POLE LOCATION AND DETAILS SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. FOR LUMINAIRE DETAILS SEE ILLUMINATION PLANS, SHEETS 292-313. SEE SPECIAL PROVISIONS. ® CONSTRUCT FOUNDATION AND INSTALL TYPE I SIGNAL POLE PER WSDOT STD PLAN J-21.10, J-21.15 & J-21.20. INSTALL ONE VEHICLE SIGNAL HEAD, ONE PEDESTRIAN SIGNAL HEAD AND ONE APS STYLE PUSH BUTTON ASSEMBLY ON THE POLE FOR DETAILS AND LOCATION SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. O FOLLOWING THE TURN ON OF THE NEW SIGNAL AND REMOVAL OF THE EXISTING SIGNAL CABINET, CONSTRUCT FOUNDATION AND INSTALL TYPE I SIGNAL POLE PER WSDOT STD PLANS J-21.10, J-21.15 & J-21.20. INSTALL TWO VEHICLE SIGNAL HEADS, ONE PEDESTRIAN SIGNAL HEAD AND ONE APS STYLE PUSH BUTTON ASSEMBLY ON THE POLE. CONTRACTOR SHALL PROVIDE TEMPORARY PEDESTRIAN PUSH BUTTON AND PEDESTRIAN SIGNAL HEAD UNTIL TURN ON OF NEW POLE. FOR DETAILS AND LOCATION SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. SEE SPECIAL PROVISIONS. © CONSTRUCT FOUNDATION AND INSTALL TYPE III SIGNAL POLE. INSTALL FOUR VEHICLE SIGNAL HEADS, TWO TYPE 721 EMERGENCY PRE-EMPTION DETECTORS, TWO PRE-EMPTION INDICATORS, ONE STREET NAME SIGN AND THREE REGULATORY SIGNS ON THE MAST ARM. INSTALL ONE LED LUMINAIRE AND ONE VIDEO DETECTION CAMERA ON THE LUMINAIRE ARM. INSTALL ONE VEHICLE SIGNAL HEAD, ONE PEDESTRIAN SIGNAL HEAD, ONE APS STYLE PUSH BUTTON ASSEMBLY AND ONE TERMINAL CABINET ON THE POLE. RELOCATE EXISTING PTZ CAMERA AND ANTENNAS FROM EXISTING SIGNAL POLE TO THE NEW SIGNAL POLE. COORDINATE WORK WITH CITY OF FEDERAL WAY IT DEPARTMENT REPRESENTATIVE. FOR POLE LOCATION AND DETAILS SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. FOR LUMINAIRE DETAILS SEE ILLUMINATION PLANS, SHEETS 292-313. SEE SPECIAL PROVISIONS. O O CONSTRUCT FOUNDATION AND FURNISH AND INSTALL STEEL LUMINAIRE POLE PER WSDOT STD PLANS JD330& J-28.30, J-28.40, AND J-28.50. INSTALL ONE LED LUMINAIRE AND TWO VIDEO DETECTION CAMERAS O LUMINAIRE ARM. INSTALL TWO VEHICLE SIGNAL HEADS, ONE PEDESTRIAN SIGNAL HEAD AND ONE APS S BUTTON ASSEMBLY ON THE POLE. FOR DETAILS AND LOCATION SEE SIGNAL POLE SPECIFICATIONS, SHE FOR LUMINAIRE DETAILS SEE ILLUMINAl10N PLANS, SHEETS 292-313. ® CONSTRUCT FOUNDATION AND INSTALL TYPE II SIGNAL POLE. CONTRACTOR SHALL ANTICIPATE UP TO 20 INCHES OF EXISTING ASPHALT OR CONCRETE SURFACE BELOW EXISTING SURFACE. INSTALL THREE VEHICLE SIGNAL HEADS, ONE TYPE 721 EMERGENCY PRE-EMPTION DETECTOR, ONE PRE-EMPTION INDICATOR AND ONE STREET NAME SIGN ON THE MAST ARM. INSTALL ONE TYPE 721 EMERGENCY PRE-EMPTION DETECTOR, ONE PRE-EMPTION INDICATOR AND ONE TERMINAL CABINET ON THE POLE. FOR POLE LOCATION AND DETAILS SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & NOTES: 331. FOR LUMINAIRE DETAILS SEE ILLUMINATION PLANS, SHEETS 292-313. SEE SPECIAL PROVISIONS. 1, ALL PVC CONDUITS CONTAINING CONDUCTORS SHALL CONTAIN GROUND WIRE. GROUND WIRE SIZE SHALL MATCH Og CONSTRUCT FOUNDATION AND INSTALL FLASHING BEACON TYPE I SIGNAL POLE PER WSDOT STD PLAN J-21.10, J-21.16 THE LARGEST CONDUCTOR (MIN 18 AWG OR AS NOTED OTHERWISE IN THE WIRE NOTES). SPARE CONDUIT AND J-21.20. INSTALL ONE VEHICLE SIGNAL HEAD, ONE PEDESTRIAN SIGNAL HEAD, ONE REGULATORY SIGN AND ONE SHALL CONTAIN BULL -UNE TAPE LABELED "CITY OF FEDERAL WAY". APS STYLE PUSH BUTTON ASSEMBLY ON THE POLE. FOR DETAILS AND LOCA11ON SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. 2. ALL CONDUIT SHALL BE RIGID PVC SCH 40, EXCEPT UNDER ROADWAY AND DRIVEWAYS USE RIGID PVC SCH 80. 10 CONSTRUCT FOUNDATION AND INSTALL TYPE I SIGNAL POLE PER WSDOT STD PLANS J-21.10, J-21.15 & J-21.20. 3. ALL TWISTED PAIRS ENTERING SIDEWALK SHALL BE INSTALLED IN 2" CONDUIT. INSTALL ONE VEHICLE SIGNAL HEAD, ONE PEDESTRIAN SIGNAL HEAD AND ONE APS STYLE PUSH BUTTON ASSEMBLY ON THE POLE. FOR DETAILS AND LOCATION SEE SIGNAL POLE SPECIFICATIONS, SHEETS 330 & 331. „ CONSTRUCT FOUNDATION AND INSTALL TYPE II SIGNAL POLE. INSTALL THREE DIRECTIONAL SIGNS ON THE MAST ARM. CONSTRUCTION NOTES (CONTINUED) FOR DETAILS AND LOCATION SEE POLE SPECIFICATIONS, SHEETS 330 & 331. 18 VEHICLE VIDEO DETECTION ZONE SHOWN FOR REFERENCE ONLY. COORDINATE EXACT ZONES WITH THE ENGINEER IN THE FIELD. 12 CONSTRUCT COMBINATION FOUNDATION PER CITY OF FEDERAL WAY DRAWING NUMBER 3-45C. FURNISH AND INSTALL ONE TS2 TYPE 1 TRAFFIC CONTROLLER CABINET (PER COFW DWG 3-458), ONE 120/240V TYPE E -S2 SERVICE 19 FOR CONTINUATION OF CONDUIT/WIRING, SEE ILLUMINATION PLANS, SHEETS 175-192. CABINET (PER COFW DWG 3-45) AND ONE UPS/BBS CABINET (PER COFW DWG 3-45A). CONNECT ALL FIELD WIRING. COORDINATE THE METER BASE INSTALLATION WITH THE POWER COMPANY REPRESENTATIVE. FOR PANEL SCHEDULE AND Q INSTALL NEW CONDUIT PER WIRE NOTES AND REPLACE EXISTING JUNCTION BOX WITH SUP RESISTANT SERVICE CABINET LOCATION SEE ILLUMINA11ON SHEET 312. CENTER OF CONTROLLER CABINET FOUNDA11ON TO BE TYPE AND ADJUST TO GRADE. PROTECT EXISTING CONDUIT AND WIRING DURING CONSTRUCTION. LOCATED AT PACIFIC HIGHWAY SOUTH AT APPROX. STA 78+88, 58.7' LT. VERIFY FINAL LOCATION WITH THE ENGINEER IN THE FIELD. SEE SPECIAL PROVISIONS. 21 INSTALL NEW PULL BOX PER WSDOT STD J-90.10. WHEN INSTALLING FIBER, LEAVE 100' OF SLACK TO REMAIN IN PULL BOX. 13 FOLLOWING ACTIVATION OF FULLY FUNCTIONING NEW SIGNAL SYSTEM, REMOVE EXISTING SIGNAL CONTROLLER AND ELECTRICAL SERVICE CABINETS, ASSOCIATED EQUIPMENT AND WIRING. REMOVE EXISTING FOUNDATION AND BACKFILL AND COMPACT PER SPECIAL PROVISIONS. SALVAGE EXISTING EQUIPMENT PER SPECIAL PROVISIONS. 14 FOLLOWING ACTIVATION OF FULLY FUNCTIONING NEW SIGNAL SYSTEM, REMOVE EXISTING POLE AND ALL ASSOCIATED EQUIPMENT AND WIRING. GRIND DOWN EXISTING FOUNDATION 5 FEET BELOW PROPOSED GRADE (OR REMOVE COMPLETELY). BACKFILL AND COMPACT PER SPECIAL PROVISIONS. SALVAGE EXISTING EQUIPMENT AS DETERMINED BY THE ENGINEER IN FIELD AND PER SPECIAL PROVISIONS. 15 FOLLOWING ACTIVATION OF FULLY FUNCTIONING NEW SIGNAL SYSTEM, REMOVE EXISTING JUNCTION BOX AND ASSOCIATED CONDUIT ELBOW/WIRING, CAP AND ABANDON ALL EXISTING UNUSED CONDUIT EXCEPT ALL EXPOSED CONDUIT, WHICH SHALL BE REMOVED. BACKFILL AND COMPACT PER SPECIAL PROVISIONS. 16 DISCONNECT SPLICE IN THE ASSOCIATED JUNCTION BOX AND ABANDON EXISTING LOOP DETECTORS BEFORE GRINDING. 17 INSTALL NEW VEHICLE DETECTION LOOP PER WSDOT STANDARD PLAN J-50.12 AND J-50.15. FOR LOOP SPACING SEE CITY OF FEDERAL WAY STANDARDS #3-44. SEE SPECIAL PROVISIONS. 1. ALL WORK SHALL BE DONE IN ACCORDANCE WITH THE CITY STANDARDS, KING COUNTY TRAFFIC REQUIREMENTS, WSDOT/APWA STANDARD PLANS, LATEST AMENDMENTS TO STANDARD SPECIFICATIONS, SPECIAL PROVISIONS AND THESE PLANS. 2. FOR SIGNALIZATION COORDINATION WITH KING COUNTY, CONTRACTOR SHALL CONTACT KING COUNTY TRAFFIC MAINTENANCE UNIT SIGNAL TECHNICIAN MARK PARRETT AT (206) 396-3763. 3. CONTRACTOR SHALL CONTACT THE POWER COMPANY NEW SERVICES ENGINEER AT (888) 225-5773 FOR ALL COORDINATION WITH PUGET SOUND ENERGY INCLUDING POWER CONNECTION AND INSTALLATION OF THE METER BASE. 4. THE LOCATION OF ALL FEATURES TO BE INSTALLED BY THE CONTRACTOR SHALL BE VERIFIED IN FIELD BY THE ENGINEER PRIOR TO INSTALLATION. 5. CONDUIT LOCATION IS SHOWN FOR REFERENCE ONLY. FINAL LOCATIONS SHALL BE DETERMINED BY THE CONTRACTOR AND APPROVED BY THE ENGINEER IN THE FIELD. CONDUIT TO BE PLACED IN JOINT UTILITY TRENCH WHEN FEASIBLE, AS DETERMINED BY CONTRACTOR. 6. ALL NEW FOUNDATION LOCATIONS SHALL BE APPROVED BY THE ENGINEER PRIOR TO EXCAVATION. CONTRACTOR SHALL CHECK FOR MINIMUM OVERHEAD CLEARANCE OF 16•-6" FOR ALL SIGNAL HEADS ABOVE THE STREET PRIOR TO POURING OF THE MAST ARM POLE FOUNDATIONS. 7. ALL NEW JUNCTION BOXES PLACED IN THE SIDEWALKS SHALL HAVE SKID RESISTANT UDS. AFTER INSTALLATION AND FINAL INSPECTION, JUNCTION BOXES SHALL BE SPOT WELDED. 8. ALL TRAFFIC SIGNAL AND PEDESTRIAN HEADS AND PUSH BUTTONS SHALL BE SECURELY AND COMPLETELY COVERED WHILE SIGNAL IS NOT IN OPERATION. 9. CONTRACTOR SHALL NOTIFY THE CITY OF FEDERAL WAY TRAFFIC ENGINEER A MINIMUM OF 5 WORKING DAYS IN ADVANCE OF PAVEMENT REMOVAL IN THE LOOP DETECTOR AREA. BEFORE THE REMOVAL OR DAMAGE OF EXISTING VEHICLE DETECTION LOOPS, CONTRACTOR SHALL INSTALL VIDEO DETECTION SYSTEM FOR TEMPORARY VEHICLE DETECTION DURING THE CONSTRUCTION. SETUP AND TESTING SHALL BE PERFORMED IN THE PRESENCE OF THE ENGINEER. 10. CONTRACTOR SHALL MAINTAIN THE VIDEO DETECTION SYSTEM FOR TEMPORARY VEHICLE DETECTION DURING THE CONSTRUCTION. ZONE MODIFICATIONS SHALL BE PERFORMED IN THE PRESENCE OF THE ENGINEER. 11. ONLY JOURNEY LEVEL WORK SHALL BE ALLOWED IN THE SIGNAL CONTROLLER CABINET. 12. FOR WIRING DIAGRAM SEE SHEETS 328 & 329. 13. FOR SIGNAL POLE SPECIFICATIONS SEE SHEETS 330 & 331. 14. FOR COORDINATION WITH CITY OF FEDERAL WAY IT DEPARTMENT, CONTACT THOMAS FICHTNER AT (253) 835-2547. SIGN SCHEDULE 132' SOUTH BD 8" SYMBOL SERIES D LETTERING ONLY 4D WHITE OF SPARE WIRING IN THE HANDHOLE. COORDINATE POWER HOOKUP WITH PSE NEW SERVICES ENGINEER. REV isioNs Approved By ADDENDUM j ADDENDUM 5 ENGINEERING MANAGER DATE PROJECT MANAGER DATE PROJECT ENGINEER DATE BLACK 3 LOCATION OF NEW IRRIGATION CONTROLLER. FOR IRRIGATION CONTROLLER ENCLOSURE INSTALLATION, SEE © 9 24" 99 Pacific Hwy SYMBOL 12' UPPERCASE, CHECKED BY DATE 20' SYMBOL 12^ SYMBOL 9" LOWERCASE 20" 01 OK SYMBOL 4D R3-8 (MODIFIED) _ D3-401 MOD TIMES NEW ROMAN;•L SERIES C LETTERING (132 x 29') LETTERING (30" x 36') 2.5" UPPERCASE Oj 0 4" UPPERCASE 5 6 00 D3-301 (96" x 36') SERIES C LETTERING 12' UPPERCASE, 9" LOWERCASE 0 *) IN � ONLY I ONLY 6D R3-51- (MODIFIED) (60" x 36") © LOCATION OF PSE HANDHOLE FOR ELECTRICAL SERVICE CONNECTION. FURNISH AND INSTALL CONDUIT SOUTH BD AND WIRING FROM THE HANDHOLE TO THE ELECTRICAL SERVICE CABINET PER WIRE NOTES AND COIL 20' 8 WHITE OF SPARE WIRING IN THE HANDHOLE. COORDINATE POWER HOOKUP WITH PSE NEW SERVICES ENGINEER. REV isioNs Approved By ADDENDUM j ADDENDUM 5 ENGINEERING MANAGER DATE PROJECT MANAGER DATE PROJECT ENGINEER DATE BLACK 3 LOCATION OF NEW IRRIGATION CONTROLLER. FOR IRRIGATION CONTROLLER ENCLOSURE INSTALLATION, SEE © 9 24" IRRIGATION PLANS, SHEETS 250 TO 270. FILENAME Dsnore SYMBOL DRAWNBY DAGJH TE AMK 612016 CHECKED BY DATE 20' SYMBOL BLACK ON YELLOW ONLY 18D CUSTOM (48" X 78") NTS WHITE ON GREEN 11 D3-301 (96' x 36") SERIES C LETTERING 12" UPPERCASE, 9" LOWERCASE RIGHT TURN 49 ON RED MUST 3.5C YIELD TO (T) U-TURN R3-4 R3-51- (MODIFIED) (30" x 30") R10-30 (30" x 36") 0 (30" x 36") ® 10 81 S 340th PI C G e r?r3�- ��� ~ bion E �` h 8D 8 THRU YELLOW REV isioNs Approved By ADDENDUM j ADDENDUM 5 ENGINEERING MANAGER DATE PROJECT MANAGER DATE PROJECT ENGINEER DATE 13022616-3416T.My Interdisciplinary Design 3131 Elliott Ave 2502 Jefferson Ave Sub 400 Tama, WA 98402 Seattle, WA 96121 (253)627-0720 (206)26&1610 www.lq,00rn BID DOCUMENTS erjv of :� Federal Wa Y S24* D FILENAME Dsnore DEE SIGNED BY DATE DRAWNBY DAGJH TE AMK 612016 CHECKED BY DATE D3-301 (96' x 36") SERIES C LETTERING 12" UPPERCASE, 9" LOWERCASE RIGHT TURN 49 ON RED MUST 3.5C YIELD TO (T) U-TURN R3-4 R3-51- (MODIFIED) (30" x 30") R10-30 (30" x 36") 0 (30" x 36") ® 10 81 S 340th PI NORTH 8D 8 THRU YELLOW BLACK Q 10" 9 SYMBOL S24* D TRAFFIC SYMBOL 12" R 12^ SYMBOL SYMBOL CUSTOM (90" X 60") NTS WHITE ON GREEN 12 PACIFIC HIGHWAY SOUTH PHASE V IMPROVEMENTS NORTH I8D 24" SYMBOL T8D20" SYMBOL LACK ONELLow ONLY CUSTOM (48" X 78") NTS WHITE ON GREEN 13 NOTES: 1. MAST ARM MOUNTED SIGNS SHALL BE ALUMINUM, REFLECTORIZED WITH TYPE IX SHEETING. 2. SIGNS 1 & 3 ARE STANDARD ALUMINUM, REFLECTORIZED WHITE ON GREEN UPPER SECTION, WHITE ON BROWN LOWER SECTION. 3. SIGNS 2 & 4 ARE STANDARD ALUMINUM, REFLECTORIZED WHITE ON GREEN BACKGROUND. 4. SIGN INSTALLATION SHALL BE PER WSDOT STD PLAN G-30.10 5. ALL SIGN DIMENSIONS SHALL BE VERIFIED WITH THE ENGINEER AND SIGN FABRICATOR PRIOR TO FABRICATION. LEFT TURN 4C YIELD 5c ON FLASHING 3.5C YELLOW 4C Q 10" SYMBOL SPECIAL ARROW (30" X 48") BLACK ON WHITE 14 CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 SIGNAL NOTES PACIFIC HIGHWAYS AND S 340TH PL KPG PROJECT NO. 13022 I SHT 327 OF 372 L 11 h C BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR Pacific Highway South HOV Lanes Phase V (S 340th Street to S 359th Street) STPUL 0099(126) RFS # 16-006 Bids Accepted Until 10:00 a.m., July 29, 2016 Bids Opened 10:10 a.m., July 29, 2016 AT: ' City of Federal Way City Council Chambers ' 33325 Eighth Avenue South Federal Way, WA 98003 u Prepared By: KPG 753 9th Avenue North Seattle, WA 98109 The above mentioned Bid Contract Documents and Specifications have been reviewed and approved for advertisement. Such review includes all contract documents, specifications, and plans associated with the project. _ a , a _ Checked by: John Mulkey, PE Street Systems Project Engineer Approved by: Desiree Winkler, PE Street Systems Manager City of Federal Way Pacific Highway South HOV Lanes Phase V RFB ver. 4-16 ` SON J. D.1 G. V 33070.0 w� ✓/ ISTV. rsS/ON AI RFB # 16-006 Page 2 June 2016 u TABLE OF CONTENTS VOLUME 1 PAGE PUBLIC NOTICE — REQUEST FOR BIDS........................................................................ 5 BIDDER'S CHECKLIST.................................................................................................. 7 SECTION 1: INSTRUCTIONS TO BIDDERS................................................................... 9 SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS ............................. 16 NO BID RESPONSE FORM (Attachment A)................................................................. 21 BID FORM (Attachment B)......................................................................................... 22 BID SCHEDULE (Attachment C)................................................................................. 24 BID SIGNATURE PAGE (Attachment D)..................................................................... 37 BID BOND FORM (Attachment E)............................................................................... 38 SUBCONTRACTOR LIST (Attachment F).................................................................... 39 NON -COLLUSION DECLARATION AND NOTICE TO ALL BIDDERS (Attachment G)... 40 DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION (Attachment H).......................................................................................................... 41 DISADVANTAGED BUSINESS ENTERPRISE WRITTEN CONFIRMATIN DOCUMENT (Attachment I)........................................................................................................... 42 PUBLIC WORKS CONTRACT (Attachment J).............................................................. 43 (with Exhibits A -H and Appendices as attached) Exhibit A Notice of Completion Exhibit B Contract Change Order Agreement Exhibit C Notice to Labor Unions of Other Employment Organizations Nondiscrimination in Employment Exhibit D Certificate(s) of Insurance Exhibit E Performance/Payment Bond Exhibit F Title VI Assurances AMENDMENTS TO THE STANDARD SPECIFICATIONS .............................GREEN PAGES SPECIAL PROVISIONS............................................................................... BLUE PAGES City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 3 June 2016 RFB ver. 4-16 TABLE OF CONTENTS (Cont'd) VOLUME 2 PAGE FHWA 1273 (Appendix A).....................................................................SALMON PAGES PREVAILING WAGES AND BENEFIT CODE KEY (Appendix B) ................... PINK PAGES PIERCE TRANSIT STANDARDS (Appendix C) .......................................... WHITE PAGES WSDOT STANDARD PLANS (Appendix D) ............................................... WHITE PAGES FEDERAL WAY STANDARD DETAILS (Appendix E) ................................. WHITE PAGES LAKEHAVEN UTILITY DISTRICT WATERLINE STANDARDS (Appendix F)WHITE PAGES CONSTRUCTION STORMWATER GENEAL PERMIT (Appendix G)............ WHITE PAGES GEOTECHNICAL BORINGS (Appendix H)..............................................YELLOW PAGES ASBESTOS HANDLING DOCUMENTATION (Appendix I) ......................... WHITE PAGES TEMPORARY WATER BYPASS AND STAGING PLAN (Appendix )) ............ BLUE PAGES PUGET SOUND ENERGY CONSTRUCTION STANDARDS (Appendix K) ... WHITE PAGES City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 4 June 2016 RFB ver. 4-16 1 CITY OF FEDERAL WAY REQUEST FOR BIDS PACIFC HIGHWAY SOUTH HOV LANES PHASE V (S 340TH STREET TO S 359TH STREET) RFB # 16-006 SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through July 29, 2016, at 10:00 a.m., at the City Hall Purchasing Office or by US Mail at City of Federal Way, Purchasing Office, 33325 8th Avenue South, Federal Way, Washington 98003. Proposals received after 10:00 a.m. on said date will not be considered. BID OPENING: All bids will be opened and read publicly aloud at 10:10 a.m. on Friday, July 29, 2016, at City Council Chambers, 33325 8th Avenue South, Federal Way, Washington, for this RFB. All bid proposals shall be accompanied by a bid deposit by a cashier's or certified check, or Bid Bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into a contract and furnish satisfactory Performance Bond within the time stated in the specifications, the bid deposit or bond shall be forfeited to the City of Federal Way. DESCRIPTION OF WORK: This project shall consist of: The improvement of Pacific Highway South from S 340th Street to S 359th Street includes new asphalt concrete pavement, curb and gutters, sidewalks, median construction, drainage improvements, structural retaining walls, utility undergrounding, traffic signals and interconnect, illumination, landscaping, and other work. The Contractor shall complete all work within 350 working days. The bidder is urged to check the plans and contract provisions carefully. All bid proposals shall be in accordance with the Instructions to Bidders and all other contract documents. Any questions concerning the description of the work contained in the contract documents must be directed to John Mulkey, P.E., Street Systems Project Engineer, by facsimile at (253) 835-2709, or by letter addressed to John Mulkey, P.E., Street Systems Project Engineer prior to bid opening date. BID DOCUMENTS: Free -of -charge access to project bid documents (plans, specifications, addenda, and Bidders List) is provided to Prim ` Prime Bidders, Subcontractors, and Vendors by going to www.bxwa.com and clicking on "Posted Projects". Public Works". and City of Federal Way". This online plan room provides Bidders with fully usable online documents with the ability to: download, view, print, order full/partial plan sets from numerous reprographic sources, and a free online digitizer/take-off tool. It is recommended that Bidders "Register" in order to receive automatic e-mail notification of future addenda and to place themselves on the "Self -Registered Bidders List." Bidders that do not register will not be automatically notified of addenda and will need to periodically check the on-line plan for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303 should you require assistance with access or registration. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 5 June 2016 RFB ver. 4-16 An informational copy of plans, specifications, and addenda are also available for viewing only at the Public Works Department, Federal Way City Hall, 33325 8th Avenue South, Federal Way, Washington. The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The City encourages minority and women -owned firms to submit bids consistent with the City's policy to insure that such firms are afforded the maximum practicable opportunity to compete for and obtain public contracts. The Contractor will be required to comply with all local, State, and Federal laws and regulations pertaining to equal employment opportunities. The City anticipates awarding this project to the successful bidder and intends to give Notice to Proceed as soon as the Contract and all required associated documents are executed in full. However, regardless of the date of award, or Notice to Proceed, the Contractor must complete all work under this project within the specified working days. RESERVATION OF RIGHTS: The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. No bidder may withdraw his or her bid for ninety (90) days after the hour set for the opening thereof. Dated the 1st day of July, 2016. Dates of Publication: Daily Journal of Commerce: July 2, 2016 July 9, 2016 Federal Way Mirror: July 8, 2016 July 15_, 2016 City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 6 June 2016 ' RFB ver. 4-16 BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms, which must be executed in full as required and submitted as part of the bid. Failure to comply shall result in rejection of any bid not so complying. ❑ Bid Form (Attachment B) The Bid Form shall be completed and fully executed, including filling in the total bid amount. ❑ Bid Schedule (Attachment C) The unit prices shall be set forth in the space provided. ❑ Bid Signature Page (Attachment D) The Bid Signature Page shall be filled in and fully executed by the bidder. ❑ Bid Bond Form (Attachment E) This form is to be executed by the bidder and the surety company unless a certified check is submitted with the bid. The amount of this bond or certified check shall not be less than five percent (5%) of the total bid amount and shall be shown in both words and figures. ' ❑ Subcontractor List (Attachment F) The Subcontractor List shall be filled in by the bidder. ❑ Non -Collusion Declaration and Notice to All Bidders (Attachment G) Failure to return this Declaration as part of the bid proposal package will make this bid non- responsive and ineligible for award. ❑ Disadvantaged Business Enterprise Utilization Certification (Attachment H) This form will demonstrate how you will meet the DBE Condition of Award. ❑ Disadvantaged Business Enterprise Written Confirmation Document (Attachment I) Complete this form for every DBE listed on the DBE Utilization Certification. The "Description of Work" and "Amount to be Applied Toward Goal" must match between DBE Utilization certification and the DBE Written Confirmation Document or your bid may be rejected. ❑ Contractor's Certificate of Registration The bidder shall provide a copy of Contractor's current registration with the State of Washington. ❑ Contractor's State Identification Numbers The bidder shall provide a copy of Contractor's current state unified business identifier number and, as applicable, an employment security department number and state excise tax registration number. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 7 RFB ver. 4-16 RFB # 16-006 June 2016 SUCCESSFUL BIDDER'S CHECKLIST The following documents are to be executed and delivered to the City within ten (10) calendar days after the Bid is awarded: ❑ Public Works Contract (Attachment 3) The successful bidder will fully execute and deliver to the City the Pacific Highway South HOV Lanes Phase V (S 340th Street to S 359th Street) Public Works Contract ("Contract's from these Bid Documents. ❑ Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment (Exhibit C) If this applies, the successful bidder will sign and post copies of this Notice in conspicuous places available to employees or applicant for employment. ❑ Certificate of Insurance (Exhibit D) The successful bidder will provide a Certificate of Insurance evidencing the insurance requirement set forth in the Contract. ❑ Performance/ Payment Bond (Exhibit E) The successful bidder will provide a fully executed Performance/Payment Bond as appropriate. ❑ Business License The successful bidder will provide a copy of a current Business License with the City of Federal Way. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 8 June 2016 ' RFB ver. 4-16 SECTION 1: INSTRUCTIONS TO BIDDERS t1-1 Time and Place for Submission and Opening of Bids ' Sealed bids must be submitted by 10:00 a.m. local time on July 29, 2016, to the Purchasing Office of the City of Federal Way (the "City', located on the second floor of City Hall, or received by US Mail at City of Federal Way, Purchasing Office, 33325 8th Avenue S, Federal Way, Washington, 98003-6325, and will be publicly opened and read aloud in City Hall Council Chambers on July 29, 2016, at 10:10 a.m. local time. ' The City's Purchasing Coordinator must receive the sealed bid before the time and date specified in order to be considered. Telex or facsimile bids will not be accepted. The bidder accepts all risks of late delivery of mailed bids or of misdelivery regardless of fault. Late bids will be returned unopened. If, after reviewing this document the bidder chooses not to submit a bid, the bidder may ' complete and return the "No Bid Response Form" provided as Attachment "A" by the date and time indicated above. ' 1-2 Bid Form Bids shall be made on the "Bid Form" (Attachment "B'� issued by the City as part of these contract documents, without reservation or amendment. Bids must be typewritten or printed ' in ink. Upon completion, the Bid Form and the bid bond or certified check and any requested information shall be placed in a sealed envelope. On the outside of the envelope, place the bid name, bid number and the time bids are due. ' 1-3 Bid Signature All bids shall give the total bid price and shall be signed in ink by the bidder or their authorized representative, with the address. If the bid is made by an individual, the name, signature, and address must be shown. If the bid is made by a firm or partnership, the name and address of the firm or partnership and the signature of at least one of the general partners must be shown. If the bid is made by a corporation, the bid shall show the title of the person authorized to sign on behalf of the corporation, his or her title and the address. The City reserves the ' right to request documentation showing the authority of the individual signing the bid to execute contracts on behalf of anyone, or any entity, other than himself/herself. Refusal to provide such information upon request may cause the bid to be rejected as nonresponsive. 1-4 Bid Withdrawal Due to Error ' Bids may not be withdrawn due to a claim of error in a bid unless written notice of such claim and supporting evidence for such claim including cost breakdown sheets are delivered to the City forty-eight (48) hours prior to the opening of bids. ' 1-5 Modification of Bid City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 9 June 2016 RFB ver. 4-16 A modification of a bid already received will be considered only if the modification is received prior to the time announced for bid opening. All modifications shall be made in writing, executed, and submitted in the same form and manner as the original bid. 1-6 Examination of Bid and Contract Documents — Bidder Responsibilities The submission of a bid shall constitute an acknowledgment upon which the City may rely that the bidder has thoroughly examined and is familiar with the bid and contract documents and has reviewed and inspected all applicable federal, state and local statutes, regulations, ordinances and resolutions dealing with or related to the equipment and/or services to be provided herein. The failure or neglect of a bidder to examine such documents, statutes, regulations, ordinances or resolutions shall in no way relieve the bidder from any obligations with respect to the bidder's bid or the contract documents. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any contract documents, statutes, regulations, ordinances or resolutions. Bidders shall visit delivery and service locations(s) as required. Bidders shall become familiar with and verify any environmental factors, which may impact current or future prices for this requirement. 1-7 Interpretation of Bid and Contract Documents No oral interpretations will be made to any bidder as to the meaning of the bid or contract documents and no oral communications will be binding upon the City. Requests for an interpretation shall be made by facsimile, or by mail, and received by the Project Engineer at least ten (10) days before the date announced for opening the bids. Any interpretation deemed necessary by the City will be in the form of an addendum to the bid documents and when issued will be sent as promptly as is practical to all parties to whom the bid documents have been issued. All such addenda shall become part of the bid. 1-8 Addenda Each bid shall include acknowledgment of receipt and review of all addenda issued during the bidding period on the Bid Form. 1-9 Bid Price The bid price shall include everything necessary for the completion of the contract including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all management, superintendence, labor and service, except as may be provided otherwise in the contract documents. All Washington State sales tax and all other government taxes, assessments and charges shall be included in the various Bid item prices as required by law except Schedule B of the Bid Proposal. Sales Tax for Schedule B will be accounted for as part of the total schedule cost. The offer shall remain in effect ninety (90) days after the bid opening. In the event of a discrepancy between a unit price and an extended amount and/or the total price, the unit price will govern and the extended amount and/or total price will be corrected accordingly; however, downward correction of a bid, which would displace the apparent low bidder, will only be permitted if the error made and the intended bid price can be determined solely from the bid documents. 1-10 Postponement of Bid Opening 11 r L F C r_ City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 10 June 2016 ' RFB ver. 4-16 The City reserves the right to postpone the date and time for the opening of bids by ' announcing such postponement at any time prior to the date and time announced in these documents. 1 1-11 Rejection of Bids A. The City reserves the right to reject any bid for any reason including, but not limited to, the following: any bid which is incomplete, obscure, irregular or lacking necessary detail and specificity; any bid which omits a price on any one or more items on the Bid Form and Bid Schedule; any bid in which prices are unbalanced in the opinion of the City; any ' bid accompanied by insufficient or irregular bid bond; any bid from bidders who (in the sole judgment of the City) lack the qualifications and/or responsibility necessary to perform the work after considering the elements in Section 1-14.B; any bid for which a bidder fails or neglects to complete and submit any qualifications information within the time specified by the City and as may be otherwise required herein; and, any bid submitted by a bidder who is not registered or licensed as may be required by the laws of the State of Washington. B. The city further reserves the right to reject any portion of any bid and/or to reject all bids. ' In consideration for the City's review and evaluation of its bid, the bidder waives and releases any claims against the City arising from any rejection of any or all bids. 1-12 Alterations to Documents Prohibited Any addition, limitation or provision attached to the bid may render it informal or nonresponsive and cause its rejection. Alteration by erasure or interlineations must be explained or noted in the bid form over the signature of the bidder. No oral, telegraphic or telephonic bids or modifications will be considered. 1 1-13 Disqualification of Bidder If, in the opinion of the City, there is reason to believe that collusion exists among bidders, none of the bids of the participants in such collusion will be considered. All bidders are required to submit the Affidavit of Non -Collusion (Attachment G) with their bids. ' 1-14 Evaluation of Bids It is the intent of City to award a contract to the lowest responsive bid by a responsible bidder ' as evaluated by the City. The bidder may be required by the City to submit documentation demonstrating compliance with the criteria. ' A. Responsiveness — The bidder must complete all required forms and bid documents and provide all required and requested information. Refusal to provide such information may cause the bid to be rejected. The City will consider all the material submitted by the bidder ' to determine whether the bid is in compliance with the bid terms and documents and responsive to the requested work. ' B. Responsibility — The City will consider all the material submitted by the bidder, and other evidence it may obtain including information from previous project owners, to determine whether the bidder is responsible. The bidder must meet the following bidder City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page I 1 June 2016 RFB ver. 4-16 responsibility criteria and supplemental bidder responsibility criteria to be considered a responsible bidder: Mandatory Bidder Responsibility Criteria a. Have a current certificate of registration as a contractor in compliance with Chapter 18.27 RCW, which must have been in effect at the time of bid submittal; b. Have a current Washington Unified Business Identifier (UBI) number; C. If applicable: i. Have Industrial Insurance (workers' compensation) coverage for the bidder's employees working in Washington, as required in Title 51 RCW; ii. Have a Washington Employment Security Department number, as required in Title 50 RCW; iii. Have a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW; d. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). 2. Supplemental Bidder Responsibility Criteria a. The bidder shall not have a record of excessive claims filed against the retainage, payment, or performance bonds for public works projects during the previous three years, that demonstrate a lack of effective management by the bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances acceptable to the City. b. The bidder shall have a reasonable history of successfully completed projects of a similar size and scope as required by the contract documents for this project. The City will evaluate whether the projects were "successfully completed" and of a "similar size and scope." c. The bidder shall have evidence that it is able to begin and complete the work, and complete it in a timely fashion. 3. As evidence that the bidder meets the supplemental bidder responsibility criteria in paragraph (B)(2) above, the apparent low bidder must submit the following documentation to the City within 48 hours of the bid opening. The City reserves the right to request such documentation from other bidders also. Refusal to provide such information upon request may cause the bid to be rejected. a. The bidder shall submit a list of the public works projects completed within the previous three years and include for each project the following information; the owner and contact information for the owner; a list of claims filed against the retainage, payment, or performance bond for any of the projects listed; a written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. b. The bidder shall submit a list of projects of similar size and scope to this project and include information about each project, including the following: the owner and contact information for the owner; the awarded contract amount; the final contract amount; a description of the scope of the project and how the project is similar to this project; the bidder's assessment of its performance of each project. The information should include any information regarding performance in the following areas; quality control; safety record; timeliness of performance; use of skilled personnel; management of City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 12 June 2016 RFB ver. 4-16 l L 1 u 1 u l subcontractors; availability of and use of appropriate equipment; compliance with contract documents; management of submittals process, change orders, and close-out. c. The bidder shall furnish acceptable evidence of the bidder's current ability to perform, such as firm commitments by subcontractors, equipment, supplies and facilities, and the bidder's ability to obtain the necessary personnel. 4. If the City determines the bidder does not meet the bidder responsibility criteria in paragraph (B)(2) above and is therefore not a responsible bidder, the City shall notify the bidder in writing with the reasons for its determination. If the bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the City's determination by presenting additional information to the City and meeting the requirements of section 1-20(B). The City will consider the additional information before issuing its final determination. If the final determination affirms that the bidder is not responsible, the City will not execute a contract with any other bidder until two business days after the bidder determined to be not responsible has received the final determination. C. Lowest Bid — The lowest bid shall be determined as set forth on the Bid Form. ' The acceptance of a bid will be evidenced by a Notice of Award. No other act of the City shall constitute acceptance of a bid. Within ten (10) days after receipt of Notice of Award, the bidder whose bid is accepted, shall furnish the required performance bond, certificate ' of insurance, execute the contract and perform all other acts required by the bid and contract documents as conditions precedent to formation of the contract. ' 1-15 Procedures When Only One Bid is Received L'i n In the event only a single responsive bid is received, the City reserves the right to conduct a price and/or cost analysis of such bid. The sole bidder shall provide such information, data and other documentation as deemed necessary by the City for such analysis. The City reserves the right to reject such bid. 1-16 Bid Documents Bidders are required to submit with the bid package the following: A. AttachmentA — No Bid Response Form, if applicable. B. AttachmentB— Bid Form. C. Attachment C— Bid Schedule. D. AttachmentD— Bid Signature Page. E. Attachment E— Bid Bond Form. F. Attachment F— Subcontractor List. G. Attachment G— Non -Collusion Declaration and Notice to All Bidders. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 13 RFB ver. 4-16 RFB # 16-006 June 2016 H. AttachmentH— Disadvantaged Business Enterprise Utilization Certification. I. Attachment -T— Disadvantaged Business Enterprise Written Confirmation Document 1-17 Conflicts of Interest and Noncompetitive Practices By submitting a bid, the Contractor agrees as follows: A. Conflict of Interest — That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest which conflicts in any manner or degree with the work, services, equipment or materials required to be performed and/or provided under this contract and that it shall not employ any person or agent having any such interests. In the event that the Contractor or its agents, employees or representatives hereafter acquires such a conflict of interest, it shall immediately disclose such interest to the City and take action immediately to eliminate the conflict or to withdraw from this contract, as the City may require. B. Contingent Fees and Gratuities 1. That no person or selling agency except bona fide employees or designated agents or representatives of the Contractor have been employed or retained to solicit or secure this contract with an agreement or understanding that a commission, percentage, brokerage, or contingent fee would be paid; and 2. That no gratuities in the form of entertainment, gifts or otherwise, were offered or given by the Contractor or any of its agents, employees or representatives, to any official, member or employee of the City or other governmental agency with a view toward securing this contract or securing favorable treatment with respect to the awarding or amending, or the making of any determination with respect to the performance of this contract. 1-18 Bid Security No bid will be considered unless accompanied by either a cashier's or certified check in an amount equal to five percent (5%) of the Total Bid Price as indicated on Attachment B, "Bid Form," or a bid bond in the form of Attachment E or a letter of credit for a like amount. The check or bond shall be payable to the City; it shall be forfeited as fixed and liquidated damages in case the bidder fails, neglects or refuses to enter into a contract for the faithful performance of said work (including the providing of any evidence of insurance and/or performance bond required herein), in the event the contract is awarded to them, within ten (10) days after the award is made. If a bid bond is submitted in lieu of a check, it shall be executed by a corporate surety authorized to transact business in the State of Washington and in the form prescribed in Attachment E, "Bid Bond." If a letter of credit is offered in lieu of a check or bidder's bond, it shall be issued as an irrevocable documentary letter of credit drawn on a banking institution licensed to do business in the State of Washington. The letter of credit shall include instruction and provisions prescribed in Attachment E, "Bid Bond." Any questions as to the qualification of the banking institution or instruction shall be submitted to the City at least ten (10) days prior to the bid submittal date. The check, bidder's bond or letter of credit shall be attached to the bid form. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 14 June 2016 RFB ver. 4-16 G t C The City further reserves the right to hold all bids (and the accompanying bid security) from ' the date of the bid opening until the contract and any performance/payment bond are executed, provided that such period does not exceed ninety (90) days, and each bid shall remain effective during that period. ' 1-19 Performance/ Payment Bond The bidder to whom the City has awarded this Contract will remove the Performance/Payment Bond (Exhibit E) attached to the Public Works Contract and deliver it to the City fully executed by the bidder and a surety company in the amount of one hundred percent (100%) of the contract price as security for the faithful performance of the work including the payment of all persons furnishing materials and performing labor on the work and all payments arising from the performance of the work due the State of Washington pursuant to Titles 50 and 51 RCW. Such bond must be executed by a duly licensed surety company, which is registered with the Washington State Insurance Commissioner, and the surety's name shall appear in the current Authorized Insurance Company List in the Sate of Washington, published by the ' Office of the Insurance Commissioner. The scope of the Performance/Payment Bond (Exhibit E) shall in no way affect or alter the liabilities of the Contractor to the City under Section 8 "Indemnification" of the Public Works Contract. Ll 1 1 7 The City may require the surety company to appear and qualify itself upon the bond. If, at any time, the City determines in its sole judgment that the surety company is insufficient, the City may require the Contractor to furnish additional surety in form and arrangement satisfactory to the City and in an amount not exceeding that originally required. The Contractor shall submit a performance bond complying with the requirements of this paragraph within ten (10) days after the award is made. Payments will not be made on the Contract until sufficient surety as required is furnished. 1-20 Bid Dispute A. Any actual or prospective bidder, including sub -contractors and suppliers showing a substantial economic interest in this contract who is aggrieved in connection with the solicitation or award of this contract, may protest to the City in accordance with the procedures set forth herein. Protests based on the specifications or other terms in the contract documents, which are apparent prior to the date established for submittal of bids, shall be submitted not later than ten (10) calendar days prior to said date, or shall be deemed waived. All other protests shall be accepted only from actual bidders and shall be submitted within five (5) calendar days after the aggrieved person knows or should have known of the facts and circumstances upon which the protest is based; provided, however, that in no event shall a protest be considered if all bids are rejected or after the award of this contract. B. In order to be considered, a protest shall be in writing and shall include: (1) the name and address of the aggrieved person; (2) the RFB number and contract title under which the protest is submitted; (3) a detailed description of the specific grounds for protest and any supporting documentation; and (4) the specific ruling or relief requested. The written protest shall be addressed to: City of Federal Way Federal Way, Washington 98003-6325 City of Federal Way Pacific Highway South HOV Lanes Phase V Page 15 RFB ver. 4-16 RFB # 16-006 June 2016 Attention: Bid Protest -- Pacific Highway South HOV Lanes Phase V (S 340th Street to S 359th Street) RFB # 16-006 C. Upon receipt of a written protest, the City will promptly consider the protest. The City may give notice of the protest and its basis to other persons, including bidders involved in or affected by the protest; such other persons may be given an opportunity to submit their views and relevant information. If the protest is not resolved by mutual agreement of the aggrieved person and the City, the City will promptly issue a decision in writing stating the reasons for the action taken and informing the aggrieved person of his or her right to appeal the decision to the Mayor or his or her designee. A copy of the decision shall be mailed (by certified mail, return receipt requested) or otherwise promptly furnished to the aggrieved person and any other interested parties who requested a copy of the decision. The decision will be considered final and conclusive unless appealed within five (5) calendar days after receipt of the decision to the Mayor or his or her designee. If the decision is appealed, then the subsequent determination of the Mayor or his or her designee shall issue within five (5) days of the Mayor's receipt of the appeal and shall be final and conclusive. D. Failure to comply with these protest procedures will render a protest untimely or inadequate and shall result in rejection thereof by the City. SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 2-1 Administration This contract will be between the City and the Contractor who will be responsible for delivering all equipment and performing all work and services described herein. The City is not parry to defining the division of work between the Contractor and the Contractor's subcontractors, if any, and the specifications have not been written with this intent. The Contractor represents that it has or will obtain all personnel and equipment required to perform the services hereunder. Such personnel shall not be employees of the City. The Contractor's performance under this contract will be monitored and reviewed by John Mulkey, P.E., Street Systems Project Engineer. Questions by the Contractor regarding interpretation of the terms, provisions and requirements of this contract shall be addressed to John Mulkey, P.E., Street System Project Engineer, for response. 2-2 Proof of Compliance with Contract In order that the City may determine whether the Contractor has complied with the requirements of the contract documents, the Contractor shall, at any time when requested, submit to the City properly authenticated documents or other satisfactory proofs as to the Contractor's compliance with such requirements. 2-3 Contract Documents and Precedence The documents embodying the legally binding obligations between the City and the Contractor for completion of the work consist of the following: The City's Request for Bid, Bid Form, Bid Signature Page, Instructions to Bidders, Bid Bond, Pacific Highway South HOV Lanes Phase V (S 3401h Street to S 359th Street) Contract, General Contractual Terms and Conditions, Non- City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 16 June 2016 RFB ver. 4-16 �J L J Collusion Declaration and Notice to All Bidders, Disadvantaged Business Enterprise Utilization ' Certification, Disadvantaged Business Enterprise Written Confirmation Document, Addenda and Change Orders, and the Pacific Highway South HOV Lanes Phase V (S 3401h Street to S 359th Street) Special Provisions, Notice of Completion of Public Works Contract attached as ' Exhibit A, Contract Change Order Agreement attached as Exhibit B, Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment attached as Exhibit C, Certificate(s) of Insurance Form attached hereto as Exhibit D, Performance / Payment Bond ' attached hereto as Exhibit E, Title VI Assurances attached hereto as Exhibit F, FHWA 1273 attached as Appendix A, current Prevailing Wage Rates attached as Appendix B, Pierce Transit Standards as Appendix C, WSDOT Standard Plans as Appendix D, Federal Way Standard ' Details attached as Appendix E, Lakehaven Utility District Water Line Standards attached as Appendix F, Construction Storm Water General Permit attached as Appendix G, 2016 WSDOT / APWA Standard Specifications for Road, Bridge and Municipal Construction. The contract ' documents are intended to be complementary so that what is required by any one of them shall be as binding as if called for by all of them. In the event of any conflicting provisions or requirements within the several parts of the contract documents, the City will issue an ' interpretation regarding the controlling provision, which interpretation shall be binding. 2-4 Charges to Contractor Charges which are the obligation of the Contractor under the terms of the contract shall be paid by the Contractor to the City on demand and may be deducted by the City from any money due or to become due to the Contractor under the contract and may be recovered by the City from the Contractor or its surety. ' 2-5 Washington State Sales Tax The Contractor shall make payment directly to the State for all applicable Washington State ' sales taxes and all other governmental taxes, assessments and charges. 2-6 Shipping Charges All prices shall include freight. Requests for additional compensation for freight charges will be rejected by the City. 2-7 No Waiver of Warranties and Contract Rights Conducting of tests and inspections, review of specifications or plans, payment for goods or services, or acceptance by the City does not constitute a waiver, modification or exclusion of any express or implied warranty or any right under this contract or in law. ' 2-8 Legal Relations The Contractor shall comply with all of the City's resolutions and regulations applicable under ' this contract and with any local, state or federal law or regulation applicable to the materials, equipment or service provided under this contract. Neither the Contractor nor the City shall assign any interest, obligation or benefit under or in this contract or transfer any interest in the same, whether by assignment or novation, without prior written consent of the other party. This contract shall be binding upon and inure to the benefit of the successors of the parties. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Paye 17 June 2016 RFB ver. 4-16 2-9 Applicable Law and Forum Except as hereinafter specifically provided, this contract shall be governed by and construed according to the laws of the State of Washington including, but not limited to, the Uniform Commercial Code, Title 62A RCW. Any suit arising herefrom shall be brought in King County Superior Court, which shall have sole and exclusive jurisdiction and venue. 2-10 Hazardous Chemical Communication In order to comply with WAC 296-62-054, Hazard Communication, the Contractor shall submit with each shipment a Material Safety Data Sheet (MSDS) for all products containing any toxic products that may be harmful to the end user. The MSDS Sheet is to accompany the toxic product(s) to the specified delivery sites. Include the following information in the MSDS: A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the MSDS. B. If the product is actually used diluted, the dilution rate should be so stated in the MSDS and the hazards and corresponding personal protection, etc., also be listed C. A statement as to the intended use of the product. 2-11 Force Majeure The Contractor's or City's failure to perform any of its obligations under this contract shall be excused if due to causes beyond the control and without the fault or negligence of the Contractor or City, respectively, including, but not restricted to, acts of God, acts of public enemy, acts of any government, fire, floods, epidemics, and strikes. 2-12 Patents, Copyrights and Rights in Data Any patentable result or material suitable for copyright arising out of this contract shall be owned by and made available to the City for public use, unless the City shall, in a specific case where it is legally permissible, determine that it is in the public interest that it not be so owned or available. The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes and other work submitted or which is specified to be delivered under this contract, whether or not complete (referred to in this subsection as "Subject Data', shall be vested in the City or such other local, state or federal agency, if any, as may be provided by separate contract with the City. All such Subject Data furnished by the Contractor pursuant to this contract, other than documents exclusively for internal use by the City, shall carry such notations on the front cover or a title page (or in such case of maps, in the same block) as may be requested by the City. The Contractor shall also place their endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by the City prior to printing. J City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 18 June 2016 ' RFB ver. 4-16 L The Contractor shall ensure that substantially the foregoing paragraphs are included in each subcontract for the work on the project. 2-13 Patents and Royalties The costs involved in license fees, royalties or in defending claims for any patented invention, article, process or method that may be used in or connected with the work under this contract or with the use of complete work by the City, shall be paid by the Contractor. The Contractor and the Contractor's sureties shall, at their own cost, defend, indemnify and hold the City, together with its officers and employees, harmless against any and all demands made for such fees, royalties or claims brought or made by the holder of any invention or patent. Before final payment is made on the account of this contract, the Contractor shall, if requested by the City, furnish acceptable proof of a proper release of the City, its officers, agents and employees from all such fees or claims. Should the Contractor, its agent, servants or employees, or any of them be enjoined from furnishing or using any invention, article, material, computer programs or equipment supplied or required to be supplied or used under the contract, the Contractor shall promptly substitute other articles, materials, computer programs or equipment in lieu thereof of equal efficiency, quality, finish, suitability and market value, and satisfactory in all respects to the City. 2-14 Disagreements, Disputes, Claims, and Appeals ' If any disagreements occur with anything required in a change order, another written order, or an oral order from the Project Engineer, including any direction, instruction, interpretation, or determination by the Project Engineer, the Contractor shall follow the procedures outlined ' in Standard Specification Sections 1-04.5 and 1-09.11, which are incorporated by this reference. ' By failing to follow the procedures of Sections 1-04.5 and 1-09.11, the Contractor completely waives any claims for protested Work. ' Any claims or causes of action shall be brought only in the Superior Court for King County, Washington. 2-15 Recycled Products The Contractor shall use recycled paper for proposals and for any printed or photocopied material created pursuant to a contract with the City whenever practicable and use both sides of paper sheets for reports submitted to the City whenever practicable. In the event this RFB covers the sale of product to the City that is capable of containing recycled materials, Contractor is hereby advised that the City intends to procure products with recycled content, pursuant to the recycled content notice delivered with these bid documents. Contractor shall certify the percentage of recycled content and products sold to the City, including a percentage of post -consumer waste that is in the product. This certification is required to be in the form of a label on the product or a statement by the Contractor attached to the bid documents. The certification on multi-component or multi -material products shall verify the percentage and type of post -consumer waste and recycled content by volume contained in the major constituents of the product. The Contractor agrees to grant the City, as a procuring agency, permission to verify the certification of recycled content by review of City of Federal Way Pacific Highway South HOV Lanes Phase V Page 19 RFB ver. 4-16 RFB # 16-006 June 2016 the bidder's or manufacturer's records as a condition of any bid award, in the event of a bidder's protest, or other challenge to the bid accepted. I 7 1 F1 City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 20 June 2016 ' RFB ver. 4-16 1 AttachmentA NO BID RESPONSE FORM When submitting a "No Bid," mail this completed form to Federal Way Purchasing, 33325 8th Avenue South, Federal Way, Washington 98003-6325. Be sure the form is in a sealed envelope With the bid number and bid title indicated on the outside of the envelope. The form must be received'by the date and time specified for the bid opening as indicated in Section 1-1. Failure to return this form if not submitting a formal bid, may result in your firm being removed from the City's master bidder's mailing list. Bid Number: RFB No. 16-006 ' Bid Title: Pacific Highway South HOV Lanes Phase V (S 3401' Street to S 359th Street) ❑ Cannot comply with specifications. ' ❑ Cannot meet delivery requirement. ❑ Do not regularly manufacture or sell the type of commodity involved. ' u Other (please specify). ' Explanation of reason(s) checke i Check one of the following: u WE DO ' ❑ WE DO NOT desire to be retained on the mailing list for future procurements of this commodity. Firm Name: Address: Phone: 1 Signature Name (Type or Print) Date Title City of Federal Way Pacific Highway South HOV Lanes Phase V Page 21 RFB ver. 4-16 Page 21 Attachment A No Bid Response Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wvwv.bxwa conn RFB # 16-006 June 2016 Always Verify Scale Atbchment B BID FORM CITY OF FEDERAL WAY BID FORM IBidder: Graham Contracting Ltd, Date: July 29, 2016 ITEM BID AMOUNT A Schedule A Roadway Improvements . 00 B) Schedule B Lakehaven Utility District Washington State Sales Tax TOTAL SCHEDULE B $ $ $ , ;Z�f`G - r -1P &:t" - 00 C Comcast Undergrounding $ :7 9ca . co O D Puget Sound Energy Undergrounding $ 3,t 7. 00 E Centu Link Undergrounding $ / 3s 3 oZ(P . O 0 TOTAL BID AMOUNT (including Washington State sales tax, all other government taxes, assessments and charges) $ O To City Council Members City of Federal Way 33325 8th Ave South Federal Way, Washington 98003-6325 Pursuant to and in compliance with your advertisement for bids for construction of Pacific Highway South HOV Lanes Phase V (S 34011 Street to S 359" Street), and other documents relating thereto, the undersigned has carefully examined all of the bid and contract documents as the premises and conditions affecting the delivery, supply and maintenance of Pacific Highway South HOV Lanes Phase V (S 34011' Street to S 359"' Street), and hereby proposes to furnish all labor, materials and perform all work as required in strict accordance with the contract documents, for the above -referenced amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges as required by law. The required bid security consisting of a certified check, bid bond, or cashiers check in an amount of t not less than five percent (5%) of the total amount bid is attached hereto, which it is agreed shall be collected and retained by the City as liquidated damages in the event this bid is accepted by the City within forty-five (45) calendar days after the day of the bid opening and the undersigned fails to execute the Pacific Highway South HOV Lanes Phase V (S 34011 Street to S 359"' Street Public Works ' Contract and to provide the required certificate of insurance to the City, under the conditions thereof, within ten (10) calendar days after the Notice of Award; otherwise said Bid Security will be returned to the undersigned. Bond or Certified Check Bid Bond Dollars ($ 5% ) The Bidder shall complete this entire Bid Form or this bid may be considered non-responsive. The ' City may correct obvious mathematical errors. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 22 June 2016 RFB ver. 4-16 age 22 Attachment B Bid Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 1 1 1 The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. Receipt of the following Addendums is hereby acknowledged: Addendum No. 1 Date Issued: July 21, 2016 Addendum No. _2_ Date Issued: JuJ22, 2016 Addendum No. _3_ Date Issued: JuIv25 2016 _ Addendum No. 4_ Date Issued: Jujy 26, 2016 _ Addendum No. -5- Date Issued: Jud 27 2016 _ Corporation/PaFtReFsh'olnsd*-Pid- al (Delete Two) GRAHACM954CG ' Bidder's State License No. 602136692 Bidder's State Tax No. _ Graham C Firm Name Signatuk" Director of Esti Title ' City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 23 June 2016 ' RFB ver 4-16 Page 3 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 1 1 1 1 A ttachment C BID SCHEDULE CITY OF FEDERAL WAY Pacific Highway South NOV Lanes Phase V (S 340th St to S 359th St) SCHEDULE A -ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. City of Federal Way ' Pacific Highway South HOV Lanes Phase V 24 Page 2 .- -�,.,. ..- �-- •----.-__.r:.:___ n_.__...._..r _..., ,...... r...,.,.. ..,.... A6 ...... 1-4-C-1- RFB #16.006 June 2018 NOTEM S C ITEM DESCRIPTION UNIT OUA T1TY UNITPRICE OOLLARS CENTS DOLLROX. UNT ARS CENTS F 1-05 Construction Surveying LS 1 / /YY� L f �'�/ h_ 1.05 As-Bult Survey and Record Drawings LS 1 ,�--Lr cmL'J/ A3 1-05 Audio 1 Video Taping LS 1 �71/0�1� A4 1-07 Health and Safety Plan LS 1 `'rte -7 Dl'a ,.-- A5 1-07 FA Site Cleanup For No And Physical Hazards EST 1 S 2,500.00 $ 2,50000 A6 1-07 Training HR 1,500 /, OV Ir k ✓ A7 1-07 SPCC Plan LS 1 "Jr CM A8 1-08 Type 6 Progress Schedule (Min Bid $10.000) LS 1 !r � r ,O' cyan o J L A9 1-09 6lobilizefion, Schedules A C,QE LS 1 / A10 1-09 Field Office Building L9 1 15r, CUD All 1-10 Off -Duty Unffonncd Police Officer EST 1 S 75,000 00 S 75,000.00 Al2 1-10 TfafficControl Supervisor LS 1 2.n/�CC[ .- LL t6.r �C��GC CjM A13 1-10 Fleggers and Spotters HR 14,000 �, A14 1-10 Other Traffic Control tabor HR 3 nn0 A15 1-10 Otter Temporary Traffic Control LS 1 lCtl ff-1G) /Cr/00C IL:, A16 1-10 Construction Signs Class A SF 200 �� r C("`, �� ✓ A17 1-10 Sequential Arrant' Sign HR 5.590 A18 1.10 Portable Changeable Message Sign HR 25.000 A19 1-10 Business Accoss Sign EA 40 It -t- , Ct A20 1-10 Temporary No Parking Sign EA 12 1-7y, cc, A21 2.01 Clearing and Grubbing LS 1 ct4 r Zr- A22 2.01 Roadside Cleanup EST 1 S 5,00000 S 5,00000 A23 2-02 Removal of Structures and Obstructions LS 1 A24 2-02 Sawcutling SF 29,000 A25 2-02 Remove Existing PSE Gas Pipe LF 560 �Y 1A y)f r r I A26 2-02 Remove Existing Catch Basin EA 109 r CVr A27 242 Remove Existing Storm Sewer Pipe LF 8,714 A28 242 Improvements Removal and Relocation of Existing Pnyate EST 1 $ 20,00 -DO S 20,000.00 City of Federal Way ' Pacific Highway South HOV Lanes Phase V 24 Page 2 .- -�,.,. ..- �-- •----.-__.r:.:___ n_.__...._..r _..., ,...... r...,.,.. ..,.... A6 ...... 1-4-C-1- RFB #16.006 June 2018 SCHEDULE A - ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax fTEb) NO. SPEC; NO. 7EM DESCRIPTION UNIT APPROX.UNIT QUANTITY PRICE DOLLARS CENTS AMOUNT DOLLARS CENTS A29 2.02 Remove Pavement Markings LS 1 W',, A30 2.03 Gravel Sorrow Incl Haul TN 9 220 I .�� r o /C {�'-,kr A31 2-03 Gravel Borrow for Trench Backfill Incl. Haul IN 15,550 l r " / e),2 A32 2.03 Road"y Excavation Incl, Haul CY 31,220 /7, cc)/� ' `•'� A33 2-03 Unsuitable Foundation Excavation Incl, Haul CY 67U ��r cr r �j A34 2-09 Removal and Dclposal ofConlaminated Soil EST 1 $ 10.000.00 S 10.000:00 A35 2-09 Structure Excavation Class 8 incl Haul for Undergro ndirg of Overhead Utilities CY 9200 Z-5! �!1-'�I- ` L- ! C ' A36 2-09 Structure Excavation Cl B tncf. Haul for Stn,ctural Earth Wells �, fi60 h r dv L/�/q �/ jl %7rc 437 2-09 Shoring or trxkna Excavation Class B 9F 113.400 �J�' i J 5{�> ry��, A38 2-09 Shoring or Extra Excavation Cl. A LS 1 (xv A39 2-09 Controller} Density Fill CY 500 A40 4.04 Cruahed Surtacirg Base Course TGN 13 360 7f 1r ov A4_1 5114 Temporary Pavement TCN 1.000 /s-7+�rf- A42 5-04 HMA CI 1/2" PG 64-22 TON 9,230 7� r�3b Vi r A43 5-04 HMA far Preleveling CI. 12"' PG 84-22 TON 9 100 --71, A44 5-04 HMA CI. 1" PG 64-22 TON 8,960 n U✓� A45 5-04 Commercial HMA PG 64-22 TON 850 ` 'l� A46 5-04 Planing a tntinous Pavement S`! 47,890 r s V A47 5-05 Decorative Stamped Concrete Pavement SY 540 A48 6-02 CemarX Concrete Ft Wall CY 20 A49 6-02 Cament Cam. Pedestrian Rarnp LS 1 i A50 6.10 Temporary Cone. Barrier LF 500,/ , C, r Ir A51 6.13 Structural Earth Wall SF 2,210 A52 6-13 Modular Block Wall SF 3,470 f GLS A53 G13 Backfill for Structural Faith Well !ncl. Haul CY 710 f 0r A54 5-16 Shalt -30 Inch Olameter LF 1,800 r� --?1 A55 5-15 Furnishing Soldler Pile - W1 4)(30 Flange Beams LF 440 A56 6-16 Furnishing Soldier Pile - W14x38 Flange Beams LF 495`+ A57 6.16 Fumishing Soldier Pile - W14x46 Flange Beams LF 600 jo ZZ 7re A58 6-16 Furnishing Soldier File - W14x61 Flange Boerne LF 300 ?! b NV fL7 A59 6.16 Ftxnishing Soldier Pile - Wi 474 Flange Beams LF 150 �Z+ CL aty of Federal Way Pacific Highway South HOV Lades Phase V 25 RFB 816.006 June 2016 SCHEDULE A -ROADWAY IMPROVEMENTS All unit prices In Bid Schedule A shall include applicable sales tax ITEM NO. 11 SPEC NO. rM DESCRIPTION UNIT APPROX. QUANTITY UNIT PRICEAMOUNT DOLLARS CENTS DOLLARS CENTS A60 6-16 Timber Lagging SF 4,900 A61 6-16 Prefabricated Drainage Mat Sy 320 A62 6.16 Concrete Fascia Panel SF 4,820 / CC, ((ff A63 6-16 Removing Soldier Pile Shaft Obstructions EST 1 $ 10,00000 S 10,00000 A64 1 6-20 Handrailirg LF 220 1,20,aH A65 7-01 Drain Pipe 6 in. Diam LF 750 ! d� �9' A66 7-01 Reconnect Existing Misc Drainage EST 1 S 10,000 00 S 10,000 00 A67 7-01 Storrrwater Interception Trench LF 524 A68 7-04 Ductile Iron Storm Sewer Pipe 8 in Diam LF 293 100 r A69 7-04 Class IV Reinf Conc. Storm Sewer Pipe 121n Diam LF 6,021 A70 7.04 Class IV Reinf Conc Storm Sewer Pipe 18 In Diam LF 4,849 (, -3 01/ A71 7-04 Class IV Reinf Conc Storm Sewer Pipe 241n Diam LF 203 1 •_� A72 7-05 Catch Basin Type 1 EA 49 �jJ� JJJ 11YY A73 7-05 Catch Basin Type 1L EA 35 f , A74 7-05 Catch Basin Type 2 48 In Diam EA 59 N77f Of > A75 7-05 Catch Basin Type 2 54 In Diam EA 1 7 A76 7.05 Catch Basin Type 2 54 In Diam with Flow Restrictor EA 1 r A77 7-05 Catch Basin Type 2 721n Diam with Flow Restrictor EA 1 A78 7.05 Adjust Existing Storm Drainage Structure EA 24 A79 7-05 Adjust Monitoring Well EA 1 /' x/47✓ /' J']"%1 �� A80 7.05 Adjust Gas Valve EA 19 V ld r A81 7-05 Reconstruct Storm Drainage Structure EA 14 CM A82 7-05 Adjust Stormfilter and Flow Splitter Vaunts to Grade LS 1 / ; �� CMr / o A83 7-05 Connection to Existing Drainage Structure EA 25 I/r ote, r 261lcV Y• A84 7-05 Install Solid Cover on Existing Type 1 Catch Basin 64 6 (Lf A85 7-06 Stormwater Detention Pond LS 1 I / AO0 A86 7.09 Relocate Reduced Pressure Backflow, Device EA 1 a A87 7-12 Split Steel Casing 20 In. Diam LF 20 i A88 7-21 Catch Basin Insert For Oil Control EA 27 -77 . I i - A89 7-22 Storrnwater Media Filter (Filterra or Modular Wetland Unit) EA 16 ✓ /J•1� A90 7.22 Modular Welland 4 x 4 EA 13 City of Federal Way Pacific Highway South RF13 it16-006 HOV Lanes Phase V 26 June 2016 Page 4 'Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 1 SCHEDULE A -ROADWAY IMPROVENENTS All unit prices in Bid Schedule A shall include applicable sales tax NEOM SPO ITEM DESCRIPTION UNIT QUANTITY DOLLARS CENTS DoCRABSUNT CENTS A91 7.22 Modular Wetland 4x 6 EA 2 2_01 Crin may., Mo— 'qL/�61 .A92 7-22 Modular Wetland 4 x 15 EA 2 j�El CM A93 8-01 Stornwater Pollution Prevention Plan LS 1 A94 8-01 Temporary Detention/Retention SWPPP Control LS 1 Facilities A95 8-01 ESC Lead DAY 350 .7,�;, f IIS � A96 6-01 Biodegradable Erosion Control Blanket BY 2,778 z!/�VC7 �i A97 M1 Inlet Protection EA 316 �r ,t'u1 ?,•�-w / A98 8-01 Stabilized Construction En Entrance SY 300 Z h rj Y, er (/' / L L / A99 8-01 Silt Fence LF 2,900, A100 8-01 Wattle LF 1,000 s I A101 B-01 Temporary Curb LF 5,000 o e`tii Al 02 8-01 High Visibility Fence LF 3 404 Al 03 8-01 Seeding and Fertilizing AC 1 Al 04 8-01 Mulching with Moderate Term Mulch AC 1 / �O' k Al 05 B-02 Topsoil, Type A CY 2,025 2�(7, J A106 8-02 Bark Mulch CY 360 Al 07 8-02 Fine Compost CY 245 ` Al 08 B-02 Seeded Lawn Installation SY 670 , it / _3407 O A109 8-02 Sod Installation SY 3,850 q, ovQ 4 650 A110 8-02 PSIPE, Acer x freemanii'Jeffersre rl Autumn Blaze EA 112 � �5 1(o -Q Maple, 2 5" Cal., 12'-14' Ht , tp0 A111 8-02 PSIPE, Fraxinus oxycarpa'Raywood'/ Raywood Ash, EA 19.7,15,.00' O 2.5" Cal.. 12'-14' Ht (% Q�t� A112 8-02 PSIPE, Pyruscaileryana'Glen'sForriChanticleer EA 11 5D ^ Pear 2 5" f:al 12'-14' Ht q �Q Al 13 8.02 PSIPE, Malus'Adirondack'/ Adirondack Crabapple, 2" EA 36 Cal, 10'-12' Hl DT. `C G✓ Al 14 8-02 IPE, Calocedrus decurrens/ Incense Cedar, T-8' EP 2 PI Al 15 8-02 PSIPE, Physocarpus opulifolius'Little Devil'1 Little— Devil Ninebark 15"-18" Ht �s"4 1 Al 16 B-02 PSIPE Cornus stolonifera'Fa«owV Arctic Fire Red- EA 64 % Twig Dogwood, 15"-18" Ht Yr Al 17it B-02 Ha IPE, Cistus x hybridusl White Rockrose. 15"-18" EA 127 32 A118 8-02 PSIPE Rhododendron'Dora Amateis/ Dora Amateis FA 231 75 Rhododendron; 2 Gal Cont Al Al 19 8-02 PSbetulifclia'Tor'/ Tor Birchleaf Spirea, E EA 162 I 1 Contraea r. A120 8-02 PSIPE, Viburnum davidii/ David Viburnum, 2 Gal EA 152 / 3 Co nt A121 8-02 PSIPE, Berberis thunbergii Gentry'/ Royal Cloak EA 2966-0 (� Barberry, 2 Gal Cont City of Federal Way Pacific Highway South HCV Lanes Phase V 27 Page 5 trovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa.com - Always Verify Scale RFB 416-006 June 2016 SCHEDULE A- ROADWAY IMPROVEMENTS All unit prices In Bid Schedule A shall include applicable sales tax. ITEM SPEC ITEMDESCRIPTION UNIT APPROX. UNIT PRICE AMOUNT No. NO. GIUANTITY DOLLARS CENTS DOLLARS CENTS A722 8-02 PSIPE, Nandinadomestica'Jaytee'lHarbor Belle FA 484 / 01 41 Heavenly Bamboo, 2 Gal. Cont G' A113 8-02 PSIPE Festuca idahoensia'Siskiyou Blue'/ Idaho EA '1,235 r Blue Fescue, 1 Gal Cant A124 8-02 umnalial Autumn Moor Grass. 1 PSIPE Seslena autu EA 1205 Gal. Cont. At 25 8-02 PS(PE, Rubus a lyanoides'Golden Wt) Golden EA 1.235 r Quilt Creeping Bramble, 1 GaL Cont At 20 8-02 PSIPE, Prunus lautwerasrs'Mount Vernon% Monad EA 1,260 hr trl / Vernon Laurel, 1 Gal Cora At 27 8.02 PSIPE. Pseudotsuga mer>Desi/ Douglas Fit 5 Gal EA 30/ e ` Cant A126 B-02 PSIPE Betula papyrifefa/ Paper Birch, 5 Gal Cont EA 16 L A129 8-02 PSIPE AmelamNer alnifolia/Serviceberry.2 Gal_ EA 20 Cunt A130 B-02 PSIPE, Rhamnus purshanai Cascaral. 2 Gal, Cunt EA 14 r At 31 8-02 PSIPE, Ribes sanguineum/ Red Flowering Currant, 1 EA 48/ .r Gal Cont- % / .l ; A132 84V PSIPE, HairdscusdiecolorlOceanspray. 1 Gal. Cont EA 45 ? A133 B-02 PSIPE, Vaccintun ovatum+Evergreen Huckleberry, 1 Gal Cort EA 83 I l , r •r'T �• A134 8-02 PSIPE. Symphoricarpos albus! Snowberry, 1 Gal. EA 121 �h Cont VV Al 35 8-02 PSIPE Mahonia acludoklraN Tail Oregon Grape, 1 EA 121 I Gal. Cont t At 36 a-02 Properly Restoration EST 1 S 15,000.00 S 15,00000 Al 37 B-03 ALAurnatic Irrigation System, Complete LS 1 Al 38 8-03 Repair Existing Irrigation Syslern EST 1 S 10,000 00 3 100..0000 000 A139 B-03 Lakehaven Utility District Connection Fee EST 1 S 20,000.00 3 20,000.00 Al 40 8-04 Integral Curb SF 400 At 41 8-04 Extruded Curb. Type 6 LF 11,600 �JJ� !✓ cv, I A142 8-04 Btanper Curb LF 400 A143 8-04 Cement Cone, Traffic Curb and Gutter LF 12,600 /p,' � / At 44 8-06 Cement Conc. Pavement Approach 3 -fay Sy 3,100 —2: C) C) �O . At 45 8-07 Precast Sloped Mountable Curt) LF 1.700 A146 B-09 Raised Pavement Marker Type 2 HUN 20 Al 47 8-10 Median Guidepost EA 14 r' 1✓PE% i At 48 8-12 Black Vinyl Coated Chain Link Fence LF 3 900 Al 49 8-12 Sliding Gate with 36' Opening EA 5 t } �/ A150 8.12 Temporary Security Fencing LF 1.400 fr I � !` 'f f A151 8-13 Adjust Monument Case and Cover EA 6 r A152 8.13 Monument Case and Cover EA 2 City of Federal Way Pacific Highway Soulh RFB #16-006 HOV Lanes Phase V 28 June 2016 1 1 SCHEDULEA- ROADWAYIMPROVEMENTS All unit prices In Bid Schedule A shall include applicable sales tax- ITEM ax ITEM SPEC ITEM DESCRIPTION UNIT APPitOX. UNIT PRICE AMOUNT NO. NO. QUANTITY DOLLARS CENTS DOLLARS CENTS Al 53 8-14 Thickened Edge Sidewalk LF 1 770 / Al 54 8-14 Cement Conic Sidewalk Sy 9.330 At 55 8-14 emont Conc Perpendimiar Curb Ramp EA 25'� /-jib rr�i 1211- L A156 8-14 Cement Conc_ Parallel Cub Ramp EA 3 % ' A157 8-14 CementConr, Single Nection Curb Ramp EA e Al 58 8-14 Cement Cone. Combination Curb Ramp EA 1 Y A159 8-14 Cement Concrete Steps and Larding LS 1 A160 8-14 Bus Shelter Fooling EA 5 r Al 61 8-15 Quarry Spalls TN 50 /- ?J,L/ctn At 62 8-18 Relocate Mailbox EA 10 A163 8.20 Traffic Signal System MurNcafions - Pacific Highway LS 1 S & S 356th Street- Complete At 6d 6-20 Traffic Signal System Modifications - Pacific Highway LS 1 S 8 S 352nd Street, Complete A165 6-20 Traffic Signal System - Pacific Highway S & S 3481h 1 r1 St, Complete l At 66 8-20 Traffic Signal System - Pacific Highway S & S 3441h LS 1 n / St, Complete ) A167 8-20 Traffic Signal System - Pacific Highway S & S 340th LS 1 -) Place, Complete Al 68 8-20 Iltwmination System, South End of Project to 5 348th LS 1 Strer-t, Complete 7 A169 &20 111uninatlon Systerrl S 3481h Street to S 344th Street, l S 1 Complete r 4 A170 8-ZO Illrmirmtion Systom. S 3441h SYfeet to North End of LS 1 r ll r Project, Complete �l. Al 71 &20 Interconnect System, Complete LS 1 ilq� / f Al 72 840 Relocate Private Luminaires EST 1 S 10,000.00 S 10,000.00 Al T3 8-21 Permanent Signing LS 1 J, Al 74 8-22 Plastic Stop Line Type A LF 860 Ai75 8-22 Painted Nhde Line Type D LF 9,500 �['1 / / Al 76 8-22 Paint Line Lc 134,600 , //'� ?n Al 77 &22 Painted Stop Line LF 3.430 r "; Al 78 8-22 Painted Traffic Arrow EA 116 ! ct Al 79 8-22 Plastic Crosswalk Line Type A SF 6,200 Al 80 6-22 Profiled Plastic Line Type D LF 16.700 Al 81 8.22 Profiled Plastic Wide Line Type D LF 9 000 A182 8-22 Profiled Plastic Dotted Wide Line Type D LF 10,500 L) Al Al 83 8-22 Plastic HOV Lane Symbol Type A EA 38 ' City of Federal Way Pacific Highway South HOV Lanes Phase V Page 7 1 29 RFB 416-006 June 2016 SCHEDULE A -ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shalt Include applicable sales tax. ITEM NO. SPECTEM NO. DESCRIPTION UNIT APPROIC. QUANTITY UNIT PRICE DOLLARSCENTS AMOUNT DOLLARSCENTS At 84 B-22 Plastic Access Parking Space Symbol Type A EA 1 f j J A185 8.22 Plastic Traffic Arrow Type A EA 62 Al 86 B-26 Tree Grate FA 34 A187 8-31 Resolution of Utility CorJRcts EST 1 S 50`,000.00 S 50`. 000.0.00 At 88 831 Potholing EST 1 S 20,00000 S 20000,00 A189 8-32 Pitrun Sand CY 2,250 I i Al 90 8-32 FluidizaciTharnral Backfill CY 130 j////���� ' a cr At 91 8-32 Provide and Install Conduit, 4 In LF 13,300 7 J A192 8-32 Provide and Install Vaif. 4x4'x4' EA 19 A193 8-32 35516 PHS UG Service Conversion LS 1 �7- A194 8-32 35400 PHS LIG Service Conversion No. 1 LS 1 .A195 8-32 35400 PHS UG Service Conversion No 2 LS 1 A196 B-32 35400 PHS UG Servlce Conversion far Billboard LS 1 r It A197 8-32 35109 PHS UG Service Conversion IS 1 1 A198 8-32 34839 PHS UG Service Conversion for Billboard LS 1 i A199 9-32 34425 PHS UG Service Conversion LS 1 i r A200 8-32 34434 PHS UG Service Conver^. on for Billboard LS I 7 A201 B-32 34414 PHS UG Service Conversion LS i jXt ryr A202 6-32 34221 PHS UG Service Conversbn for Billboard LS 1 /� r A203 832 34211 PHS IJG Service Conversion LS 1 D A204 832 34110 PHS UG Service Conversion LS 1 A205 B-32 34018 PHS UG Service Conversion for Billboard LS 1 20(1 A205 8-32 Misr, Service Conversion EST 1 $ 5,000.00 4 5,000.00 A207 8.32 Excavation for Retraining PSE Conduit EST 1 $ 5,000 00 $ 5,000.00 A208 8-54 Bollard EA 6 kt , M A209 1-04 Unexpected Site Changes EST 1 $ 200,0W.00 S 20,W0.00 A210 6-16 Settlement Monitoring for Wall 12 LS 1 // A211 6.16 Settlement Monitoring for Wall 14 LS 1 2 A212 B-16 Settlement Monitoring for Wall 15 LS 1 ((50,030 A213 5.04 Asphalt Cost Price Adjustment CALC 1 S 00 $ 50,00000 A214 7-05 Concrete Inlet EA 2 TOTAL SCHEDULE A S 'Z ' City of Ferieral Way Pacific Highway South RFB 016-066 HOV Lanes Phase V 30 June 2016 Page 8 1 SCHEDULE B - LAKEHAVEN WATER AND SEWER All unit prices in Bid Schedule B shall not include applicable sales tax. INO. NO. SPEC ITEM DESCRIPTION UNIT QUANTITY ]I DOLLARSRCENTS DOLICE MOUNT LARS CENTS B1 1 09 Mobilization, Schedule B LS 1 C t L� (h✓L. B2 1-10 Flaggers and Spotters HRS 1,500 ,��Lr�i�% ��L,( R3 2-02 Removal of Structures and Obstructions, Schedule B LS 1 4. // Ice) B4 2-02 Remove AC Water Main 17�C) LF 2,900 7, B5 2-02 Remove Ductile Iron/Cast Iron Water Main LF 510 B6 2-02 Remove Steel Casing LF 60 B7 2-02 Remove Existing Pressure Reducing Valve Station EA 1 B8 2-02 Remove Existing Gate Valve EA 6 00 '•'V f B9 2-02 Remove Existing Hydrant Assembly EA 13 tet. M -[ 610 2-02 Decomission DI Water Main 8 in. Diam. LF 110 / 811 2-09 Structure Excavation Class B Incl. Haul for Schedule CY 3,80013 812 2-09 Shoring or Extra Excavation Cl. B SF 28,200 er B13 5-04 Temporary Pavement TN 60 l� r ^t�h C+-C.,,,� 814 7-09 Ductile Iron Pipe for Water Main 6 In Diam. LF 10 f�� /f �,o G 815 7-09 Ductile Iron Pipe for Water Main 8 In. Diam. LF 3,850 r I) B16 7-09 Ductile Iron Pipe for Water Main 10 In, Diam. LF 10 Az/ B17 7-09 Ductile Iron Pipe for Water Main 12 In. Diam. LF 270 , 0c)�—[/ B18 7-09 Ductile Iron Pipe for Water Main 14 In, Diam. LF 60 21 r B19 7-09 Ductile Iron Pipe for Water Main 16 In. Diam. LF 110 '%/ .�1J� I�-- Vl.� t� B20 7-09 Additional Cast Iron Fittings LB 1,500 /' (ir � / B21 7-09 Connect to Existing Water Main 6 In. Diam. EA 1 4 ZDL/ r tv % /i 7-0 B22 7-09 Connect to Existing Water Main 8 In. Diam EA 13 e t ///r B23 7-09 Connect to Existing Water Main 10 In. Diam. EA 1 0 ' 824 7-09 Connect to Existing Water Main 12 In. Diam. EA 1 %- lti, B25 7-09 Connect to Existing Water Main 14 In. Diam EA 6 ift l t!'G i B26 7-09 Connect to Existing Water Main 16 In. Diam. EA 3 Z I ' City of Federal Way Pacific Highway South HOU Lanes Phase V 31 Page 13 trovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa.com - Always Verify Scale RFB 1116-006 June 2016 t F u t SCHEDULE B - LAKEHAVEN WATER AND SEWER All unit prices in Bid Schedule B shall not include applicable sales tax. INO. NO. SPEC ITEM DESCRIPTION UNIT APPROX. QUANTITY UNIT PRICE DOLLARS CENTS MOUNT 11 DOLLARS CENTS B27 7-09 Removal and Replacement of Unsuitable Foundation Material CY 110 r l%C /l n r'r B28 7-09 Gravel Base For Trench Backfill CY 1,780 2w� e%lr/ IZ/-i �lJ B29 7-09 Concrete for Thrust Blocking CY 115 (✓ f —L/ B30 7-09 Sampling Station EA 1 /'[j'(�/ � B31 7-09 12 In. Cube Launch Assembly EA 1 C ryc� z7, (r r 832 7-10 Construction Sequencing and Temporary Water Service L5 1 B33 7-12 Steel Casing 20 In. Diam. LF 120 (� z ,COO B34 7-12 Modify Existing Steel Casing EA 2 � �-y/n� 'f t✓V B35 7-12 Gate Valve, 8 In. EA 26 ! , B36 7-12 Gate Valve, 12 In. EA 3 B37 7-12 Gate Valve, 14 In. -Spur Gearing EA 4 /� c�► �. �� D®© B38 7-12 Gate Valve, 16 In - Spur Gearing EA 3 -7, ,rjl)`�V 64✓��r�pp���✓LJ j B39 7.12 Pressure Reducing Valve Station No- 9A EA 1 GJL CJ B40 7-14 Hydrant Assembly, 6 In. EA 8 B41 7-14 Hydrant Assembly, 8 In EA 5 B42 7-14 Hydrant, 6 In. EA 7 ! /'1t / �� /a/r9V 6 V L� B43 7.14 Reconnecting Existing Tapping Hydrant EA 1 844 7-14 Hydrant Extension, Vertical LF 1 15��-�./ f B45 7-15 Service Connection 1 In. Setter (2 In. Service Pipe) EA 700 .... /? G� 6 �/ B46 7-15 Service Connection 1-1/2 In. Setter (2 In. Service Pipe) EA 3 B47 7-15 Service Connection 2 In. Setter (2 In. Service Pipe) EA 1 �Cmoo M B48 7-15 Service Connection 5/8 x 3/4 In. Setter (2 In, Service Pipe). EA 12 - B49 7-15 Customer Supply Line LF 230 B50 5-31 Resolution of Utility Conflict FA 1 $ 20,000.00 $ 20,000 00 B51 B-31 Potholing FA 1 $ 5,000.00 $ 5,000.00 B52 B 35 Adjust Water Valve Box EA 28 On I City of Federal Way Pacific Highway South HOV Lanes Phase V 32 Page 14 Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com - Always Verify Scale RFB 416-006 June 2016 SCHEDULE B - LAKEHAVEN WATER AND SEWER All unit prices in Bid Schedule B shall not Include applicable sales tax. ITEM EA ITEM DESCRIPTION UNIT EA PRICE RCENTS EA NEC O.DUAN EST OTY DOLNIT DOLLMOUNT ARS CENTS B53 8-35 Adjust Water Meter Box B54 8-35 Adjust Existing Sewer Manhole to Grade B55 8-35 Reconstruct Manhole 656 1-04 Unexpected Site Changes SUBTOTAL SCHEDULE B SALES TAX (9.5%) TOTAL SCHEDULE B I Zoo, oa 4#zr $ 40,000.00 $ 40,000.00 ' City of Federal Way Pacific Highway South HOV Lanes Phase V 33 Page 15 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www bxwa.com - Always Verify Scale RFB #16-006 June 2016 EA 5 EA 4 EA 19 EST 1 SUBTOTAL SCHEDULE B SALES TAX (9.5%) TOTAL SCHEDULE B I Zoo, oa 4#zr $ 40,000.00 $ 40,000.00 ' City of Federal Way Pacific Highway South HOV Lanes Phase V 33 Page 15 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www bxwa.com - Always Verify Scale RFB #16-006 June 2016 SCHEDULE C - COMCAST UNDERGROUNDING All unit prices In Bid Schedule C shall include applicable sales tax. INO. SNOC ITEM DESCRIPTION UNIT APPROX. UNIT PRICE I AMOUNT QUANTITY DOLLARS CENTS DOLLARS CENTS C1 8-32 Install Conduit 2 In. LF 120 G2 8-32 Install Conduit 4 In. Lf 15,400 I C3 8-32 Install Vault SGLB 2436 EA 12 D rc 2 C4 8-32 Install Vault SGLB 3048 EA 14 �ry}j7� CS 832 Install Pedestal 1=A 8 C6 1-04 Unexpected Site Changes EST 1 $ 5.000.00 $ 5,000.00 TOTAL SCHEDULE C $ 01, 7q0, po City, of Federal Way Pacific Highway South RFB #16-006 HOV Lanes Phase V 34 June 2016 SCHEDULE D - PSE UNDERGROUNDING All unit prices in Bid Schedule D shall Include applicable sales tax. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 17 35 RFB #18-006 June 2016 S ITEM DESCRIPTION UNIT PROX. UNIT PRICE AMOUNT NO NO. QUANTITy DOLLARS CENTS DOLLARS CENTS 01 8.32 Install Conduit In LF 1,820 r �; 17 02 B-32 Install Conduit 3 In. LF 4,110 5t �^�) i 4�n D3 8-32 Install Conduit 4 in. LF 16,200 i �- delylk U4 B-32 Install Condult 6 In. LF 12,600 D5 B-32 Install PSE Junction Box 4'8"x7'x5'8" EA 19 Ir D6 B-32 Install PSE Transformer 4'8"x4'8"x3'6" EA 4 % 7m" L- e p 07 B-32 Install PSE Transformer 36"x42"x38" EA 1 f ,rV1 D8 B-32 Install PSE Handhole 2'8"x3'8"x3' EA 11 ` D9 8-32 Install PSE Handhoie 17"x30"02" EA 3 Y �t- C ' 010 8-32 Install PSE Switch Vaull 5'10"x8'2"x11'4" EA 4 Ylip D11 8-32 Install PSE Pull Vault 5'10"x8'2"x114" EA 4 /t D12 8-32 Install PSE Pull Vault 5'10"x5'x11'4" EA 2 / 013 1-04 Unexpected Site Changes EST 1 $ 5,000.00 $ 5,000.00 TOTAL SCHEDULED $ 1 -f" 2-1 City of Federal Way Pacific Highway South HOV Lanes Phase V Page 17 35 RFB #18-006 June 2016 SCHEDULE E - CENTURYLINK UNDERGROUNDING All unit prices in Bid Schedule E shall Include applicable sales tax. ITEM SC. ITEM DESCRIPTION UNIT QUANTITY CE IT CARS NO. NO DOLLtENTS DOLLARSCENTS Et 8-32 Install Conduil 4In. LF 22,600 } 1 E2 8-32 Install Vault 4484 -TA EA 8 I -7 ^� E3 6-32 Install Handhole 264TA EA 20 E4 1-04 Unexpected Ske Changes EST 1 $ 5,000.00 $ 5,000.00 TOTAL SCHEDULE E $ City of Federal Way RFB #16-006 Pacific Highway South HOV Lanes Phase V 36 June 2016 Paqe 18 1 Attachment D ' BID SIGNATURE PAGE ' Date: July 29, 2016 The undersigned bidder hereby proposes and agrees to deliver the equipment and/or services ' pursuant to the Pacific Highway South HOV Lanes Phase V (S 340th Street to S 359t" Street) and comply with all other terms and conditions of the contract and bid documents of RFB 16-006. No bidder may withdraw his/her bid for a period of ninety (90) days after the day of bid ' opening. The required bid security consisting of a certified check, bid bond, or cashier's check in an ' amount of not less than five percent (5%) of the total amount will be delivered to the City. The undersigned individual represents and warrants that he or she is dully authorized to ' execute the bid and all bid documents on behalf of any partnership, joint venture or corporation. Graham Contractinj U4 Corporation) Company ' (Delete Two) � l By: ' (Signature) Dan Harringa ' (Printed Name) Its: Director of Estimating (Title) 9709 3rd Ave NE Ste 300 ' Seattle, WA 98115 (Address) ' 206-729-8844 (Telephone Number) City of Federal Way RFB # 16-006 ' Pacific Highway South HOV Lanes Phase V Page 37 June 2016 RFB ver. 4-16 Page 37 Attachment D Bid Signature Page 'Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www bxwa.com - Always Verify Scale �1 I Bond No, 100011816-246 J i Attachment E BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of $ five percent (5%) , which amount is not less than five percent (5%) of the total bid. BID BOND KNOW ALL PERSONS BY THESE PRESENTS that we, GRAHAM CONTRACTING LTD. , as Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA as Surety, are held and firmly bound unto the City of Federal Way, as Obligee, in the penal sum of FIVE PERCENT OF AMOUNT BID and ,J100 dollars ($ 5h OF AMOUNT BID ), for the payment of which the Principal and the Surety bond themselves, their heirs and 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: According to the terms of the proposal or bid made by the Principal therefore, 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 call for bids, 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 damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 21 st DAY OF Received return of deposit in the sum of $ City of Federal Way Pacific Highway South HOV Lanes Phase V Page 38 RFB ver. 4-16 JULY r 2016. GRAHAM CONTRACTING LTD. rincipal TRAVELERS CASUANY OF AMERICA Sure eter ko l�, Attorney in Fact Date: 21 , 2016. RFB # 16-006 June 2016 1 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company St. Paul Mercury Insurance Company TRAVELERS Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 230460 Certificate No. 006772633 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insuance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duty organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Jay Sinclair, Dustin Linke, Jodi Hawkins, Shannon Simpson, Mark Dunstan, Peter Blaskovits, and Leah Carter of the City of Calgary, Alberta _• State of Canada , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of May 2016 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 5th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company ofAmerica United States Fidelity and Guaranty Company r,Fatr,��+ , 1\wl 4 `Flt IKf` P� INOVq T�IY �,Vo � ��' A .� e0 ,..._,. y tea, �� °J ♦i �� � 0 1912 o r � ■re„„•� ��' ate � r~ :, 195 `�,�' �'SF:a4 0” �i ! "On ��R �• tf� Y �y�•,rc+�a* ..1� I w4. o �d fir 3�S8JLL:'Ds o ���..��✓✓� ' State of Connecticut City of Hartford ss. 1 1 By: �CQAC:✓/C Robert L. Raney, Senior Vice President On this the 5th day of May 2016 , before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer - G•S� In Witness Whereof, I hereunto set my hand and official seal.i� My Commission expires the 30th day of June, 2021. plllL�O # MV �.fi 58440-5-16 Printed in U.S.A. Marie C. Tetreauh, Notary Public NOTARIAL ACKNOWLEDGMENT ' PROVINCE OF ALBERTA CITY OF CALGARY ' I, QU<'Ti rj Li tiLc a Notary Public in and for the Province of Alberta, by royal authority duly appointed, residing in the City of Calgary, in the Province of ' Alberta, do certify that _cLrc 'kxn�5i«ilk� appeared before me and did swear and say that: ' • he/she resides in the City of Calgary, in the Province of Alberta; • he/she is an Attorney -in -Fact of TRAVELERS CASUALTY AND SURETY ' COMPANY OF AMERICA (the "Corporation") and that he/she knows the seal of the Corporation; ' • the seal was so affixed by order of the Board of Directors of the Corporation and that he/she signed his/her name thereto by like order; and ' • he/she executed and delivered such instrument on behalf of the Corporation as its voluntary act and deed for the uses and purposes therein mentioned. IN TESTIMONY WHEREOF I have hereunto subscribed my name and affixed my seal of office at Calgary, Alberta, this 21 day of _J kt-j Notary P, lic in and for the Province of Alberta ' Dustin Chad Link* A Notary Public in and for the Province of Alberta Expiry Date: December 31, 2018 IAttachment F ISubcontractor Name Lx ll Agancy Name City of Federal Way Local Agency Subcontractor List 'l rxa� A3eIcy kler2os Pr&pared in cornoli=.»rce with RCN39.30.060 as anierrded 'i 33325 8th Ave S, 2nd Floor { Federal Way, WA 98003 To Be Submitted with the Bid Proposal Project Name City of Federal Way, Pacific Highway South HOV Lanes, Phase V 1 failure to list subcontractors with whom the bidder, if awarded the contract, will directly subcontract for lite heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 performance of work of RCW, and electrical, as described In Chapter 19.28 RCW or naming more than one subcontractor to perform ' the same work will result in your bid being non-rosponsive and therefore void. Subcontractor(s) with whom the bidder will directly subcontract that are proposer to perform the wore os healing, ' ventilation and air conditioning, plumbing, as described it ChafAer Ia. Ion RCW. and electrical as describer n Chapter 19.28 RCVV S11LLSt be listed below. The work to be performed is to be listed below We subcontractors) namo. To the extent the Proi_get inrhides one or mora eapi es of woi$.rgferenced in RCW 30.50.060. and no Subcontractor is fi}ted below to perform euGh work the bidder certifies that rho work will either (11 bo oerfo, qct by the bidder itself or fill be performed by a lower tier cuhroniractur who will not rontract direGtiv with the bidder, ' Subcontractor Name �_'" —Electrical Work tc oe Performed ISubcontractor Name SR DOT Funr 2il-MbA ch RnHseu 09170': ' City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 39 June 20t6 'RFB ver. 4-16 Page 39 Attachment F Local Agency Subcontractor List Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see Www bxwa.com - Always Verify Scale ','York to be Perfcrmec Subcortractor Name VJork to to Performed Subcortractor Name Work to be Performed_ Subcontractor Narne--- ' Work to be Performed * Bidders are ❑otifled that is the upinion of the enforcement agency that PVC or rnetal conduit. junction boxes etc, are ' considered electrcal aGuipment and therefore ronsidererl part of electrical work even if the nslallalion !s for future use and no wiring or eleor cal (inent is connected during the pn)ject. SR DOT Funr 2il-MbA ch RnHseu 09170': ' City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 39 June 20t6 'RFB ver. 4-16 Page 39 Attachment F Local Agency Subcontractor List Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see Www bxwa.com - Always Verify Scale 1 1 i� d 1 Attachment G Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON -COLLUSION DECLARATION 1, 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. To report rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDCT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. SR pp7 Farr 272.0213 EF 7712011 City of Federal Way ' Pacific Highway South HOV Lanes Phase V Page 40 RFB ver. 4-16 Page 40 Attachment G Non -Collusion Declaration Irovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com RFB # 16-006 June 2016 Always Verify Scale I� 11 AW .APWashington State Disadvantaged Business Department of Transportation Enterprise Utilization Certification ' To be eligible forAward of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal, a Disadvantaged Business Enterprise (DBE) Utilization Certification. The Contracting Agency shall consider as non- responsive and shall reject any Bid Proposal that does not contain a DBE Utilization Certification which properly demonstrates that the Bidder will meet the DBE participation requirements in one of the manners provided for in the proposed Contract. Refer to the Instructions on Page 2 when filling out this form or the Bid may be rejected. An example form has been provided on Page 3. The successful Bidder's DBE Utilization Certification shall be deemed a part of the resulting Contract. Box 1: Graham Contracting Ltd certifies that the DBE firms listed below have been contacted regarding participation on this project. If this Bidder is successful on this project and is awarded the Contract, it shall assure that subcontracts or supply agreements are executed with named DBEs. (if necessary, use additional sheets.) Box 2: Pacific Highway South HOV Lanes Phase V (S 340th Street to S 359th Street) 11 [1 Column 1 Name of DBE (See instructions) Column 2 Project Role (See Instructions) Column 3 Description of Work (See instructions) Column 4 Amount Subcontracted to DBE (See instructions) Column 5 Amount to be Applied Towards Goal (See instructions) Highway Specialties, LLC Regular Dealer Traffic Control Equipment Rental $ 85,000.00 $ 50,000.00 DHD Trucking, LLC Subcontractor Street Sweeping $ 46,875.00 $ 46,875A0 W.E. Coates Surveying Subcontractor Surveying $ 124,000.00 $ 124,000.OD Amaya Electric Corporation Subcontractor Electrical Contractor $ 2,900,040.00 $ 2,900,040.00 Grady Excavating Inc. Subcontractor llwvp Trucking $ 125,000.00 $ 125.000.00 Disadvantaged Business Enterprise 3,150,960 Total DBE Commitment $ 3,245.91 .11d Condition of Award Contract Goal Box 3 Box 4 5 ❑ By checking Box 5 the Bidder is stating that their attempts to solicit sufficient DBE participation to meet the COA Contract goal has been unsuccessful and good faith effort will be submitted wilbin 48 hours of Bid opening. DOT Form 272-056 Revised 03/2016 1 AOLVA _ OF T portaRlow Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaged Business Entertmrise Utilization Certification, Contract Title: -Pacific Highway South HOV lanes Phase V (South 340th Street to Bidder's Business Name: crag 11,�QM (fOcc-1 -,a G�/i `1 f DBE's Business Name: Highway Specialties, LLC DBE Signature: W 1:/ - DBE's Title: Estimator Address: 10534 Rhody Drive Port Hadlock, WA 98339 leer Date: July 28, 2016 ' By the above signature I certify that all the information on this form is complete and accurate to the best of my knowledge. The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bid rejection. See contract provision; Disavantaged Business Enterprise Condition of Award Participation. Rental and Sales of. Traffic Control Description of Work: Devices, signs and Equipments Amount to be Applied Towards Goal: fa (9L90 • OO Amount to be Subcontracted to DBE*: DOT Form 422-031F Revised 08/2015 Page 1 1 I Atbdlrment I 'AM Disadvantaged Business Enterprise (DBE) Washington state R' Drepanfinent of Transportatlon Written Confirmation Document ' As an authorized represcntative or the Disadvantaged Bu sinesi Enterprise (DBE). I aouftrtn that we havubeen contacted by the referenced bidder with regard to the referenced project and if the bidder is awartled the con(rnut we will erwr into an agreement with the bidder to participitte in the project : insistent with Ow ink-ruation provided in the biddar'O)lxadvan ortificsiJon_ Contract Title: �:tefi�i: %S,e 1i��� �yt)� `,cwes 6141p, 0 Bidder's Dusiness N,vnc. Grn hayyl 6on+rjLc4inq DBE's Rusincss Nant :_ (D� FFo rrvai root DBI' Signature: DBIRN Title: V o Op,17 Addircx;�5�� � zVO ,` GI D By the above signature [ cortit'y that alt the information on this form is complete and accurate to the best ofmy knowledge. The enttiet; must be cotiai9tent with what is shown on the bidder's Disadvantage Business En(erprisc Utilinrvoa Certification. Failure to do so will result in bid rejection. See contract provb;iun; Dixodm.uniagW Ruxiness Enterprise ConcUslon r?,64wnwi Pardcipnrion. Desuription of Work: 5 —� & 1e Q tNl J Attx)unl to be Applicd (./ � �j//� S- . Lob Towards Ciodl: T---- — Amount to be I suiunntrtcted to nRr.*: *C'pl mn: P rMl .. . OCYNom 422-D3r Revised 01201S City of Federal Way RFB # 16-006 Pacific Highway South HOV lanes Phase V Page 42 June 2016 'RFB ver. 4-16 gage 42 Attachment I Disadvantaged Business Enterprise (DBE) Written Confirmation Document �.....:.a...a .., o..u.r.,... C....N..........i ur w b... r... , ......... P.....r:ai...... e.............r ,..........., r ............... n r....,..' � r�.:a. c....i.. ' Z a6ed xeA dH Wd80:i t 9lOZ 8E Inr Attachment I ��, Washington state Disadvantaged Business Enterprise (DBE} T// nepartrnent of Transportation Written Conflrmation Document As an authorized reprsentative of the Disadvantaged Business Enterprise (DRE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the inrurmation provided in t'le bidder's fl}cativantaged Ru%iness Enterprise Utilization Cenirtccaioln. Contract7ide: Pacific Highway South HOV Phase V Bidder's Business Narne: Graham DRf '.s Rosiness N�nc: W E. Coates Surveying LLC DDG Signature: DBE's Title; Estimator .Address: 9825 Glory Dr SE Date: 7-26-16 Olympia, WA 98513 By the above signature I certify that all the information on this form is complete and accurate to the best of my knowhAgc. The entries mast be consistent with what is shown on the bidder's Disadvantaged Business Fnterprisc Utilization Certification. Failure to do so will result in bid rejection. See contract provision; Divadvantaged Buvintss Fwerprise Condition oj'dnvanf Participatfon. Description clMork: Surveying Amount to be Applicd $124,000.00 Towards Goal: Amount to be .S'. tlbCUn1Fal:tetl u1 DRF*-: .__.._. 'CFtional Feld DCT Fume 422-031 Rsvised CU' 2015 ' City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 42 June 2016 RFB ver. 4-16 Page 42 Attachment I Disadvantaged Business Enterprise (DBE) Written Confirmation Document Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Attachment I A_Washtngtgn State Disadvantaged Business Enterprise (DBq VIP rQapattenent ofTmapertation Written Confirmation Document As an aull►orized tepramladve of the Dfimdmitaged Business Enterprise (DBE), t r:onarm butt we havo beeu contacted by dto roforateed balder with regard to Ow ratcronced project and If the bidder Is awarded the vontraut wo will enter into en sgrcetneat with the bidder to partleiimtts ht the projcel Cunsirh:nl with the infumad ion provided In the bidder's Drs Ay ntnncdE11gittess Bnrerorlse Utilization 'atlifl •arillu Conlract'14114: Pacific Hwy South HOV Lanes Phase V (S 340th St to S 359th St) Diddirr's Business Natna:_ t[a�lo� C�,v�✓ach nN DBE's Ausinew tVatnu Amaya Electric ADL' Signature: /1 ABE's Title; Estimator Address: PO Box 98686 Date: 7/28/2016 Lakewood WA 98496 By Iho above sigoatur0 i ccr* 0101, all Uta itfarntntion on this form is complete and aocumte to Lilo best of toy knowledge. os must be C0118100107VAth what is s town out 10 biddos's Disadvantaged Dux HussnsclU'^ on Certification. Failure to do so will result in bid rajecrion. See ePntrnct provision; Dlatrdvantmged r 801eiprlre Cardirloa n(Awr+tvl l'aruclytuHas. ion or%tk: Electrical Contracting, Sign Erection to be Appliod $ 2,900,040.00 Owl; to be ;toted to DF1Fi": �rrnttorw F.io oorronn,122.03+ RavleW ouma% Ctty of Federal Way RFB # 16-006 Pacific Highway South HHV Lancs Phase V PAge 42 June 2016 RFB ver, 4-16 covi.ded to Builders exchange of NA, Inc. Vor usage Conditions Agreement nee Aways verify scaie M 1 1 0 Attachment I Am Oepar6t�ent of Transportation Written Business Enterprise (DSE) MOP Washington state Written Confirmation Document As an authorved repr`setuative .x'che Disadvantaged Husines. Fatelprisc L DBE). f confirm Oat ae have been contacted by the tcrcrcnctd hidticr with rega'd to the refer -aced project and if the kidder is;twartled the taflunto we will anter uuo an agreemetit with the bidder w participate in the project a3osistent with tlw intitrn.moti pr»vided it the birlder's Mica vxntag_t1 Bttxinem Flue rise Urliru U Curt'hs'catioa �t� conaact fitle: PAt 40,l , 1446-7_�! _ rF V 13iddcr's Business Name:l" T)BE's Rasiness DBC Signature: UV > ' DBE's Title;' Date: By the above signature f mr..ifq that all the tnfonnauon on :h:s fertn is eomplote and accurate to the best of my kaowladge 1 The entries must N conststehL with u•har is shown an the @retia—s Utsauv:uaagen uuslness warr;trow l t:lizatioo Cartiticadon. Failure m :fo so wi'I esul: in bid reieedon. Seg: contract prosisiort; Disrr(lvnn,uged Bavness Enierp)ue C m tihmt al',hu.tal Atrr�kr!lxtrinrr Description .)f 14'arlt: at:Yount to be Applied% 1 nwarcfs cool: —_ i.L_.. —�71.! A,:#iIIIII Lu br. ilda:untravied .0 ORE* --- ,-:,Pj[ w'all) '.)Gr^arm 422475- Re4,sad cty2a15 City of Federal Way Pacific Highway South HQV Lanes phase V Rage 42 RFB ver. 4-16 RFB N 16-006 Juno 2016 Page 42 Attachment I Disadvantaged Business enterprise (DBE) Written Confirmat,on Document Provided to Builders Exchange of PYA, 'nc For usage Gonditicns Agreement see %-Av r bxwra com . Ahaays Verify Scale Attachment) ' PUBLIC WORKS CONTRACT FOR PACIFC HIGHWAY SOUTH HOV LANES PHASE V (S 340TH STREET TO S 359TH STREET) PUB IC WORKS CONTRACT ("Contract') is dated effective this ��`day of 201. and is made by and between the City of Federal Way, a Washington municipal cor ration ('City or Owner', and Graham Contracting. Ltd., a Washington corporation ("Contractor's. ' A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform work necessary to complete Pacific Highway S HOV Lanes Phase V (S 3401h Street to S 359th Street), located at Federal Way, Washington ("Property's; and ' B. The Contractor has the requisite skill and experience to perform such work. u NOW, THEREFORE, the parties ("Parties') agree to the following terms and conditions: 1. SERVICES BY CONTRACTOR 1.1 Description of Work. Contractor shall perform all work and furnish all tools, materials, supplies, equipment, labor and other items incidental thereto necessary for the construction and completion of the work, more particularly described as the Pacific Highway S HOV Lanes Phase V (S 340th Street to S 359th Street) project, including without limitation: new asphalt concrete pavement, curb and autters, sidewalks, median construction, drainaae improvements, structural retaining walls utility undergrounding traffic signals and interconnect illumination, landscaping, and other work, ("Work's, in accordance with and as described in the Contract Documents, which include without limitation, this Contract, Request for Bids, Bidder's Checklist, Instructions to Bidders, General Contractual Terms and Conditions, Bid Form, Bid Signature Page, Bid Bond, Non -Collusion Declaration and Notice to All Bidders, Disadvantaged Business Enterprise Utilization Certification, Disadvantaged Business enterprise Written Confirmation Document, Notice of Completion of Public Works Contract attached as Exhibit A, Contract Change Order Agreement attached as Exhibit B, Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment attached as Exhibit C, Certificate(s) of Insurance Form attached hereto as Exhibit D, Performance / Payment Bond attached hereto as Exhibit E, Title VI Assurances attached hereto as Exhibit F, FHWA 1273 attached as Appendix A, current Prevailing Wage Rates attached as Appendix B, Pierce Transit Standards as Appendix C, WSDOT Standard Plans as Appendix D, Federal Way Standard Details attached as Appendix E, Lakehaven Utility District Water Line Standards attached as Appendix F, Construction Storm Water General Permit attached as Appendix G, 2016 WSDOT / APWA Standard Specifications for Road, Bridge and Municipal Construction, and all other Appendices attached hereto and incorporated by this reference, (collectively the "Contract Documents', which Work shall be completed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee. 1.2 Completion Date. The Work shall be commenced within five (5) days of receipt by the Contractor of the City's Notice to Proceed. The Work shall be completed within 350 working City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 43 2016 RFB ver. 4-16 days. In the event the Work is not substantially completed within the time specified, Contractor agrees to pay to the City liquidated damages in the amount set forth in section 1-08.9 of the 2016 WSDOT / APWA Standard Specifications for Road, Bridge and Municipal Construction. The Work shall not be deemed completed until the City has accepted the Work and delivered a written Notice of Completion of Public Works Contract in the form attached hereto as Exhibit "A." 1.3 Liquidated Damages. Liquidated damages shall be calculated in accordance with section 1-08.9 of the 2016 WSDOT / APWA Standard Specifications for Road, Bridge and Municipal Construction. 1.4 Performance Standard. Contractor shall perform the Work in a manner consistent with accepted practices for other properly licensed contractors. 1.5 Compliance with Laws. Contractor shall perform the Work in accordance with all applicable federal, state and City laws, including but not limited to all City ordinances, resolutions, standards or policies, as now existing or hereafter adopted or amended, and obtain all necessary permits and pay all permit, inspection or other fees, at its sole cost and expense. 1.6 Change Orders. Changed Orders shall be in accordance with Section 1-04.4 of the 2016 WSDOT / APWA Standard Specifications for Road, Bridge and Municipal Construction. 1.7 Work and Materials Omitted. Work and Materials Omitted shill be in accordance with Section 1-04.4 of the 2016 WSDOT / APWA Standard Specifications for Road, Bridge and Municipal Construction. 1.8 Utility Location. Contractor is responsible for locating any underground utilities affected by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as amended. Contractor shall be responsible for compliance with Chapter 19.122 RCW, including utilization of the "one call" locator system before commencing any excavation activities. 1.9 Air Environment. Contractor shall fully cover any and all loads of loose construction materials including without limitation, sand, dirt, gravel, asphalt, excavated materials, construction debris, etc., to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City of Federal Way. 1 2. TERM This Contract shall commence on the effective date of this Contract and continue until the completion of the Work, which shall be no more than 350 working days ("Term'). 3. WARRANTY 3.1 Requisite Skill. The Contractor warrants that it has the requisite skill to complete the Work, and is appropriately accredited and licensed by all applicable agencies and governmental entities, including but not limited to being registered to do business in the City of Federal Way by obtaining a City of Federal Way business registration. Contractor represents that it has visited the site and is familiar with all of the plans and specifications in connection with the completion of the Work. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 44 2016 RFB ver. 4-16 3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all ' Work which the City deems to have defects in workmanship and material discovered prior to acceptance of the Work. ' 4. COMPENSATION 4.1 Total Compensation. In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed Sixteen Million Seven Hundred Thousand Five Hundred Twenty Six and 60/100 Dollars ($ 16,700,526.60), which amount shall constitute full and complete payment by the City ("Total Compensation'). ' 4.2 Contractor Responsible for Taxes. The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and ' payment of this Contract. 4.3 Nonpayment. The City shall have the right to withhold payment to the Contractor for ' any of the Work not completed in a satisfactory manner, in the City's sole discretion, which shall be withheld until such time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. ' 4.4 Method of Payment. The basis of payment will be the actual quantities of work performed according to the contract and as specified for payment. Payments will be made for work ' and labor performed and materials furnished under the contract according to the price in the proposal unless otherwise provided. Partial payments will be made once each month, based on partial estimates prepared by the Engineer and signed by the Contractor. Failure to perform any ' obligation under this Contract may be adequate reason for the City to withhold payments until the obligation is performed. Upon completion of all work and after final inspection, the amount due the Contractor under the contract will be paid based upon the final estimate made by the Engineer and signed by the Contractor. Payment to the Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws. ' S. EQUAL OPPORTUNITY EMPLOYER In all Contractor services, programs or activities, and all Contractor hiring and employment made possible by or resulting from this Contract, there shall be no discrimination by Contractor or by Contractor's employees, agents, subcontractors or representatives against any person because of sex, age (except minimum age and retirement provisions), race, color, creed, national origin, ' marital status or the presence of any disability, including sensory, mental or physical handicaps, unless based upon a bona fide occupational qualification in relationship to hiring and employment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for ' training, including apprenticeship. Contractor shall comply with, and shall not violate any of the terms of, Chapter 49.60 RCW, Title VII of the Civil Rights Act of 1964, the Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 26, or any other applicable federal, state, or local law or regulation regarding non-discrimination. Any material violation of this provision shall be grounds for termination of this Contract by the City and, in the case of the Contractor's breach, may result in ineligibility for further City agreements. If this project ' Cit of Federal Way RFB # 16-006 Y Y Pacific Highway South HOV Lanes Phase V Page 45 2016 ' RFB ver. 4-16 7 u 1 involves federal funds including USDOT funds administered by WSDOT, the contractor agrees to the clauses contained in Exhibit F. 6. INDEPENDENT CONTRACTOR/CONFLICT OF INTEREST 6.1 It is the intention and understanding of the Parties that the Contractor shall be an independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax which may arise as an incident of employment. The Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may or will be performing professional services during the Term for other parties; provided, however, that such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. 6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. 7. CITY'S RIGHT TO TERMINATE CONTRACT 7.1 Termination Without Cause. Prior to the expiration of the Term, this Contract may be terminated without cause upon oral or written notice delivered to Contractor from the City. Upon termination, all supplies, materials, labor and/or equipment furnished prior to such date shall, at the City's option, become its property. In the event Contractor is not in breach of any of the provisions of this Contract, Contractor will be paid for any portion of the Work which has been completed to the City's satisfaction, calculated by the percentage amount that portion of the Work completed and accepted by the City bears to the Total Compensation. 7.2 Termination For Cause. The City may immediately terminate this Contract, take possession of the Property and all materials thereon and finish the Work by whatever methods it may deem expedient, upon the occurrence of any one or more of the following events: (1) If the Contractor should be adjudged a bankrupt. (2) If the Contractor should make a general assignment for the benefit of its creditors. (3) If a receiver should be appointed on the account of insolvency of Contractor. (4) If Contractor should persistently or repeatedly refuse or fail to supply a sufficient number of properly skilled workmen or proper materials for completion of the Work. (5) If the Contractor should fail to complete the Work within the time specified in this Contract. (6) If the Contractor should fail to complete the Work in compliance with the plans and specifications, to the City's satisfaction. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 46 RFB ver. 4-16 RFB # 16-006 2016 0 L! (7) If the Contractor should fail to make prompt payment to subcontractors or for material labor. (8) If Contractor should persistently disregard laws, ordinances or regulations of federal, state, or municipal agencies or subdivisions thereof. (9) If Contractor should persistently disregard instructions of the Mayor or his or her representative. (10) If Contractor shall be in breach or violation of any term or provision of this Contract, or (11) If the Work is not being performed pursuant to RCW 49.28.050 or 49.28.060. 7.3 Result of Termination. In the event that this Contract is terminated for cause by the City, the City may do any or all of the following: (1) Stop payments. The City shall cease any further payments to Contractor and Contractor shall be obligated to repay any payments it received under this contract. (2) Complete Work. The City may, but in no event is the City obligated to, complete the Work, which Work may be completed by the City's agents, employees or representatives or the City may retain independent persons or entities to complete the Work. Upon demand, Contractor agrees to pay to the City all of its costs and expenses in completing such Work. (3) Take Possession. The City may take possession of the Property and any equipment and materials on the Property and may sale the same, the proceeds of which shall be paid to the City for its damages. (4) Remedies Not Exclusive. No remedy or election under this Contract shall be ' deemed an election by the City but shall be cumulative and in addition to all other remedies available to the City at law, in equity or by statute. 8. INDEMNIFICATION 8.1 Contractor Indemnification. The Contractor agrees to indemnify, defend, and hold the City, its elected officials, officers, employees, agents, and volunteers harmless from any and all claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by any and all persons or entities, including, without limitation, their respective agents, licensees, or representatives, arising from, resulting from, or connected with this Contract to the extent caused by the negligent acts, errors or omissions of the Contractor, its partners, shareholders, agents, employees, or by the Contractor's breach of this Contract. Contractor waives any immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. 8.2 City Indemnification. The City agrees to indemnify, defend, and hold the Contractor, its ' officers, directors, shareholders, partners, employees, and agents harmless from any and all claims, City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 47 2016 ' RFB ver. 4-16 demands, losses, actions and liabilities (including costs and attorney fees) to or by any and all ' persons or entities, including without limitation, their respective agents, licenses, or representatives, arising from, resulting from or connected with this Contract to the extent solely caused by the negligent acts, errors, or omissions of the City, its employees or agents. ' 8.3 Survival. The provisions of this Section shall survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination. 9. INSURANCE ' 9.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance, in such forms and with such carriers who have a rating which is satisfactory to the City: (1) Workers' compensation and employer's liability insurance in amounts sufficient pursuant to the laws of the State of Washington; ' (2) Commercial general liability insurance with combined single limits of liability not less than $5,000,000 for bodily injury, including personal injury or death, products liability and property damage. ' (3) Automobile liability insurance with combined single limits of liability not less than $2,000,000 for bodily injury, including personal injury or death and property ' damage. 9.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the ' following provisions: (1) The City, its officers, officials, employees, volunteers and agents shall each be ' named as additional insured. (2) Coverage may not be terminated or reduced in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, to the City. ' (3) Coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, ' employees or volunteers shall be in excess of Contractor's insurance. (4) Coverage shall apply to each insured separately against whom claim is made or ' suit is brought. (5) Coverage shall be written on an "occurrence" form as opposed to a "claims ' made" or "claims paid" form. 9.3 Verification. Contractor shall furnish the City with certificates of insurance evidencing the ' coverage required by the Section, in compliance with the Certificate(s) of Insurance Form attached hereto as Exhibit "D," which certificate must be executed by a person authorized by the insurer to bind coverage on its behalf. The City reserves the right to require complete certified copies of all required insurance policies, at any time. ' Ci of Federal Way RFB # 16-006 City Y Pacific Highway South HOV Lanes Phase V Page 48 2016 ' RFB ver. 4-16 9.4 Subcontractors. Contractors shall include all subcontractors as additional insured under ' its policies or shall furnish separate certificates for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. 9.5 Deductibles and Self -Insured Retentions. Any deductibles or self-insured retentions must be disclosed by Contractor and approved in writing by the City. At the option of the City, Contractor shall either reduce or eliminate such deductibles or self-insured retentions or procure a bond ' guaranteeing payment for any amounts not covered by the insurance by reason of such deductibles or self-insured retentions. ' 9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous materials work is performed, Contractor shall review coverage with the City's Risk Manager and provide scope and limits of coverage that are appropriate for the scope of Work and are ' satisfactory to the City. Contractor shall not commence any Work until its coverage has been approved by the Risk Manager. ' 9.7 Termination. The Contractor's failure to provide the insurance coverage required by this Section shall be deemed to constitute non-acceptance of this Contract by the Contractor and the City may then award this Contract to the next lower bidder. 10. PERFORMANCE/ PAYMENT BOND ' Pursuant to RCW 39.08.010, Contractor shall post a Performance/Payment Bond in favor of the City, in the form attached to this Contract as Exhibit "E" and incorporated by this reference, in a dollar amount satisfactory to the City; to guarantee Contractor's performance of the Work to the City's satisfaction; to insure Contractor's performance of all of the provisions of this Contract; and to guarantee Contractor's payment of all laborers, mechanics, subcontractors and material persons. Contractor's obligations under this Contract shall not be limited to the dollar amount of the bond. 11. SAFETY Contractor shall take all necessary precautions for the safety of employees on the work site ' and shall comply with all applicable provisions of federal, state and municipal safety and health laws and codes, including without limitation, all OSHA/WISHA requirements, Safety and Health Standards for Construction Work (Chapter 296-155 WAC), General Safety and Health Standards (Chapter 296-24 WAC), and General Occupational Health Standards (Chapter 296-62 WAC). Contractor shall erect and properly maintain, at all times, all necessary guards, barricades, signals and other safeguards at all unsafe places at or near the Work for the protection of its employees ' and the public, safe passageways at all road crossings, crosswalks, street intersections, post danger signs warning against any known or unusual hazards and do all other things necessary to prevent accident or loss of any kind. Contractor shall protect from danger all water, sewer, gas, steam or ' other pipes or conduits, and all hydrants and all other property that is likely to become displaced or damaged by the execution of the Work. The Contractor shall, at its own expense, secure and maintain a safe storage place for its materials and equipment and is solely responsible for the ' same. 12. PREVAILING WAGES 12.1 Wages of Employees. This contract is subject to the minimum wage requirements of Chapter 39.12 RCW and Chapter 49.28 RCW (as amended or supplemented). On Federal -aid ' projects, Federal wage laws and rules also apply. The Hourly minimum rates for wages and fringe City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 49 2016 ' RFB ver. 4-16 benefits are listed in Appendix B. When Federal wage and fringe benefit rates are listed, the rates ' match those identified by the U.S. Department of Labor's "Decision Number" shown in Appendix B. The Contractor, any subcontractor, and all individuals or firms required by Chapter 39.12 RCW, Chapter 296-127 WAC, or the Federal Davis -Bacon and Related Acts (DBRA) to pay minimum prevailing wages, shall not pay any worker less than the minimum hourly wage rates and fringe benefits required by Chapter 39.12 RCW or the DBRA. Higher wages and benefits may be paid. ' When the project is subject to both State and Federal hourly minimum rates for wages and fringe benefits and when the two rates differ for similar kinds of labor, the Contractor shall not pay ' less than the higher rate unless the state rates are specifically preempted by Federal law. The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of Chapter 39.12 RCW because of the definition "Contractor" in Chapter 296- 127-010 WAC, complies with all the requirements of Chapter 39.12 RCW. ' 12.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter 39.12 RCW, and as required in this Contract do not apply to: ' (1) Sole owners and their spouses; (2) Any partner who owns at least 30% of a partnership; ' (3) The President, Vice President and Treasurer of a corporation if each one owns at least 30% of the corporation. 12.3 Reporting Requirements. On forms provided by the Industrial Statistician of State L&I, the Contractor shall submit to the Engineer the following for itself and for each firm covered under Chapter 39.12 RCW that provided work and materials of the contract: (1) A copy of an approved Statement of Intent to Pay Prevailing Wages State L&I form number F700-029-000. The City will make no payment under this contract for the work performed until this statement has been approved by State L&I and a certified copy of the approved form has been submitted to the City. (2) A copy of an approved "Affidavit of Prevailing Wages Paid," State L&I form number F700-007-000. The City will not release to the contractor any funds retained under Chapter 60.28.011 RCW until all of the "Affidavit of Prevailing Wages Paid" forms have been ' approved by State L&I and a certified copy of all the approved forms have been submitted to the City. ' The Contractor shall be responsible for requesting these forms from the State L&I and for paying any approval fees required by State L&I. ' Certified payrolls are required to be submitted by the Contractor to the City, for the Contractor and all subcontractors or lower tier subcontractors. 12.4 Disputes. In the event any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be resolved by the City and the Contractor, the matter shall be referred for arbitration to the Director of the Department of Labor and ' Cit of Federal Way RFB # 16-006 Y Y Pacific Highway South HOV Lanes Phase V Page 50 2016 RFB ver. 4-16 11 Industries of the State of Washington and the decision therein shall be final and conclusive and binding on all parties involved in the dispute. 13. FAILURE TO PAY SUBCONTRACTORS In the event the Contractor shall fail to pay any subcontractors or laborers, fail to pay for any materials, or fail to pay any insurance premiums, the City may terminate this Contract and/or the City may withhold from the money which may be due the Contractor an amount necessary for the payment of such subcontractors, laborers, materials or premiums. 14. OWNERSHIP OF DOCUMENTS All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files, computer disks, magnetic media, all finished or unfinished documents or material which may be produced or modified by Contractor while performing the Work shall become the property of the City and shall be delivered to the City at its request. ' 15. CONFIDENTIALITY Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept as confidential and shall not be made available to any individual or organization by the Contractor without prior written ' approval of the City. 16. BOOKS AND RECORDS The Contractor agrees to maintain books, records, and documents which sufficiently and properly reflect all direct and indirect costs related to the performance of this Contract and such accounting procedures and practices as may be deemed necessary by the City to assure proper ' accounting of all funds paid pursuant to this Contract. These records shall be subject at all reasonable times to inspection, review or audit by the City, its authorized representative, the State Auditor, or other governmental officials authorized by law to monitor this Contract. ' 17. CLEAN UP At any time ordered by the City and immediately after completion of the Work, the Contractor shall, at its own expense, clean up and remove all refuse and unused materials of any kind resulting from the Work. In the event the Contractor fails to perform the necessary clean up, the City may, but in no event is it obligated to, perform the necessary clean up and the costs thereof shall be immediately paid by the Contractor to the City and/or the City may deduct its costs from any remaining payments due to the Contractor. ' 18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY: 18.1 Contractor Verification. The Contractor verifies that it has a certificate of registration with the State of Washington; has a current state unified business identifier number; is not disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); has industrial insurance as required by Title 51 RCW, if applicable; has an employment security department number as required in Title 50 RCW, if applicable; has a state excise tax registration number as required in Title 82 RCW, if applicable; possesses a valid electrical contractor license as ' Cit of Federal Way RFB # 16-006 Y Y Pacific Highway South HOV Lanes Phase V Page 51 2016 RFB ver. 4-16 required by Chapter 19.28 RCW, if applicable; and possesses an elevator contractor license as required by Chapter 70.87 RCW, if applicable. 18.2 Subcontractor Contracts. The Contractor shall include the language of this section in ' each of its first tier subcontracts, and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide ' documentation to the Owner demonstrating that the subcontractor meets the subcontractor responsibility criteria below. The requirements of this section apply to all subcontractors regardless of tier. 18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal; Have a current Washington Unified Business Identifier (UBI) number; Not be disqualified from bidding on any public works contract under RCW ' 39.06.010 or 39.12.065(3); Have Industrial Insurance (workers' compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; A Washington Employment Security Department number, as required in Title 50 RCW, if applicable; A ' Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; An electrical contractor license, if required by Chapter 19.28 RCW, if applicable; An elevator contractor license, if required by Chapter 70.87 RCW. t19. GENERAL PROVISIONS 19.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any such matters shall be effective for any purpose. 19.2 Modification. No provisions of this Contract, including this provision, may be amended or added to except by agreement in writing signed by the Parties or their respective successors in interest. 19.3 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force and effect. 19.4 Assi__ nom. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the City. In the event the City consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. 19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns. 19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of any terms in this Contract, and the Contractor or City places the enforcement of the Contract or any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of possession of any belongings, in the hands of an attorney, or file suit upon the same, each Party shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related to this Contract shall be King County, Washington. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 52 2016 RFB ver. 4-16 19.7 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's ' right to declare another breach or default. 19.8 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 19.9 Authori . Each individual executing this Contract on behalf of the City and Contractor ' represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. ' 19.10 Notices. Any notices required to be given by the City to Contractor or by the Contractor to the City shall be delivered to the Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United ' States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. ' 19.11 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. 1 n 1 19.12 Performance. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. 19.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54, as amended, occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and void, at the City's option. 19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions of any of the Contract Documents, the Project Engineer or his or her designee shall issue an interpretation of the controlling document, which interpretation shall be final and binding subject to section 2-14 of the General Contractual Terms and Conditions. DATED the day and year set forth above. Signature Page Follows City of Federal Way Pacific Highway South HOV Lanes Phase V Page 53 RFB ver. 4-16 RFB # 16-006 2016 t CITY OF FEDERAL WAY ATTEST: te CMC APPROVED AS TO FORM ;Z— City Attorney, Acting By: i Ci CI rk, Stephanie Fenfell, Mayor 325 8th Avenue South deral Way, WA 98003-6325 Graham Contracti , Ltd. By: G eg Ritk , eneral Manager US Infrastructure 13555 SE 36th Street Suite 120 Bellevue, WA 98006 (206) 729-8844 ' STATE OF WASHINGTON ) ss. ' COUNTY OF ) On this day personally appeared before mee J e- to me ' known to be the (;t4 U 5 Inf ca shur-Au to of Graba C QC • L fd. that executed the foregoing instrument, and acknowledged the said instrument to be he free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on ' oath stated that he/she was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. L 11 L II GIVEN my hand and official seal this 16 1 day of A uQusf , 20_LC NOTARY PUBLIC STATE OF WASHINGTON MICHELLE JULIA ROSE EXP 4.20.2020 a2 -e- (typed/printed name of notary) Notary Public in and for the State of Washington. My commission expires �- ZO t O City of Federal Way Pacific Highway South HOV Lanes Phase V Page 54 RFB ver. 4-16 RFB # 16-006 2016 1 71 7 11 1 This page left intentionally blank City of Federal Way Pacific Highway South HOV Lanes Phase V Page 55 RFB ver. 4-16 RFB # 16-006 2016 11 1 EXHIBIT A a ❑ Original ❑ Revised # NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT Date: Contractor's UBI Number: Name & Mailing Address of Public Agency Department Use Only Assigned to: Date Assigned: UBI Number: Nntiro is hprohv o4von rolative in tho ranrnlotion nfrnwrart or nroiert described below Project Name Contract Number Job Order Contracting ❑ Yes ❑ No Description of Work Done/Include Jobsite Address(es) Federally funded transportation project? ❑ Yes ❑ No (if yes, provide Contract Bond Statement below) Contractor's Name E-mail Address Affidavit ID* Contractor Address Telephone # If Retainage is not withheld, please select one of the following and List Surety's Name & Bond Number. ❑ Retainage Bond ❑ Contract/Payment bond (valid for federally funded transportation projects) Name: I Bond Number: Date Contract Awarded Date Work Commenced Date Work Completed Date Work Accepted Were Subcontracters used on this project? If so, please complete Addendum A. Dyes ❑ No Affidavit ID* - No L&I release will be granted until all affidavits are listed. Contract Amount Additions ( + ) Reductions (- ) Sub -Total Sales Tax Rate % (If various rates apply, please send a breakdown) Sales Tax Amount $ TOTAL $ $ 0.00 two totals must be Liquidated Damages $ Amount Disbursed $ Amount Retained $ TOTAL $ 0.00 Note: The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract. NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of all release certificates. Submitting Form: Please submit the completed filen by email to all three agencies below. Contact Name: Title: Email Address: Phone Number: Department of Revenue Wazhingmn ware nepann-n of Works Section Labor & Industries ` Employment Security fir^ Department Registration, Inquiry, CPublie (360) 704-5650 Contract Release -rte Standards 8 Coordination PWC@dor.wa.gov (855) 545-8163, option # 4 Unit ContractRelease@LNIMA.GOV (360) 902-9450 publicworks@esd.wa.gov REV 31 0020e(10/26/15) F215-038-000 10-2014 City of Federal Way Pacific Highway South HOV Lanes Phase V Page 56 RFB ver. 4-16 RFB # 16-006 2016 Addendum A: Pease List all Subcontractors and Sub -tiers Below This addendum can be submitted in other formats. Provide known affidavits at this time. No L&I release will be Granted until all affidavits are listed. Subcontractor's Name: IUBI Number: (Required) lAffidavit ID" For tax assistance or to request this document in an alternate format, please call 1-800-647-7706. Teletype (TTY) users may use the Washington Relay Service by calling 711. REV 31 0020e Addendun (10126/15) F215-038-000 10-2014 City of Federal Way Pacific Highway South HOV Lanes Phase V Page 57 RFB ver. 4-16 RFB # 16-006 2016 1 1 1 1 1 1 1 EXHIBIT B CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT PROJECT CHANGE ORDER EFFECTIVE DATE NUMBER NUMBER PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: The time provided for completion in the Contract is ❑ Unchanged ❑ Increased ❑ Decreased by Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No PRICE CHANGE LUMP SUM: INCREASE $ DECREASE $ UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QUANTITY UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: INCREASE $ DECREASE $ STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. CONTRACTOR'S DEPT. DIRECTOR/MANAGER SIGNATURE SIGNATURE City of Federal Way Pacific Highway South HOV Lanes Phase V Page 58 RFB ver. 4-16 DATE RFB # 16-006 2016 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER *ADJUSTMENTS NEW CONTRACT AMOUNT ADJUSTMENTS CHANGE ORDER ESTIMATE IS HEREBY PAY THIS ADJUSTED AMOUNT *Adjustments: $ $ ❑ INCREASED $ ❑ DECREASED $ DEPARTMENT DIRECTOR'S SIGNATURE City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 59 2016 RFB ver. 4-16 EXHIBIT C ' NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS NONDISCRIMINATION IN EMPLOYMENT 1 TO: ALL EMPLOYEES AND TO: alfj�� 44:v'i� '(Nanie of Uni n or Organization The undersigned currently holds contract(s) withAlAq involving ' funds or credit of the City of Federal Way, Washing n�,or (a) subcontract(s) &ith a prime contractor holding such contract(s). L7 11 You are advised that, under the provisions of the above contract(s) or subcontract(s) and in accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant of employment because of race, color, creed or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION RECRUITMENT AND ADVERTISING RATES OF PAY OR OTHER FORMS OF COMPENSATION SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION This notice is furnished to you pursuant to the provisions of the above contract(s) or subcontractor(s) and Executive Order 11246. Copies of this Notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. Complaints may be submitted to: John Mulkey, RE City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 City of Federal Way Pacific Highway South HOV Lanes Phase V Page 60 RFB ver. 4-16 6 d �� ' LA, 'A �ILC& C ontractor or su/bs t aon rracctor) Date RFB # 16-006 2016 1 I� �1 J 1 1 7 `J EXHIBIT D CERTIFICATE OF INSURANCE City of Federal Way Pacific Highway South HOV Lanes Phase V Page 61 RFB ver. 4-16 RFB # 16-006 2016 GRAHCON-02 MJOHNSON ACORO CERTIFICATE OF LIABILITY INSURANCE ATE (M MIDDIYYYY) P8/25/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Hub International Northwest LLC 12100 NE 195th St. Suite 200 CONTACT NAME: PHONE A/CNo E.0: (425) 489-4500 q/C No): (425) 485-8489 EE-MAIL s: now.info@hubinternational.com Bothell, WA 98011 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Travelers Property Casualty Insurance Company 36161 INSURED INSURER B: The Travelers Indemnity Company 25658 Graham Contracting Ltd. INSURER C : Endurance American Insurance Company 10641 INSURER D : 9709 Third Ave NE Ste 300 Seattle, WA 98115 INSURER E INSURER F: 05/01/2017 COVERAGES CERTIFICATE NUMBFR- REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSIR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MMIDDIYYYY POLICY EXP MMIDDIYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 CLAIMS -MADE ❑X OCCUR X X VTJ-EXGL-5643B950-TIL-16 05/01/2016 05/01/2017 DAMAGE T R N 300,000 PREMISES Ea occurrence $ _ MED EXP (Any one person) $ PERSONAL &ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY JECT LOC PRODUCTS -COMP/OP AGG $ 4,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (EaB BODILY INJURY (Per person) $ X ANY AUTO X X VTH-CAP-5643B962-15 05/01/2016 105/0112017 ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Peraccident) $ PROPTY DAMAGE $ PeracciERdent XX NON -OWNED HIRED AUTOS AUTOS $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 IC EXCESS LIAB CLAIMS -MADE X X XSC30000100600 05/01/2016 05/01/2017 DED I I RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN VTJ-EXGL-5643B950-TIL-16 05/01/2016 05/01/2017 PER OTH- STATUTE X ER E.L. EACH ACCIDENT $ 1,000,00 OFFICER/MEMBER EXCLUDED? ❑ (Mandatory in NH) NIA E.L. DISEASE - EA EMPLOYEE $ 1,000,00 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: W16051, Pacific Highway South HOV Lanes Phase V Additional Insured as required by written contract: City of Federal Way. Coverage is primary & non-contributory. Waiver of subrogation applies. See attached endorsements. ' CERTIFICATE HOLDER City of Federal Way 33325 8th Avenue South Federal Way, WA 98003-6325 I ACORD 25 (2014/01) CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD VTJ-EXGL-5643B950-TIL-16 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section II) is amended to include any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b) If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. 2. The insurance provided to the additional insured by this endorsement is limited as follows: a) In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured shall be limited to the limits of liability re- quired by that "written contract requiring in- surance". This endorsement shall not in- crease the limits of insurance described in Section 111— Limits Of Insurance. b) The insurance provided to the additional in- sured does not apply to "bodily injury", "prop- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or sur- veying services, including: L The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, drawings and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional in- sured does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products -completed op- erations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that oc- curs before the end of the period of time for which the "written contract requiring insur- ance" requires you to provide such coverage or the end of the policy period, whichever is earlier. 3. The insurance provided to the additional insured by this endorsement is excess over any valid and collectible 'other insurance", whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover under this endorsement. However, if the "written contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to 'other insurance" available to the additional insured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance". But the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible 'other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such 'other insur- ance". nsur- ance". 4. As a condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give us written notice as soon as practicable of an "occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: CG D2 46 08 05 © 2005 The St. Paul Travelers Companies, Inc. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 1 of 2 ' COMMERCIAL GENERAL LIABILITY L How, when and where the 'occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and iii. The nature and location of any injury or damage arising out of the 'occurrence" or offense. b) If a claim is made or "suit' is brought against the additional insured, the additional insured must: L Immediately record the specifics of the claim or "suit' and the date received; and ii. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit' as soon as practicable. c) The additional insured must immediately send us copies of all legal papers received in connection with the claim or "suit', cooperate with us in the investigation or settlement of the claim or defense against the "suit', and otherwise comply with all policy conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit' to l tPage 2 of 2 any provider of "other insurance" which would cover the additional insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to the additional insured by this endorsement is primary to 'other insur- ance" available to the additional insured which covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. — DEFINITIONS: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury" and "property damage" oc- curs and the "personal injury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contract or agreement is in effect; and c. Before the end of the policy period. 0 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 Policy Number. VTT-EXGI.S643R950HIL-I6 roulmERCM GFW-R - LIABILITY THIS ENDOFMW-NT CHANCES ENE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT 11N wE..wro. n.M.. uwur•nes Wr Aftd uesw lh IWWw4 CONA EROAL GENERAL LAMUTY COVERAGE PNET GENERAL OESGIOrnow of COVERAGE - TIM wdww!mm ObaESM co•wwlA NawN.. mw." fa w7 non. dNwapN a m.dlW MD•..o1 daa.- M! -t d b PlwAafPT. d Blowl. 01 PaY be w.A..V b MRnned W Anall.r A w wN4 b b, &.was PaK bel -W cN.w* b. INIM. P.o..ior'A Oe ;wt N b b ANNRm&A <•IV, Un . !ons W . kwNd *so* so es aObNa!e.!R. TIN NEW W .0" A A Nwura ft .0sd.APAYa ft llllulow AWAwew^**M MMN AMAa.A.,Ii d NbraWlMN I. Aa dONwMN ww b roa.)Dur OAMPY 0wAI/ b dallmeYl. rlphca AIloo. l/b vNti w ENW aIYNr". A. AbUNR QN !Mb WM PW & ONn,A To Pn.aAa.. RA4.0 TO You C. IlKltoolD SWONm.-toy fty nom D. 1ndd.ntw W. l INes- E 'Aro A M in -I - N,* Ao* d D, Fa -o OnoNni, ns f. Mhb w M InN..W - S`N d A N- w+N!.red - UmA..d Swra•rW6 G DM.AI AO0bl.1 -.W - Chan- Nn,Ms Or LA.Io. W pNr1ANN PRQ NDmB A. AIRCRAFT CHARTOW Al" PILOT 1h. !obwY!g a +1st n E.pr.f �. NrinK Aesp 01 1.0 -ft. n Pw.pEb 2. NBBGTIOM I - COVERA095 - COVERAGE A ODDLY W JURY AMD PROPERTYDAaLOE WMRAY' TM asw.ron e.- ad AWN to M --fi 411 A p)cllNalr.a.aelapbabafy tNAW; 0 1 Na.l.wbYa!rytWNR1d pi Nd bw4 nod In --v -y p• N. ««0.p ANY W. des E. DAMAGE TO PREMISES VENTED TO YOU I. TIN Anl pogMh d b ,a*- N En watt I., 0Rm11w TR pa*". w lite ~ 2 f SECTION I - C0VIERAO f - CONERAOE A ODDLY MARY ANN PROPERTY DAMAGE L"Lffy w do*.* 2 To bfww191rI IN b bt poNmw0. d P -W.0 t EAcAr.)A..., d SECTION I - COVEIAGES - C0VERAGE A ODDLY IL @bW ASO" IAMO - L t M O HENT EgNpINN L L.Mw AYMbnt Aman - xlON p P.Ow A KmAENNA I&fi-p 0an 01011~ K UIMMrtAMIOnftw. L awwNWNAWN O&& p wn IL MwwldN S my IMav OAwwbn N. QVA.3W LAlwxy-RrYIA.d. *"Y AND PROPERTY DAMAGE LF E<mr«. a rl w -Vn n. 0.o as -v l n Gan.AN --"' Excu- Low.) NNaS w abort M "DNRNNI domm" ow •r L' Eft. . Expw-n. L SrtbW NwaNplNm w,0., Sra.Aoww�n «alTaw9:. .. WAtAr unNN Eudwnn r. d SAcbw f - C -ft. A Sawnr Ny to A14 plw." Ql-W LI. .Ky A r.P- ay an y!w amm.m!!m n a. C.-." PW Mwh F- - AN P Am OWry 0, D..W . T.W P.#~ F- 3~ A w IAA. A I.Dwwa fad d mAc.lcA .paN. b .'AwPN.A 3..w M aw b.0 n p- ~ r. x SECTION E - LIMITS OF w SULANGE CO 133 IS SS It -r '. 11 1 Th booing . ANws b pw•pa. L a SECTION M -!ARTS OF WSURAW-E F. M• au,P- d NHu!I.N+q dM Aoara. .o EoW OoalnNnn L.N. AR ! Acb a omawm. -nnOd n pnTlAwv .'Wog in A-d.,V-%n4' m.tl'r.W ru-W Ara AW Siood SwY..AAn -. Wf b m1' 0.r Pw. Ww Os nbwl.o b b. «. "oeaAmnaa' ♦ TM !ahwwq Au1uf..+ N C..oaad SNG 2.dAtn- COV SNAG" -COVERAGE *DIMLYraURY NDr.e LANLm SAM D• iMwnwwuticaA 9mwy .Spy' . -w.Wly ar,ty.• Ad1Y1g 0.RdMWNhAg NV, of•OwrlAw1nMsr co c o wb . . wM. ~-'s- co ..6.dpllN• .. mm.:tbd ... WAG 511 Wwwadp• . d, !h.waetl S TN W." . vMW n 7w DEFINITIONS S.wm 'bdOmM anobal w1N Nm' nwmE a AASP.I. -220 7NK .6".y. nNy I-" wrYAA «ti's.-n.K •MHA P nNtCWR . fu rw11W A.AYWQ d a rh nA...lA1q n, aepw.nq a ..p « rturacw. 0.1.k r AWMI NIIMMA . mpbsn- 'GDW SAmArlrl .ami•• rtes. arty wnw- pMmyf Ifwpmt xryiw IS.YND1 a oopwm ooNlln N narnAa «rAewwN 0. l7N h.oAYq m aoe.d b P.I+OrapG 0.i. Ea- 11M1ra d SEIV -COL NOR GENERAL I.MkBmTY coma- ims! RA lwrw.w N ors rtes Ally .wd .d moan EIMFavarof xIN %MAY ANA. AG.ftN p* -v. Aapls, .* w 0.M.h. bpi VNt.-m w b Am AT yv 'w11.0Y••.' . "NawA- W..w f. "bomy lw tht MW .. a p -k" . TWt b wm" wk"w nr " AN, Wuf . Ara Md .'OCW SwnMa Nmab' b Airy pow- b fes .owl roes sugM to Pa I iAAII cl S.cbon N- Who I. M VwwW E. VONT IB AN INSURED - MI MLY ACQUIRED OR FARMED 0RGAN17AnOKS Th. btNwlp noo- P.•.a.Ph A. d SECTlo" a -MHO S Am MSUREo COMMERCIAL GENERAL LeA&b TY I MY nnj- ton I- -w FANS acgun «Arms alyp tl.P . pwtw9h;p, lawn w.oN . Wn- NW INN w mlq,ny, d wfa[A ben w fes .ale . ;n MNcn You mwnNin !lA m► way 0..Wow forma, WA quwy N A NW.1 *NoAHwa Mrm titer. IVA ipp H.> esIYwN rXwANq. M Mw un BNNaw. Ib+rAYa A. Cow,. Wbw bre .PrNion + atbre.a -W (1) unm tw Taft no ,Mm 1Nrl YN aq.Aluf0. . MN .rb d Vq Poky PNlod. +riches. r .awes, iI you do na tape Nzh «DiN.tboR n Wr" ban.l>l 18D A" AAAI you Nro . bot A:. W uw t .4 d 0.w OCA:y pAn w, Ares) 0.M oow. NNr NNW tae day. A. res AWA.. foss V h al9n.atbr. A Yaw NW .N Nw0 b w .Ages TSD mlo war y .oml!w a F -- A, -a Aw onA,.W'Aw AM- --q Mw a.amat 4.N b be. N- in -i -im arb d Vl•o kT wird. b. Corw,. A doN nd ANA b'bWft .*W . brcOWY drupe• dot mciffred base yau.caeW . !.r1l.d 0.r eprlUaSa: 0.W C G..." E does n. Way b'PwNrW At Wf . -W-"m .9.Y' .e;.D 0.1 d An w3am OKupRW bones Twu -Nowa « !ArmAd 0.N agwrbtAn F. YRD a AN WROM D -BROADENING NAMED N1pURED-UNNAMED MUS ES The "mig a WNW b SECTION 11 - WHO S AN SMURM 40!0'dYpa.I olmooN. mfr man. pnlAluenp• NAA AWnAvA « A1W.d 4611, c«npenv, des N .d a- AN, . Natal ini-I 0.I .. D•.0..► .0 Y. a Nwr.d ±hayed d ^-k". a 040.E onaw AesNNt d m«0. TNl 50%n s1M a1bw1 ary a Nb Nat dAY M b PNIILY pMfao. No n+dl wb.0NNY N am *..d W-.dq W a 'atwfh dpUp1' ONE opcvgd..'pma.A AAM^ « 'swwwwp "W -W W M .1- ME 4b ON. A ". Anq NN poky mo d. to you ro MIEN m•tmfn An -*m cesuw d resro ban IOTA n weal les "Lily CG03 is 1111 • AMI nW rN.w+•w;+N0-a-.1.r•... CON{ERC W. GENERAL UABIU fY L ttlA bi-" -1- Pb.4agh L d SEF nom m -LAMTS oP BaIRAmcE S osw n S. Ab- NW Damp. ro Aes RwN.. Ta VW iJmA N b maN A. wW 0" YON COYOmw Abr SIampa am"" d'paw.t RtNOB' w Any .N maa N• Th D�a0p T'. pnmw•. Ronw To You uRA wY aay b 01 TbTpww dNrt.1. "Iti.st *A 5y WA .nm. Ampf..I kw eI!dl d1l.aOo aft Man. b;NOII.b.AigNNns, Ates Moult : IIIc. A•. Atnb..n. «Igr- «!.Has a •Fry molinboads /s0lr ou.q. rho DWOW To Pial... nAnNd T9 Yon unw r b.. A. Th. al....Ibyn b wN O -W T. RPMMU Rum To You LAPw m IN Owba" . as NA Co.s,. PSC w L 1JOO,ow d wo MAaaN A WfOArI 4. M ONAMW To Pr/AN f Rw1Nd To You Lwd Tn M D•marakna of wA C-* a Pwt A. the .N." t.Fm- Vnl.Qpfr L w M d.Ambpn d %--d o.b.d' n des OFSM- TIOIS S.0m. L A lWduO N. w tallfa Of .e+Naw. Inw- Aw, out p- . NN mxna M A r• d oms• OW -.-A- APy Pmwb a .9.44010. f. prwAN. darnBlF . o. a `erne emw.er a A.aaW b d. DF.FOlITIONS TAp1fw dxwSa` n,sona bloat $w. ,Yb L NOW "MOM MIP NNW M IN of THAI. M -my 0.M w by YA. A c- 0 aNNbn aMA-,,« b TnAx A.nA.I.n .+n..A+-AN Aum 4ww.M.nnMNbw.Wy.. A- pNWAses b. A PWod f AaAN.r. IN.Ar pm.A ftv. a Tlu . w=0) so= coo== Luwlm T C0NDITION& 04 a e.rAwn br'Plw!ma+n!!wn^. T Pww" "(I{ tc) d SECTION N - COMIERCiAL GENERAL LAINUTY COW ornowA rY -d C. INCREASED SUPPIEYEMTAltV PAYMENTS I. =ARlk Pw,.al /JA d V TS - COYER+ Asea A AND a . SECTION N ! - CNNER- AGE: L 1M b 17.500 f. Mb aces d d bads NMMYS DREu3e y NDRIME or trEAc wNwwaSwNaawq o. IMWY Awn C. M b ANdI , soft IMAM Lwow a.,.YV•doedM.EbAa- nMMYW.N. 2 TIM NBBMi fbEEnw PENgNpIN IM. d SUPPLOMMARY PAYMENTS - CONE!• AGES A AM S d SECTION 1 - COVER. a AN nom -Aa a.Gwmap t...W .Y M -M M. r..w b mm eswb -wNIO br . d•AAAA of Ow mon . "IW'fcbwng aIDW low bNarNwp, b 1500 A •N poWA d 0- d1 Iva OEF wwllpNi .IprA D. NQOENTAL iDCAI MALPfACfmS 1. Ghe boowAq. ad ONIMM m d'o> aArwlN' m 0.N SAofac .ft -ba' s.o nNNN. a A. « oNNAm ces.wlLA w mood" Aid 'G.W N l 0. I m .wwNA•. Arg .b . 'DOW SNAIw1Ml NIIIoaa' b a paNp+L 7. T/E NaWg AaINWb/w,rwhS.AIT).f BBciIOmS-RAD SAN DISURA: "«•9llwll 11)Ial Ni -A 0.1.. a. '4" b Tlodar rw dwq od of pa.IdAq « AN, e"Ep - m S "Oft.0 baba omr i w W ANY a you'.wp y 'A.6 --ON,* vs.r, n pmmwNPes, a.esW eAufaN nawi wow tMN§M W WW.Y Ives cwl.dtMw.w.•.nWC.. MI Fat am a'ONW Arnalaw mo fpr'W Mw JINN-w4bpwr' . ^vk~ xolyd.-. aIM na wrdwy0. w• uN•w dOAnf. Any P-Mis ft pbYY•.' . NNWIMW ARS'0uaSSNo, ~NvwfNANwuu b• darn" b 6.SN,M0. ." a flw Ar+1pbYRNrA W 5.e «p.AmWlp duww N.NN n.. mlllM. Your tww- dHA oaq.2dS •Far++w MawwA nNwMTrw.aw..Nhw.wwr.n CG 031611/1 COMUERC:AI. s,EN1ERAL L'A81Li ry G. BLANKET ADDITIONAL WWRW - CANNERS. MAKAOERS OR LENORS Of PREr5E5 '.M'oNOWMg W adbd b SECTION N - w0. IS "INSURED Anympwan V yymAU*- Nest ,a . araesa nr.wsw « Nwr w Mac sou tort 1W. n o mom W i1 NO- con w 4 xa.odYl tAA Y*I mdb "AMWAY V0. u N f"WA to WY eNM.ANNa , N esbanml f« badly wPF1'•. •,l -*W 4111,•'. 'Aroanw A . Oo0wy ".Y' « -ww" own,Y Tot . 'TW!Aana •M•y' 0.r •al.ewMaq GN.w N a ortww com M uW.W Nd. -,Ant Alt Wn- I.mx. Aaw++e:R AW b. ANN 9w d d. -.-q., .Haan . w d Nest p.'1 d Airy pgmw. b 'SAI. Th lrNnra p-Wd b Audi pra.Ar wAnr, mwl,w a Wear. wAwa w des a1wo.Aq p.0. NWmA L TIN AMU a YAlfmlow pI.YE" b No N•w.w ow W., m.ug. cA Air w bA oN m'n�m.n ,- NhiY1 r. •8!wi0 N. area o.Wa . aSNAnieft « wA YA1w k- a Aa D•dwfln.. WAa- art -I- b. TI. A..- PlovlW b .W1 -V- "ME marmoM.law Sax INN SIW v M Arty 'bwiy w%W . 'a.pwty dopa.' 0b1 sou '. -wMnw airy'.•W-- .6v -W --d ov No ON.- f!w . --.A...n:1we, anN W" c.Ne m be A Aenat ;2) S1nx:Nra aberAOw+.. �r ewaalteion. a.nlolNhYl CGetp pMbT.d IX a n.IAW a w5l PNfrA•.. oNM!, Y.a A. 0.r 'nA'nf1VA.. a Th rWvrnl(N aro.+dw n Abel O•.m.A. qPn« rtgnapw bb. W. a -.w Ne rsA1.pNM W. fe.awcW NAN.W ro Aecn prams arta, mNwAM «.A•. M.M.r P,A'I..y, cxo.w, • -v- . y DIM. .¢.W W Um nA an .-trw . ap•.A.rN It""' 0ry AURnte mmt 0. .w 2 b, a mlfAUarY ANI. wKn Mw fr,' ulcp. n .n0. noncmfeA.A.y Wvn .rM o5.r nrr- fL IRANNET AODRONAL IMSUR£D-LESSORS OF LEANED EOUIFENT TiM bk.Wp ;A eared n SECTION K - vato IS AN INSREO My p- «egrAtaaw Aw A. An AW.prYnf Alar w.N MAI you 1. as * n nTn� A.R. fag.1A. M - ' eM >n to N W ANNA M b a YnurW, mut can rah n OWN n o•Niry FW 10.&V ^w!Y.'PopaY am aD1'.'p.aalw A.Wy' «•.awrl.wg 40.!1' OMC 'e maMr try' «'pr p m d -W sav noNr.. A 1p. -W wiW' «'WIwIY.q "Air -ami by a W.- eat A brw nt r1, I'Aw«rmr b NIA -.4.1 d M yea- yxt «ApAwnwd: And b. N nuoa0. n amds .. out by yaf mu a aawbN n b nN dMVN N. opw . ..0.A . "IApr1MA IININN b yo• by .1N .pYp+.m Nrupr. Da.1N•NPCN .w.Naq b Na rQIIDma11 W- .Iwpa b w• nwlrMq p.P.IAiA.w N. Th Gnu d wW1w.w papula b RMT a fav WN be b mYwmwn IL1yN Mlle+ yYNV es ,INA b PIowM w t rdfoNN u.11n MNMdp MISYS M da, ON DSWpraSpr0. .1CHauer mw Iona L Ila .IwAM10w OIo'AIINI D b" ".bawd .Av does roe A" b -Y':-ft .Nary . plwpwly ownmw Mm o..... 'pwesNia ry.Y'.'Aa ltlafq espy-: bf aa. amt o"'1 .:doll bW, a1M M -MAO Apse rpf.w. G Th Asses• p -"MI n 9ud1 A'F`FF- I.- is NA[NM tam any VwMd .0 anwYldSAl1 n"-IlY1Aaes aAawr b auW AgupllnA .O.Yw pa.rrv. Npaw. Pa1YwBMt an .fry aw ]aNl. unWE you hes es AruranP Abr.Ad I0. I. wm1• . Aa+w•N4 0.r Nmuttft bo panus* o rot+AAanbebry Wit, du!A1 M. v+wlen!a. n ;Arco ow Y.I nwrwKa nE es mm n. wd non.00nlMW !Y nW!, -h ~- I BLANKET ADDITIONAL INSURED - STATES OR POLITICAL SIlw161mmm- PERM M fn• !No•1rg :. aNMd'o SECTION A - RANO if AH IN34URE0 Mr Iwo « aalwca waN.eAn ew nes eauW A pwrtut n m.acbpn wkn ooara.me oprtar i oy yes > m lo1A Arta nnp Moi You w NT/.. P."3.0 FnpAddB oma - I--:- u.pns •....w CO Da/A1111 J L7 L 0 .r ..y oan.aa. aw a nu.aMal..r n +Ka,a. r en a.dtonr rarw an Pr Oc.w.w van m •xaAy NYY. 1*r.M .rMw'. 'PR.Mm .t pR� ar'adYf4M9'•!YY a/YnY out d t�tA a6 at.a.e4. Tf Yswomm "Add to wah Aft « Shcml .ubeyri«t eau rYx appy n A. Am •may "my: 'pm" a-sk' amel a*•1' ar iwlvat..nq ow arm rnp d apr�nna aM«... r« Mt .MM « ao A A.y `.cdTY !ry..y' a '«awry Mtep•' ex Caxlae at.eB'@tWU.pcompMM..a.M.Mw ri.zzeY I NNORYLEOW AND NOTICE OF OCCUR- RENCE OR OPEENSE TA 4.Ijo y,a.a.w 0 PRIpwlt 2. OM. 1. i a— d 0— Off— CYL. ar S.A. nl S*CT1ON N - CONrtlIdAL GEW ERAL L1AlNITr CONonmm. w T?y Apll..irp /Wnfas .Ppry b P..Qapr A. dmL WA a1•I Mr.M ok"amm d man a11>wp.PaMd.d NaIM TMI Cb...Re Pak n y.RawyEfaw ara a P.R✓QaPM 1. «T. .rl.R.RN_wrmA.I�..c m man a yr d R1dt Yaw aaNRw WA wawa«.c.a a..sY Y. Yr •.Maw.to- er aP... R.1MYIwTYR Tw w r *swd '4 w a/ 3a. PirwMa M "oft" TYM . r PttlYRlwY Il p.0 NR . pwst.Rfp « w1Ywt1R..A w dewy nMayr. wo b r tIMNIQf f.P r..1PMMa iWiN( aanp.l}, R7 d vM. ....Wk. 0w MS aEtlrTlw • PRTf<MItu.PRw «trio/ tdp •Amew+wnVI ar rT 1w *W macaw W vau a on Now mr'amnraa'tr.fMM. (TI tl pa ra. P.aM.diD. pw v.a.M . tir114 nNM•.a.iw. --N~ mm,w% PM r4klr —0— v k1M. M+M w Yd•'dMi, nalc. M wd.uol SIM .n aN*w R... w #F Mnar a.RM—lw. tna•R.y W MY wl1T" *" * (.j A.1MFNa mMr.fMdMw PPd. •.w0r)cY. wT+..w COMMERCIAL GENERAL L"LITr sO A .arrp« d — aaaa•. wei.y pq An ueaw• dAur « aaxmr d any.n.r oa)M„:roe. mM..Rd P.1b.. rim +MV. nYraPM; « �) M➢ +Aww�. by >vw abA.v •t•�NM v Ww a*..Sbn Fq a.m. n r d •et'..a.t.tMr «dan afwM. •r iM Ml It N a r gAPw .aTe r '.dica.M R ,t OEaM.t .w hM r .am ea Pt•Maa 1. TNT.ad. .w C-rvw evm MA11lf. To dpp w «,ry Y>w AtDrP.bYrwawwq W man •occtn.nrn• d a1s.w Yar w awleYeM .4 ..y d 4 Ma... a► .CrE•. a PNRRYpf. i ma mama bwmwa Yw10.'v2viR•� af.firM .t./ t.4�# p.wi. M MYaf Yt.I.aRR1R. parte.. uqM ... C.raq• P.A mry NOT 'bwYV.r, t a'Y C... w Pm O.M. Tndy +7•Y « •Pra.ky a..MRr « P.%o.n aa.N rrg .W m . d.dM1W. rt.eae « r atn. a `P.Mw• u.dt wsnaa.. nwbem.ra TMt M dMTt.w, rM..as « a.o.p. d •pP.a� .y.f' naaK b. nvRva n w wM a ...PA. na.m.r a " MIM a N.tWI . IM. PTela.b w Dar rpt .O.d Yad wars mane R INIWIMTION�f. IM O�tMIM T" kft" . am" n P& -"O IL. mwP WXIVA II.. of MOTION N - 001MIENCW. aBIeML LIMINUIV OOIPOIf lOw� TM "Woo RZfIR01 of, at wP1I1ow AW M. w .fr. *. P W d d by vw wrA M A.tY.fw. itN.y w O.fp a rot PRI. Y.M N1E •Ww . d...tM MMY.ta.. FIeR.e.t some" ,.N... w *WNW aw tl/•t N .r.dMRt « ...t.r..1 w ..Wda.r ,0 .pplkrM aM..a. rw a AipwN. L RLNRRT INAMOR OF SUMMATION The t&.Ag a mow M Pspapl 4, TaiNNr Of Wft Of RM..Nv ARMEN Q I TO O. a SECTION N - CONNMGAL ONRIUIL LF AgAlf►OONORIONR I COO 11, .tw.s+w run..wer..r�aw..a. at`larw•+1. vwOssas n a.M Y...r M. ss..f a..irad M p.F q 00 a .u1•. fMt .MwaT pn d Mwr.r w 0 1.P.. ag. uw dL rw w4..iY nlaarrm.v+R.urt.fR..P..1wMao tNL Afaafjaf w}e.YRfN...Iw batty or i '191 Yf.Ir a l.wy e.nns.' fN ao- Mi Q b. T%.M1N YIRY w L4.aaYy avY NYNY b) w.l.w.11.t Nea1.tYYR wPa.m+NT n r a.a�R1 d IN.I cm..d « YI. AARro®worLr R.adv olrlrnow nasty F 9nOEFRRt10rw SaCUolx & 'lady a*w — b..* .P.v. —. uvw+•..r nF•v. +roe*. vqn. a.a.�Mv. IaYn •av PM.O.. Udrw «drr. *a y Y .YR..l ..arr •MYRns • d fYYMMwT.M M. CONTRACTUAL L/A/a7fr-RAAACAOR I, 7M "Wo alb0 PdpIOR 6 d T1e atAnN.. d �'�..a «.b.W p .w 06MR- TIORRS" Z. Ftumemo f.(1] d 4 .Man at '.Wl d Tn oefor ow Sodic. a a.- ta1aG PN16ds CG 03 Is It 11 COMMERCIAL GENERAL LIABILITY POLICY NUMBER: VTJ-EXGL-5643B950-TIL-16 ISSUE DATE: 05/01/2016 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY TOTAL AGGREGATE LIMIT OTHER THAN PROJECTS AND DESIGNATED PROJECT AND LOCATION AGGREGATE LIMITS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE The Limits of Insurance shown in the Declarations are replaced by the following: LIMITS OF INSURANCE Total Aggregate Limit $ (Other Than Projects and Products -Completed Operations) Designated Location Aggregate Limit $ (Other Than Products -Completed Operations) Designated Project Aggregate Limit $ (Other Than Products -Completed Operations) General Aggregate Limit $ (Other Than Products -Completed Operations) Products -Completed Operations Aggregate Limit $ Personal and Advertising Injury Limit $ Each Occurrence Limit $ Damage To Premises Rented to You Limit Medical Expense Limit $ Excluded Any One Person Designated Projects: Each "project' for which you have agreed, in a written contract which is in effect during this policy period, to provide a separate General Aggregate Limit, provided that the contract is signed and executed by you before the "bodily injury" or "property damage" occurs. Designated Locations: Each premises owned by or rented to you. PROVISIONS A. The following replaces SECTION III — LIMITS OF INSURANCE: 1. a. The Limits of Insurance shown in the Schedule above and the rules below fix the most we will pay regardless of the number of: (1) Insureds; (2) Claims made or "suits" brought; CG D4 69 01 09 (3) Persons or organizations making claims or bringing "suits"; or (4) Designated "projects" or 'locations" shown in the Schedule above. b. The Total Aggregate Limit shown in the Schedule above is the most we will pay for the sum of all amounts under the Des- ignated Location Aggregate Limit and all amounts under the General Aggregate Limit. This includes: © 2009 The Travelers Companies, Inc. Page 1 of 4 ' I Page 2 of 4 © 2009 The Travelers Companies, Inc. CG D4 69 01 09 COMMERCIAL GENERAL LIABILITY ' (1) Damages under Coverage A, except the Schedule above and described in damages because of "bodily injury' or 2. below, the Designated Project Ag - "property damage" included in the gregate Limit for any other desig- "products-completed operations haz- nated "project" shown in the Sched- ard"; ule above or the Designated Location (2) Damages under Coverage B; and Aggregate Limit shown in the Sched- ule above. (3) Medical expenses under Coverage C. d. Subject to the Total Aggregate Limit c. A Designated Project Aggregate Limit is shown in the Schedule above and de - provided and is also shown in the Sched- scribed in b. above, a Designated Loca- ule above. The Designated Project Ag- tion Aggregate Limit is provided and is gregate Limit is subject to all of the follow- also shown in the Schedule above. The ing provisions: Designated Location Aggregate Limit is (1) The Designated Project Aggregate subject to all of the following provisions: ' Limit is the most we will pay for the (1) The Designated Location Aggregate sum of: Limit is the most we will pay for the (a) Damages under Coverage A be- sum of: cause of "bodily injury" and (a) Damages under Coverage A be - ' "property damage" caused by cause of "bodily injury" and "occurrences" and "property damage" caused by (b) Medical expenses under Cover- 'occurrences" and ' age C for "bodily injury" caused (b) Medical expenses under Cover - by accidents; age C for "bodily injury" caused which can be attributed only to opera- by accidents; ' tions at a single designated "project' shown in the Schedule above. which can be attributed only to opera - tions at a single designated "location" (2) The Designated Project Aggregate shown in the Schedule above. Limit applies separately to each des- (2) The Designated Location Aggregate ignated "project'. Limit applies separately to each des - ' (3) The Designated Project Aggregate ignated "location". Limit does not apply to damages be- (3) The Designated Location Aggregate cause of "bodily injury" or "property "products- Limit does not apply to damages be - damage" included in the cause of "bodily injury" or "property completed operations hazard." In- damage" included in the "products - stead, the Products -Completed Op- completed operations hazard." In- erations Aggregate Limit shown in the stead, the Products -Completed Op - ' Schedule above and described in 3. erations Aggregate Limit shown in the below applies to such damages. Schedule above and described in 3. (4) The Designated Project Aggregate below applies to such damages. Limit does not apply to damages un- (4) The Designated Location Aggregate ' der Coverage B. Instead, the General Limit does not apply to damages un - Aggregate Limit shown in the Sched- der Coverage B. Instead, the General ule above and described in 2. below Aggregate Limit shown in the Sched- applies to such damages. ule above and described in 2. below (5) Any payments made for damages or applies to such damages. medical expenses to which the Des- (5) Any payments made for damages or ignated Project Aggregate Limit ap- medical expenses to which the Des - plies shall reduce the Designated ignated Location Aggregate Limit ap- Project Aggregate Limit for that des- plies shall reduce both the Total Ag- ignated "project'. Such payments gregate Limit shown in the Schedule shall not reduce the Total Aggregate above and the Designated Location ' Limit shown in the Schedule above, Aggregate Limit for that designated the General Aggregate Limit shown in 'location". Such payments shall not I Page 2 of 4 © 2009 The Travelers Companies, Inc. CG D4 69 01 09 reduce the General Aggregate Limit shown in the Schedule above and described in 2. below, the Designated Project Aggregate Limit shown in the Schedule above or the Designated Location Aggregate Limit for any other designated "location" shown in the Schedule above. 2. Subject to the Total Aggregate Limit shown in the Schedule above and described in 1.b. above, a General Aggregate Limit is provided and is also shown in the Schedule above. The General Aggregate Limit is subject to all of the following provisions: a. The General Aggregate Limit is the most we will pay for the sum of: (1) Damages under Coverage A be- cause of "bodily injury" and "property damage" caused by "occurrences", and medical expenses under Cover- age C for "bodily injury" caused by accidents, which cannot be attributed only to operations at a single desig- nated "project" or "location" shown in the Schedule above; and (2) Damages under Coverage B. b. The General Aggregate Limit does not apply to damages for "bodily injury" or "property damage" included in the "prod- ucts -completed operations hazard." In- stead, the Products -Completed Opera- tions Aggregate Limit shown in the Schedule above and described in 3. be- low applies to such damages. c. Any payments made for damages or medical expenses to which the General Aggregate Limit applies shall reduce both the Total Aggregate Limit shown in the Schedule above and the General Aggre- gate Limit shown in the Schedule above. Such payments shall not reduce the Des- ignated Project Aggregate Limit for any designated "project" shown in the Sched- ule above or the Designated Location Aggregate Limit for any designated "loca- tion" shown in the Schedule above. 3. If coverage for liability arising out of the "products -completed operations hazard" is provided, the Products -Completed Operations Aggregate Limit shown in the Schedule above is the most we will pay under Coverage A for damages because of "bodily injury" or "prop- erty damage" included in the "products - CG D4 69 01 09 COMMERCIAL GENERAL LIABILITY completed operations hazard". Any payments made for such damages shall reduce the Products -Completed Operations Aggregate Limit shown in the Schedule above. Such payments shall not reduce the Total Aggre- gate Limit shown in the Schedule above, the General Aggregate Limit shown in the Schedule above, the Designated Project Ag- gregate Limit for any designated "project" shown in the Schedule above or the Desig- nated Location Aggregate Limit for any des- ignated "location" shown in the Schedule above. 4. Subject to the Total Aggregate Limit and the General Aggregate Limit shown in the Schedule above and described in 1.b. and 2. above, the Personal and Advertising Injury Limit is the most we will pay under Coverage B for the sum of all damages because of all "personal injury" and all "advertising injury" sustained by any one person or organization. S. Subject to the Total Aggregate Limit and ei- ther the Designated Location Aggregate Limit or the General Aggregate Limit, subject to the Designated Project Aggregate Limit or subject to the Products -Completed Operations Ag- gregate Limit, shown in the Schedule above and described in 1.b., 1.c., 1.d., 2. and 3. above, whichever apply or applies, the Each Occurrence Limit is the most we will pay for the sum of: a. Damages under Coverage A; and b. Medical expenses under Coverage C because of all "bodily injury" and "property damage" arising out of any one "occurrence" 6. Subject to the Each Occurrence Limit shown in the Schedule above and described in 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Cov- erage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, while rented to you or temporarily occupied by you with permission of the owner. 7. Subject to the Each Occurrence Limit shown in the Schedule above and described in 5. above, the Medical Expense Limit is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person. The Limits of Insurance of this Coverage Part ap- ply separately to each consecutive annual period and to any remaining period of less than 12 9 2009 The Travelers Companies, Inc. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 3 of 4 ' COMMERCIAL GENERAL LIABILITY months, starting with the beginning of the policy period shown in the Declarations, unless the pol- icy period is extended after issuance for an addi- tional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. B. The following is added to the DEFINITIONS Sec- tion: "Location" means any premises owned by or rented to you shown in the Schedule above. For the purposes of determining the applicable ag- gregate limit of insurance, each "location" that in- cludes a premises involving the same or connect- ing lots, or premises whose connection is inter- ' Page 4 of 4 rupted only by a street, roadway or waterway, or by a right-of-way of a railroad, shall be considered a single "location". "Project" means any area, away from premises owned by or rented to you, shown in the schedule above at which you are performing operations pursuant to a contract or agreement. For the pur- poses of determining the applicable aggregate limit of insurance, each "project" that includes a premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway or waterway, or by a right-of- way of a railroad, shall be considered a single "project". © 2009 The Travelers Companies, Inc. CG D4 69 01 09 VTH-CAP-5643B962-IND-16 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE —This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS —INCREASED LIMITS F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE — GLASS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II —COVERED AUTOS LIABILITY COVERAGE: Any organization you newly acquire or form dur- ing the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT J. PERSONAL PROPERTY K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COV- ERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. 2. The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV — BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your CA T3 53 02 15 © 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 4 I Includes copyrighted material of Insurance Services Office, Inc. with its permission. ' Page 2 of 4 © 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc. with its permission. COMMERCIAL AUTO "suit" permission, while performing duties (a) With respect to any claim made or related to the conduct of your busi- brought outside the United States of ness. America, the territories and possessions ' However, any "auto" that is leased, hired, of the United States of America, Puerto rented or borrowed with a driver is not a Rico and Canada: covered "auto". (i) You must arrange to defend the "in- D. EMPLOYEES AS INSURED set- sured" against, and investigate or set- tle any such claim or "suit" and keep Thefollowing is added to Paragraph A.1., Who Is us advised of all proceedings and ac- An Insured, of SECTION II — COVERED AUTOS tions. LIABILITY COVERAGE: ' (ii) Neither you nor any other involved Any "employee" of yours is an "insured" while us- "insured" will make any settlement ing a covered "auto" you don't own, hire or borrow without our consent. in your business or your personal affairs. (iii) may, at our discretion, participate E. SUPPLEMENTARY PAYMENTS — INCREASED in defending the "insured" against, or in LIMITS in the settlement of, any claim or ' 1. The following replaces Paragraph A.2.a.(2), of SECTION II — COVERED AUTOS LIABIL- "suit". (iv) We will reimburse the "insured" for ITY COVERAGE: sums that the "insured" legally must (2) Up to $3,000 for cost of bail bonds (in- pay as damages because of "bodily cluding bonds for related traffic law viola- injury" or "property damage" to which ' tions) required because of an "accident" this insurance applies, that the "in- we cover. We do not have to furnish sured" pays with our consent, but these bonds. only up to the limit described in Para- 2. The following replaces Paragraph A.2.a.(4), graph C., Limits Of Insurance, of SECTION II COVERED AUTOS of SECTION II — COVERED AUTOS LIABIL- — ITY COVERAGE: LIABILITY COVERAGE. (4) All reasonable expenses incurred by the (v) We will reimburse the "insured" for ' "insured" at our request, including actual the reasonable expenses incurred loss of earnings up to $500 a day be- with our consent for your investiga- cause of time off from work. tion of such claims and your defense the "insured" against any such ' F. HIRED AUTO — LIMITED WORLDWIDE COV- "s "suit", but only up to and included ERAGE —INDEMNITY BASIS within the limit described in Para- The following replaces Subparagraph (5) in Para- graph C., Limits Of Insurance, of graph B.7., Policy Period, Coverage Territory, SECTION II — COVERED AUTOS of SECTION IV — BUSINESS AUTO CONDI- LIABILITY COVERAGE, and not in TIONS: addition to such limit. Our duty to (5) Anywhere in the world, except any country or make such payments ends when we jurisdiction while any trade sanction, em- have used up the applicable limit of bargo, or similar regulation imposed by the insurance in payments for damages, United States of America applies to and pro- settlements or defense expenses. hibits the transaction of business with or (b) This insurance is excess over any valid ' within such country or jurisdiction, for Cov- and collectible other insurance available ered Autos Liability Coverage for any covered to the "insured" whether primary, excess, "auto" that you lease, hire, rent or borrow contingent or on any other basis. without a driver for a period of 30 days or less (c) This insurance is not a substitute for re- and that is not an "auto" you lease, hire, rent quired or compulsory insurance in any or borrow from any of your "employees", country outside the United States, its ter- partners (if you are a partnership), members (if you are a limited liability company) or ritories and possessions, Puerto Rico and Canada. members of their households. ' Page 2 of 4 © 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Cr H You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory in- surance requirements. (d) It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. WAIVER OF DEDUCTIBLE — GLASS The following is added to Paragraph D., Deducti- ble, of SECTION III — PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto' will apply to glass damage if the glass is repaired rather than replaced. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE —INCREASED LIMIT The following replaces the last sentence of Para- graph AA.b., Loss Of Use Expenses, of SEC- TION III — PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident'. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES —INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SECTION III — PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto' of the private passenger type. J. PERSONAL PROPERTY The following is added to Paragraph AA., Cover- age Extensions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Personal Property We will pay up to $400 for 'loss" to wearing ap- parel and other personal property which is: (1) Owned by an "insured'; and COMMERCIAL AUTO (2) In or on your covered "auto'. This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto' you own that in- flate due to a cause other than a cause of 'loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. If that "auto' is a covered "auto' for Compre- hensive Coverage under this policy; b. The airbags are not covered under any war- ranty; and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one 'loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV — BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representa- tive prompt notice of the "accident' or 'loss" ap- plies only when the "accident' or 'loss" is known to: (a) You (if you are an individual); (b) A partner (if you are a partnership); (c) A member (if you are a limited liability com- pany); (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident' or 'loss". M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — BUSINESS AUTO CONDI- TIONS: 5. Transfer Of Rights Of Recovery Against Others To Us We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract signed and executed prior to any "accident' or "loss", provided that the "accident' or "loss" arises out of operations contemplated by CA T3 53 02 15 © 2015 The Travelers Indemnity Company. All rights reserved. Page 3 of 4 I Includes copyrighted material of Insurance Services Office, Inc. with its permission. r COMMERCIAL AUTO such contract. The waiver applies only to the person or organization designated in such contract. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Con- cealment, Misrepresentation, Or Fraud, of SECTION IV — BUSINESS AUTO CONDITIONS: The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. How- ever this provision does not affect our right to col- lect additional premium or exercise our right of cancellation or non -renewal. Page 4 of 4 © 2015 The Travelers Indemnity Company. All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc. with its permission. JBAIRD ■/-SCO^ /�/ DATE (MM/DD/YYYY) `,...,- EVIDENCE OF PROPERTY INSURANCE 8/12/2016 THIS EVIDENCE OF PROPERTY INSURANCE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE ADDITIONAL INTEREST NAMED BELOW. THIS EVIDENCE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS EVIDENCE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE ADDITIONAL INTEREST. AGENCY PHONE 425 489-4500 COMPANY IANC. No. Ext): � )_-- Hub International Northwest LLC Zurich American Insurance Company 12100 NE 195th St. Suite 200 Bothell, WA 98011 FAX No (425) 485-8489 ADDRIESS;now.irtfo@hubinternational.com --- CODE: 700786 SUB CODE: AGENCY GRAHCON-02 CUSTOMER ID #: INSURED Graham Contracting, Ltd. LOAN NUMBER POLICY NUMBER 9709 Third Ave NE Ste 300 �MBR5942585-06 Seattle, WA 98115 — -- - EFFECTIVE DATE EXPIRATION DATE CONTINUED UNTIL 5/1/2015 5/1/2017 E TERMINATED IF CHECKED THIS REPLACES PRIOR EVIDENCE DATED: PROPERTY INFORMATION LOCATION/DESCRIPTION Pacific Highway South HOV Lanes, Federal Way Washington THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS EVIDENCE OF PROPERTY INSURANCE 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. COVERAGE INFORMATION COVERAGE / PERILS / FORMS OF INSURANCE DEDUCTIBLE _AMOUNT $16,700,529 10,000 "All Risk" Builder's Risk excluding Earthquake & Flood ater Damage Deductible 75,000 ffsite Storage Limit $1,000,000 10,000 ransit Limit $1,000,000 10,000 Project Term: September 12, 2016 to November 17, 2017 #W16051 City of Federal Way - Pacific Highway South HOV Lanes Phase V KLMAKKS (Incluaing tsectal GOnUItionS dditional Named Insureds: he City of Federal Way and Subcontractors of all Tiers. GANGLLLA I IUN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ADDITIONAL INTEREST NAME AND ADDRESS IMORTGAGEE X ADDITIONAL INSURED LOSS PAYEE LOAN # AUTHORIZED REPRESENTATIVE City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 ACORD 27 (2009/12) © 1993-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BOND NO.: 106046830 — EXECUTED IN TRIPLICATE EXHIBIT E CITY OF FEDERAL WAY PERFORMANCE/ PAYMENT BOND KNOW ALL PEOPLE BY THESE PRESENTS: We, the undersigned GRAHAM CONTRACTING LTD. ("Principal") and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, the undersigned corporation organized and existing under the laws of the State of Connecticut and legally doing business in the State of Washington as a surety ("Surety"), are held and firmly bonded unto the City of Federal Way, a Washington municipal corporation ("City") in the penal sum of SIXTEEN MILLION SEVEN HUNDRED THOUSAND FIVE HUNDRED TWENTY-SEVEN Dollars and 60/100 ($16,700,527.60) for the payment of which we firmly bind ourselves and our legal representatives, heirs, successors and assigns, jointly and severally. This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted. The Principal has entered into an Agreement with the City dated August 22, 2016 for PACIFIC HIGHWAY SOUTH HOV LANES PHASE V (S 340th STREET TO S 359th STREET) — STPUL-0099(12b) NOW, THEREFORE, if the Principal shall perform all the provisions of the Agreement in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Agreement, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold the City, their officials, agents, employees and volunteers harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of the Principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City harmless from any damage or expense by reason of failure of performance as specified in the Agreement prior to Physical Completion being issued by the City, then and in the event this obligation shall be void; but otherwise, it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or additions to the terms of the Agreement or to the Work. The Surety hereby agrees that modifications and changes may be made in terms and provisions of the Agreement without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Performance Bond in a like amount, such increase, however, not to exceed twenty-five percent (25%) of the original amount of this bond without the consent of the Surety. Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Agreement, the Surety shall make a written commitment to the City that it will either: (a) cure the default itself within a reasonable time period, or (b) tender to the city, the amount necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 64 June 2016 RFB ver. 4-16 1 1 1 1 1 1 1 1 1 1 1 1 1 BOND NO.: 106046830 — EXECUTED IN TRIPLICATE elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with the mediation procedures of United States Arbitration and Mediation ("USA&M"). The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by the Seattle USA&M office, 4300 Two Union Square, 601 Union Street, Seattle, Washington 98101- 2327. The Surety shall not interplead prior to completion of the mediation. DATED this 12`h day of August, 2016. CORPORATE SEAL OF PRINCIPAL: GRAHAM CONTRACTING LTD. By: jt-Z:a, (Nd—Oe of Person Executing Bond) Its: Di f e ctcy Mayw!Q f-i11e1* (Title) 10840 X) Sf SE Ca(aan,l. R� T�Z 3'l0 (Address) %3 - 5-70' 50 -1 (Phone) CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond; that who signed the said bond on behalf of the Principal, was of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. Secretary of Assistant Secretary [For LLC's with one officer only, use the notary block below and DELETE Certificate of Corporate Seal] 0IN LY; CR- J A ther{Q CLI OF CO -19 CSV -L) ) ss. On this day personally appeared before me 3av\1Le M0,K0 \ , to me known to be the Irec-VoY+ KA0AVXG(%,-WC04of &rexhQvvt C'nYt{vach'yic, Lid. that executed the foregoing instrument, and acknowledged the said instrument to be the free nd voluntary act and deed of said limited liability company, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument. GIVEN my hand and official seal this 15 day of ALA us+ — , 201.(0 City of Federal WaN, J1 1ZFB # 16-006 Pacific Ilighway South HOV Lanes Phase V Page 64 June 2016 RF13 ver. 4-16 BOND NO.: 106046830 — EXECUTED IN TRIPLICATE Peter Blaskovits (Name of Person Executing Bond) c/o Aon Risk Solution 1100, 1" Street SE, 4th Floor Calgary, AB T2G 1B1 Canada (Address) (403) 267-7749 (Phone) APPROVED AS TO FORM: _A�4k;z;7- AmyJa-ReaCity Attorney, ACS. ,, „ _, Cit), of Federal Way Pacific Highway South HOV Lanes Phase V Page 64 RFB ver. 4-16 RFB # 16-006 June 2016 . .,.•%00, .. ,- .-A, ., -. Notary's signature __ ____ ' �'r• NC LU Ad —= Notary's printed name to O Notary Public in and for the S v".QJ �= My '•.Qj commission expires ' JAMIE T. OLSEN '%,,,PR;OVNNP,.,•`'�.i CORPORATE SEAL OF SURETY: Barrister& Solicitor t TRAVELERS CASUALT`� `'• e. COMPANY ,�'� '•;1��'� HAR FO D. dK By: i Atto y -in -Fac (Attach Power o Attorney)*....... 41 Peter Blaskovits (Name of Person Executing Bond) c/o Aon Risk Solution 1100, 1" Street SE, 4th Floor Calgary, AB T2G 1B1 Canada (Address) (403) 267-7749 (Phone) APPROVED AS TO FORM: _A�4k;z;7- AmyJa-ReaCity Attorney, ACS. ,, „ _, Cit), of Federal Way Pacific Highway South HOV Lanes Phase V Page 64 RFB ver. 4-16 RFB # 16-006 June 2016 INOTARIAL ACKNOWLEDGMENT ' PROVINCE OF ALBERTA CITY OF CALGARY ' I, PM�f ek Cl'p� , a Notary Public in and for the Province of Alberta, by royal authority duly appointed, residing in the City of Calgary, in the Province of jy Alberta, do certify that tZr 6jQ5KbVi4S appeared before me and did swear and 1 say that: • he/she resides in the City of Calgary, in the Province of Alberta; • he/she is an Attorney -in -Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA (the "Corporation") and that he/she knows the seal of the Corporation; • the seal was so affixed by order of the Board of Directors of the Corporation and that he/she signed his/her name thereto by like order; and • he/she executed and delivered such instrument on behalf of the Corporation as its voluntary act and deed for the uses and purposes therein mentioned. IN TESTIMONY WHEREOF I have hereunto subscribed my name and affixed my seal of office at Calgary, Alberta, this I:<' day of 4,41-54 ok16 N airy Public in and for the Province of berta prateek Gupta Student -At -Law I THIS POWER OF ATTORNEY IS INVALID Ate► POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 230460 Certificate No. 0 0 6 8 9 3 8 11 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Jay Sinclair, Dustin Linke, Jodi Hawkins, Shannon Simpson, Mark Dunstan, Peter Blaskovits, and Leah Carter of the City of Calgary, Alberta , State of Canada , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of July 2016 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 18th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company OFSUq� �.triY �,oY F1AE 4 ��1: •�NfG + INSVq J��tY AiyC N16�B(/Y YyY r �/. CTV- oau°"ar� g 4 O • . 9 JN ............'vq, `t e s� $J�:�[�^ r 4�0 3�yo_p� n Ricor{aosgttoG g` tz ? •OP PORA1F�f1 V%CARPORAh.''.C1^1 a 9.7 •/,//y`�•\\ �IFD kel-il AL/i'W111" 'kS",SSAL'aM NS State of Connecticut City of Hartford ss. By: Y Robert L. Raney, Senior Vice President On this the 18th day of July 2016 , before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ekm�"' In Witness Whereof, I hereunto set my hand and official seal. ,,,My Commission expires the 30th day of June, 2021. Marie C. Tetreault, Notary Public I 58440-5-16 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. •�,Np•.�a...,�• y � `:air 3 au IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this ' day of �t` •••'• viz' «. ,4t HSA rF 110NAD,;s Kevin E. Hughes, AssisTenfc t4r ,,.•' .........•.. 2 pI.SUq��` iF\RE 4 'a,4 �NN..INfU P� 1NSUq ""IY ANO NW EUgkT YY'Y"YJ � 3�' ' b" c+ � rICONPORATED�' iC ,,, ei' �+ eu;'oo Arf,,� � ° •� �' � 1 9 8 2 O ru t � m f; �._ �, a HARTFORD, < J H4RtF6RD, t4 a � ° 19%7'Lass Z • i O 1951 � N � �'•• SE A1. 0"1 �� 1 of "' CONN. SSAL,%s � �y . �N •� �� M f.ANGf. d!s'.i.N�a °'} • as To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. THE RED BORDER 11 1 L 1 EXHIBIT F TITLE VI ASSURANCES During the performance of this contract, the contractor/consultant, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor') agrees as follows: 1. Compliance with Regulations The contractor shall comply with the Regulations relative to non-discrimination in federally assisted programs of United States Department of Transportation (USDOT), Title 49, Code of Federal Regulations, part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub -contractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Sub -contracts, Including Procurement of Materials and Equipment In all solicitations either by competitive bidding or negotiations made by the contractor for work to be performed under a sub -contract, including procurement of materials or leases of equipment, each potential sub -contractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the contracting agency or the appropriate federal agency to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to WSDOT or the USDOT as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non-compliance In the event of the contractor's non-compliance with the non-discrimination provisions of this contract, the contracting agency shall impose such contract sanctions as it or the USDOT may determine to be appropriate, including, but not limited to: Withholding of payments to the contractor under the contract until the contractor complies, and/or; Cancellation, termination, or suspension of the contract, in whole or in part City of Federal Way Pacific Highway South HOV Lanes Phase V Page 65 RFB ver. 4-16 RFB # 16-006 2016 n 1 1 1 6. Incorporation of Provisions The contractor shall include the provisions of paragraphs (1) through (5) in every sub- contract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any sub -contractor or procurement as the contracting agency or USDOT may direct as a means of enforcing such provisions including sanctions for non-compliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a sub -contractor or supplier as a result of such direction, the contractor may request WSDOT enter into such litigation to protect the interests of the state and, in addition, the contractor may request the USDOT enter into such litigation to protect the interests of the United States. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 66 RFB ver. 4-16 RFB # 16-006 2016 IAMENDMENTS TO THE STANDARD SPECIFICATIONS r ' INTRO.AP1 ' INTRODUCTION u C The following Amendments and Special Provisions shall be used in conjunction with the 2016 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. 1-02.AP1 Section 1-02, Bid Procedures and Conditions April 4, 2016 1-02.4(1) General The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business on the Thursday preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.9 Delivery of Proposal The last sentence of the third paragraph is revised to read: The Contracting Agency will not open or consider any Proposal when the Proposal or Bid deposit is received after the time specified for receipt of Proposals or received in a location other than that specified for receipt of Proposals unless an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received. The following new paragraph is inserted before the last paragraph: If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received at the office designated for receipt of bids as specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which the normal work processes of the Contracting Agency resume. 1-02.12 Public Opening of Proposals This section is supplemented with the following new paragraph: ' City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 1 June 2016 If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be opened at the time indicated in the call for Bids the time specified for opening of Proposals will be deemed to be extended to the same time of day on the first work day on which the normal work processes of the Contracting Agency resume. 1-06.AP1 Section 1-06, Control of Material January 4, 2016 This section is supplemented with the following new section and subsections: 1-06.6 Recycled Materials The Contractor shall make their best effort to utilize recycled materials in the construction of the project; the use of recycled concrete aggregate as specified in Section 1-06.6(1)A is a requirement of the Contract. The Contractor shall submit a Recycled Material Utilization Plan as a Type 1 Working Drawing within 30 calendar days after the Contract is executed. The plan shall provide the Contractor's anticipated usage of recycled materials for meeting the requirements of these Specifications. The quantity of recycled materials will be provided in tons and as a percentage of the Plan quantity for each material listed in Section 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material. When a Contract does not include Work that requires the use of a material that is included in the requirements for using materials the Contractor may state in their plan that no recycled materials are proposed for use. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9- 03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT Form 350-075 Recycled Materials Reporting. 1-06.6(1) Recycling of Aggregate and Concrete Materials 1-06.6(1)A General The minimum quantity of recycled concrete aggregate shall be 25 percent of the total quantity of aggregate that is incorporated into the Contract for those items listed in Section 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material that allow the use of recycled concrete aggregate. The percentage of recycled material incorporated into the project for meeting the required percentage will be calculated in tons based on the quantity of recycled concrete used on the entire Contract and not as individual items. If the Contractor's total cost for Work with recycled concrete aggregate is greater than without the Contractor may choose to not use recycled concrete aggregate. When the Contractor does not meet the minimum requirement of 25 percent recycled concrete aggregate for the Contract due to costs or any other reason the following shall be submitted: City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 2 June 2016 u 11 A cost estimate for each material listed in Section 9-03.21(1)E that is utilized on the Contract. The cost estimate shall include the following: a. The estimated costs for the Work for each material with 25 percent recycled concrete aggregate. The cost estimate shall include for each material a copy of the price quote from the supplier with the lowest total cost for the Work. b. The estimated costs for the Work for each material without recycled concrete aggregate. The Contractor's cost estimates shall be submitted as an attachment to the Recycled Materials Reporting form. 1-07.AP1 Section 1-07, Legal Relations and Responsibilities to the Public April 4, 2016 1-07.1 Laws to be Observed In the second to last sentence of the third paragraph, "WSDOT" is revised to read "Contracting Agency". 1-07.2(2) State Sales Tax: WAC 458-20-170 — Retail Sales Tax The last three sentences of the first paragraph are deleted and replaced with the following new sentence: ' The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project, in the unit bid prices. ' 1-07.9(2) Posting Notices Items 1 and 2 are revised to read: ' 1. EEOC - P/E-1 (revised 11/09, supplemented 09/15) — Equal Employment Opportunity IS THE LAW published by US Department of Labor. Post for projects with federal -aid funding. ' 2. FHWA 1022 (revised 05/15) — NOTICE Federal -Aid Project published by Federal Highway Administration (FHWA). Post for projects with federal -aid funding. rItems 5, 6 and 7 are revised to read: ' 5. WHD 1420 (revised 02/13) — Employee Rights and Responsibilities Under The Family And Medical Leave Act published by US Department of Labor. Post on all projects. 6. WHD 1462 (revised 01/16) — Employee Polygraph Protection Act published by US Department of Labor. Post on all projects. ' City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 3 June 2016 7. F416-081-909 (revised 09/15) — Job Safety and Health Law published by Washington t State Department of Labor and Industries. Post on all projects. Items 9 and 10 are revised to read: 9. F700-074-909 (revised 06/13) — Your Rights as a Worker in Washington State by I Washington State Department of Labor and Industries (L&I). Post on all projects. 10. EMS 9874 (revised 10/15) — Unemployment Benefits published by Washington State Employment Security Department. Post on all projects. 1-08.AP1 Section 1-08, Prosecution and Progress January 4, 2016 1-08.1(1) Prompt Payment, Subcontract Completion and Return of Retainage Withheld In item number 5 of the first paragraph, "WSDOT" is revised to read "Contracting Agency". 1-09.AP1 Section 1-09, Measurement and Payment April 4, 2016 1-09.6 Force Account The second sentence of item number 4 is revised to read: A "specialized service" is a work operation that is not typically done by worker classifications as defined by the Washington State Department of Labor and Industries and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and municipal construction. 5-02.AP5 Section 5-02, Bituminous Surface Treatment April 4, 2016 5-02.3(2) Preparation of Roadway Surface This section is supplemented with the following new subsection: 5-02.3(2)E Crack Sealing Where shown in the Plans, seal cracks and joints in the pavement in accordance with Section 5-04.3(4)A1 and the following: 1. Cracks % inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width — fill with sand slurry. 11 City of Federal Way RFB # 16-006 ' Pacific Highway South HOV Lanes Phase V Page 4 June 2016 1 5-04.AP5 u Section 5-04, Hot Mix Asphalt April 4, 2016 This section (and all subsections) is revised to read: This Section 5-04 is written in a style which, unless otherwise indicated, shall be interpreted as direction to the Contractor. 5-04.1 Description This Work consists 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. HMA shall be composed of asphalt binder and mineral materials as required, and may ' include reclaimed asphalt pavement (RAP) or reclaimed asphalt shingles (RAS), mixed in the proportions specified to provide a homogeneous, stable, and workable mix. ' 5-04.2 Materials Provide materials as specified in these sections: ' Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti -Stripping Additive 9-02.4 ' Warm Mix Asphalt Additive 9-02.5 Aggregates 9-03.8 Reclaimed Asphalt Pavement (RAP) 9-03.8(3)B Reclaimed Asphalt Shingles (RAS) 9-03.8(3)B ' Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Hot Poured Sealant 9-04.2(1)A ' Sand Slurry 9-04.2(1)B 5-04.2(1) How to Get an HMA Mix Design on the QPL Comply with each of the following: • Develop the mix design in accordance with WSDOT SOP 732. ' Develop a mix design that complies with Sections 9-03.8(2) and 9-03.8(6). • Develop a mix design no more than 6 months prior to submitting it for QPL ' evaluation. • Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, ' including WSDOT Form 350-042. City of Federal Way RFB # 16-006 ' Pacific Highway South HOV Lanes Phase V Page 5 June 2016 • Include representative samples of the materials that are to be used in the HMA production as part of the mix design submittal. See Section 5-04.2(1)A to determine when to include samples of RAP or RAS. • 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 Basis for Contracting Contracting Agency for Acceptance of Agency Approval of Materials Testing for HMA Mixture (see Mix Design for Evaluation of the Mix Section 5-04.3(9)) Placement on QPL Design The Contracting Agency Statistical Evaluation, WSDOT Standard will test the mix design or Nonstatistical Practice QC -8 materials for compliance Evaluation with Sections 9-03.8(2) and 9-03.8(6). The Contracting Agency Review of Form 350-042 may elect to test the mix for compliance with design materials, or Visual Evaluation Sections 9-03.8(2) and evaluate in accordance 9-03.8(6) 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 one month prior to expiration of the initial 12 month mix design approval. Within 7 calendar days of receipt of the Contractor's certification, the Contracting Agency will update the QPL. The maximum duration for approval of a mix design and listing on the QPL will be 24 months from the date of initial approval or as approved by the Engineer. t City of Federal Way RFB # 16-006 ' Pacific Highway South HOV Lanes Phase V Page 6 June 2016 C r L 1 1 C 5-04.2(1)A Mix Designs Containing RAP and/or RAS Mix designs are classified by the RAP and/or RAS content as shown in Table 2. Table 2 Mix Design Classification Based on RAP/RAS Content RAP/RAS Classification RAP/RAS Content' Low RAP/No RAS 0%:5 RAP% <_ 20% and RAS% _ 0% High RAP/Any RAS 20% < RAP% <_ Maximum Allowable RAP2 and/or 0% < RAS% <- Maximum Allowable RAS2 'Percentages in this table are by total weight of HMA 2See Table 4 to determine the limits on the maximum amount RAP and/or RAS. 5-04.2(1)A1 Low RAP/No RAS - Mix Design Submittals for Placement on QPL For Low RAP/No RAS mix designs, comply with the following additional requirements: Develop the mix design without the inclusion of RAP. 2. The asphalt binder grade shall be the grade indicated in the Bid item name or as otherwise required by the Contract. 3. Do not submit samples of RAP with these mix designs. 4. Testing RAP or RAS stockpiles is not required for obtaining approval for placing these mix designs on the QPL. 5-04.2(1)A2 High RAP/Any RAS - Mix Design Submittals for Placement on QPL For High RAP/Any RAS mix designs, comply with the following additional requirements: For mix designs with any RAS, test the RAS stockpile (and RAP stockpile if any RAP is in the mix design) in accordance with Table 3. 2. For High RAP mix designs with no RAS, test the RAP stockpile in accordance with Table 3. 3. For mix designs with High RAP/Any RAS, construct a single stockpile for RAP and a single stockpile for RAS and isolate (sequester) these stockpiles from further stockpiling before beginning development of the mix design. Test the RAP and RAS during stockpile construction as required by item 1 and 2 above. Use City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 7 June 2016 the test data in developing the mix design, and report the test data to the Contracting Agency on WSDOT Form 350-042 as part of the mix design submittal for approval on the QPL. Account for the reduction in asphalt binder contributed from RAS in accordance with AASHTO PP 78. Do not add to these stockpiles after starting the mix design process. Table 3 Test Frequency of RAP/RAS During RAP/RAS Stockpile Construction For Approving a High RAP/Any RAS Mix Desi n for Placement on the QPL Test Frequency' Test for Test Method • 1 /1000 tons of 20%2 RAP (minimum Asphalt Binder FOP for AASHTO T of 10 per mix Content and Sieve 308 design) and Analysis of Fine and • 1/100 tons of and Coarse FOP for WAQTC T RAS (minimum Aggregate 27/T 11 of 10 per mix design) '"tons", in this table, refers to tons of the reclaimed material before being incorporated into HMA. 4. Limit the amount of RAP and/or RAS used in a High RAP/Any RAS mix design by the amount of binder contributed by the RAP and/or RAS, in accordance with Table 4. Table 4 Maximum Amount of RAP and/or RAS in HMA Mixture Maximum Amount of Binder Contributed from: RAP RAS 40%' minus contribution of binder from RAS 20%2 ' Calculated as the weight of asphalt binder contributed from the RAP as a percentage of the total weight of asphalt binder in the mixture. 2 Calculated as the weight of asphalt binder contributed from the RAS as a percentage of the total weight of asphalt binder in the mixture. 1 5. Develop the mix design including RAP, RAS, recycling agent, and I new binder. 6. Extract, recover, and test the asphalt residue from the RAP and RAS stockpiles to determine the percent of recycling agent and/or grade of new asphalt binder needed to meet but not exceed the performance grade (PG) of asphalt binder required by the Contract. a. Perform the asphalt extraction in accordance with AASHTO T 164 or ASTM D 2172 using reagent grade trichloroethylene. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 8 June 2016 t u b. Perform the asphalt recovery in accordance with AASHTO R 59 or ASTM D 1856. c. Test the recovered asphalt residue in accordance with AASHTO R 29 to determine the asphalt binder grade in accordance with Section 9-02.1(4). d. After determining the recovered asphalt binder grade, determine the percent of recycling agent and/or grade of new asphalt binder in accordance with ASTM D 4887. e. Test the final blend of recycling agent, binder recovered from the RAP and RAS, and new asphalt binder in accordance with AASHTO R 29. The final blended binder shall meet but not exceed the performance grade of asphalt binder required by the Contract and comply with the requirements of Section 9- 02.1(4). 7. Include the following test data with the mix design submittal: a. All test data from RAP and RAS stockpile construction. b. All data from testing the recovered and blended asphalt binder. 8. Include representative samples of the following with the mix design submittal: a. RAP and RAS. b. 100 grams of recovered asphalt residue from the RAP and RAS that are to be used in the HMA production. 5-04.2(1)B Commercial HMA - Mix Design Submittal for Placement on QPL For HMA used in the Bid item Commercial HMA, in addition to the requirements of 5-04.2(1) identify the following in the submittal: 1. Commercial HMA 2. Class of HMA 3. Performance grade of binder 4. Equivalent Single Axle Load (ESAL) The Contracting Agency may elect to approve Commercial HMA mix designs without evaluation. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 9 June 2016 5-04.2(1)C Mix Design Resubmittal for QPL Approval Develop a new mix design and resubmit for approval on the QPL when any of the following changes occur. When these occur, discontinue using the mix design until after it is reapproved on the QPL. Change in the source of crude petroleum used in the asphalt binder. 2. Changes in the asphalt binder refining process. 3. Changes in additives or modifiers in the asphalt binder. 4. Changes in the anti -strip additive, brand, type or quantity. 5. Changes to the source of material for aggregate. 6. Changes to the job mix formula that exceed the amounts as described in item 2 of Section 9-03.8(7), unless otherwise approved by the Engineer. 7. Changes in the percentage of material from a stockpile, when such changes exceed 5% of the total aggregate weight. a. Changes to the percentage of material from a stockpile will be calculated based on the total aggregate weight (not including the weight of RAP) for Low RAP/No RAS mix designs. b. For High RAP/Any RAS mix designs, changes in the percentage of material from a stockpile will be based on total aggregate weight including the weight of RAP (and/or RAS when included in the mixture). Prior to making any change in the amount of RAS in an approved mix design, notify the Engineer for determination of whether a new mix design is required, and obtain the Engineer's approval prior to implementing such changes. 5-04.2(2) Mix Design —Obtaining Project Approval Use only mix designs listed on the Qualified Products List (QPL). Submit WSDOT Form 350-041 to the Engineer to request approval to use a mix design from the QPL. Changes to the job mix formula (JMF) that have been approved on other contracts may be included. The Engineer may reject a request to use a mix design if production of HMA using that mix design on any contract is not in compliance with Section 5- 04.3(11)D, E, F, and G for mixture or compaction. 5-04.2(2)A Changes to the Job Mix Formula The approved mix design obtained from the QPL will be considered the starting job mix formula (JMF) and shall be used as the initial basis for acceptance of HMA mixture, as detailed in Section 5-04.3(9). During production the Contractor may request to adjust the JMF. Any adjustments to the JMF will require approval of the Engineer and shall be made in accordance with item 2 of Section 9-03.8(7). After approval by the Engineer, such adjusted JMF's shall constitute the basis for acceptance of the HMA mixture. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 10 June 2016 5-04.2(2)B Using Warm Mix Asphalt Processes ' The Contractor may, at the Contractor's discretion, elect to use warm mix asphalt (WMA) processes for producing HMA. WMA processes include organic additives, chemical additives, and foaming. The use of WMA is subject to the following: ' Do not use WMA processes in the production of High RAP/Any RAS mixtures. • Before using WMA processes, obtain the Engineer's approval using WSDOT Form 350-076 to describe the proposed WMA 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 1 It through March 31 It 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 in Table 5, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. C Table 5 Minimum Surface Temperature for Paving Compacted Wearing Course Thickness Feet 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 5-04.3(2) Paving Under Traffic These requirements apply when the Roadway being paved is open to traffic. 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. During paving operations, maintain temporary pavement markings throughout the ' project. Install temporary pavement markings on the Roadway prior to opening to traffic. Temporary pavement markings shall comply with Section 8-23. ' 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant Equip mixing plants as follows. 1. Use tanks for storage and preparation of asphalt binder which: • Heat the contents by means that do not allow flame to contact the contents or the tank, such as by steam or electricity. • Heat and hold contents at the required temperatures. ' City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 11 June 2016 • Continuously circulate contents to provide uniform temperature and consistency during the operating period. • Provide an asphalt binder sampling valve, in either the storage tank or the supply line to the mixer. 2. Provide thermometric equipment: • In the asphalt binder feed line near the charging valve at the mixer unit, capable of detecting temperature ranges expected in the HMA and in a location convenient and safe for access by Inspectors. • At the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates, and situated in full view of the plant operator. 3. When heating asphalt binder: • Do not exceed the maximum temperature of the asphalt binder recommended by the asphalt binder supplier. • Avoid local variations in heating. • Provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. 4. Provide a mechanical sampler for sampling mineral materials that: • Meets the crushing or screening requirements of Section 1-05.6. 5. Provide HMA sampling equipment that complies with WSDOT SOP T-168. • Use a mechanical sampling device installed between the discharge of the silo and the truck transport, approved by the Engineer, or • Platforms or devices to enable sampling from the truck transport without entering the truck transport for sampling HMA. 6. Provide for setup and operation of the Contracting Agency's field testing: • As required in Section 3-01.2(2). 7. Provide screens or a lump breaker: • When using any RAP or any RAS, to eliminate oversize RAP or RAS particles from entering the pug mill or drum mixer. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 12 June 2016 t 5-04.3(3)B Hauling Equipment Provide HMA hauling equipment with tight, clean, smooth metal beds and a cover of canvas or other suitable material of sufficient size to protect the HMA from adverse weather. Securely attach the cover to protect the HMA whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45°F. Prevent HMA from adhering to the hauling equipment. Spray metal beds with an environmentally benign release agent. Drain excess release agent prior to filling hauling equipment with HMA. Do not use petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA. For hopper trucks, operate the conveyer during the process of applying the release agent. 5-04.3(3)C Pavers Use self-contained, power -propelled pavers provided with an internally heated vibratory screed that is capable of spreading and finishing courses of HMA in lane widths required by the paving section shown in the Plans. When requested by the Engineer, provide written certification that the paver is equipped with the most current equipment available from the manufacturer for the prevention of segregation of the coarse aggregate particles. The certification shall ' list the make, model, and year of the paver and any equipment that has been retrofitted to the paver. ' Operate the screed in accordance with the manufacturer's recommendations and in a manner to produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. Provide a copy of the manufacturer's recommendations upon request by the Contracting Agency. ' Extensions to the screed will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. In the Travelled Way do not use extensions without both augers and an internally ' heated vibratory screed. Equip the paver with automatic screed controls and sensors for either or both ' sides of the paver. The controls shall be capable of sensing grade from an outside reference line, sensing the transverse slope of the screed, and providing automatic signals that operate the screed to maintain the desired grade and ' transverse slope. Construct the sensor so it will operate from a reference line or a mat referencing device. The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. ' Equip the paver with automatic feeder controls, properly adjusted to maintain a uniform depth of material ahead of the screed. Manual operation of the screed is permitted in the construction of irregularly shaped and minor areas. These areas include, but are not limited to, gore areas, road approaches, tapers and left -turn channelizations. When specified in the Contract, provide reference lines for vertical control. Place reference lines on both outer edges of the Traveled Way of each Roadway. ' Horizontal control utilizing the reference line is permitted. Automatically control the City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 13 June 2016 grade and slope of intermediate lanes by means of reference lines or 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 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. 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. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle Use a material transfer device (MTD) or material transfer vehicle (MTV) 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 irregularly shaped and minor areas such as tapers and turn lanes, or for HMA mixture that is accepted by Visual Evaluation. At the Contractor's request the Engineer may approve paving without an MTD/V; the Engineer will determine if an equitable adjustment in cost or time is due. If a windrow elevator is used, the Engineer may limit the length of the windrow in urban areas or through intersections. To be approved for use, an MTV: Shall be a self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not 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: Shall be positively connected to the paver. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 14 June 2016 u t fl t f. L, C 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 Operate rollers in accordance with the manufacturer's recommendations. When requested by the Engineer, provide a Type 1 Working Drawing of the manufacturer's recommendation for the use of any roller planned for use on the project. Do not use rollers that crush aggregate, produce pickup or washboard, unevenly compact the surface, displace the mix, or produce other undesirable results. 5-04.3(4) Preparation of Existing Paved Surfaces Before constructing HMA on an existing paved surface, the entire surface of the pavement shall be clean. Entirely remove all fatty asphalt patches, grease drippings, and other deleterious substances from the existing pavement to the satisfaction of the Engineer. Thoroughly clean all pavements or bituminous surfaces of dust, soil, pavement grindings, and other foreign matter. Thoroughly remove any cleaning or solvent type liquids used to clean equipment spilled on the pavement before paving proceeds. Fill all holes and small depressions with an appropriate class of HMA. Level and thoroughly compact the surface of the patched area. Apply a uniform coat of asphalt (tack coat) to all paved surfaces on which any course ' of HMA is to be placed or abutted. Apply tack coat to cover the cleaned existing pavement with a thin film of residual asphalt free of streaks and bare spots. Apply a heavy application of tack coat to all joints. For Roadways open to traffic, limit the ' application of tack coat to surfaces that will be paved during the same working shift. Equip the spreading equipment with a thermometer to indicate the temperature of the tack coat material. Do not operate equipment on tacked surfaces until the tack has broken and cured. Repair tack coat damaged by the Contractor's operation, prior to placement of the ' HMA. Unless otherwise approved by the Engineer, use CSS -1, CSS -1 h, or Performance Graded (PG) asphalt for tack coat. The CSS -1 and CSS -1 h emulsified asphalt may be diluted with water at a rate not to exceed one part water to one part emulsified asphalt. Do not allow the tack coat material to exceed the maximum temperature recommended by the asphalt supplier. When shown in the Plans, prelevel uneven or broken surfaces over which HMA is to be placed by using an asphalt paver, a motor patrol grader, or by hand raking, as ' approved by the Engineer. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 15 June 2016 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 %4 inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS -1 emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the crack. 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. 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 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: Cracks % inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width — fill with sand slurry. 5-04.3(4)B Soil Residual Herbicide Where shown in the Plans, apply one application of an approved soil residual herbicide. Comply with Section 8-02.3(3)B. Complete paving within 48 hours of applying the herbicide. Use herbicide registered with the Washington State Department of Agriculture for use under pavement. Before use, obtain the Engineer's approval of the herbicide City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 16 June 2016 7 and the proposed rate of application. Include the following information in the request for approval of the material: 1. Brand Name of the Material, ' 2. Manufacturer, 3. Environmental Protection Agency (EPA) Registration Number, 4. Material Safety Data Sheet, and 5. Proposed Rate of Application. 5-04.3(4)C Pavement Repair Excavate pavement repair areas and backfill these with HMA in accordance with the details shown in the Plans and as staked. Conduct the excavation operations in a manner that will protect the pavement that is to remain. Repair pavement not designated to be removed that is damaged as a result of the Contractor's operations to the satisfaction of the Engineer at no cost to the Contracting ' Agency. Excavate only within one lane at a time unless approved otherwise by the Engineer. Do not excavate more area than can be completely backfilled and ' compacted during the same shift. 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 1 otherwise in the Plans. Before any excavation, sawcut the perimeter of the pavement area to be removed unless the pavement in the pavement repair area is to be removed by a pavement grinder. Excavated materials shall be 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. Apply a heavy application of tack coat to all surfaces of existing pavement in the ' pavement repair area, in accordance with Section 5-04.3(4). Place the HMA backfill in lifts not to exceed 0.35 -foot compacted depth. ' Thoroughly compact each lift by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates, RAP, & RAS Produce aggregate in compliance with Section 3-01. Comply with Section 3-02 for preparing stockpile sites, stockpiling, and removing from stockpile each of the following: aggregates, RAP, and RAS. Provide sufficient storage space for each size of aggregate, RAP and RAS. Fine aggregate or RAP may be uniformly blended with the RAS as a method of preventing the agglomeration of RAS particles. Remove the aggregates, RAP and RAS from stockpile(s) in a manner that ensures minimal segregation when being moved to the HMA plant for City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 17 June 2016 processing into the final mixture. Keep different aggregate sizes separated until they have been delivered to the HMA plant. 5-04.3(5)A Stockpiling RAP or RAS for High RAP/Any RAS Mixes Do not place any RAP or RAS into a stockpile which has been sequestered for a High RAP/Any RAS mix design. Do not incorporate any RAP or RAS into a High RAP/Any RAS mixture from any source other than the stockpile which was sequestered for approval of that particular High RAP/Any RAS mix design. RAP that is used in a Low RAP/No RAS mix is not required to come from a sequestered stockpile. 5-04.3(6) Mixing The asphalt supplier shall introduce anti -stripping additive, in the amount designated on the QPL for the mix design, into the asphalt binder prior to shipment to the asphalt mixing plant. Anti -strip is not required for temporary work that will be removed prior to Physical Completion. Use asphalt binder of the grade, and from the supplier, in the approved mix design. Prior to introducing reclaimed materials into the asphalt plant, remove wire, nails, and other foreign material. Discontinue use of the reclaimed material if the Engineer, in their sole discretion, determines the wire, nails, or other foreign material to be excessive. Size RAP and RAS prior to entering the mixer to provide uniform and thoroughly mixed HMA. If there is evidence of the RAP or RAS not breaking down during the heating and mixing of the HMA, immediately suspend the use of the RAP or RAS until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, RAS, new asphalt binder and recycling agent have been introduced into the mixer, mix the HMA until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, RAP and RAS is ensured. Upon discharge from the mixer, ensure that the temperature of the HMA does not exceed the optimum mixing temperature shown on the approved Mix Design Report by more than 25°F, or as approved by the Engineer. When a WMA additive is included in the manufacture of HMA, do not heat the WMA additive (at any stage of production including in binder storage tanks) to a temperature higher than 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, reduce the moisture content. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 18 June 2016 t n 1 7 I I df J During the daily operation, HMA may be temporarily held in approved storage facilities. Do not incorporate HMA into the Work that has been held for more than 24 hours after mixing. Provide an easily readable, low bin -level indicator on the storage facility that indicates the amount of material in storage. Waste the HMA in storage when the top level of HMA drops 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. Dispose of rejected or waste HMA at no expense to the Contracting Agency. 5-04.3(7) Spreading and Finishing Do not exceed the maximum nominal compacted depth of any layer in any course, as shown in Table 6, unless approved by the Engineer: Table 6 Maximum Nominal Compacted Depth of Any Layer HMA Class Wearing Course Other than Wearing Course 1 inch 0.35 feet 0.35 feet % and '/2 inch 0.30 feet 0.35 feet % inch 0.15 feet 0.15 feet Use HMA pavers complying with Section 5-04.3(3) to distribute the mix. 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, place the material produced for each JMF with separate spreading and compacting equipment. Do not intermingle HMA produced from more than one JMF. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA Sample aggregate for meeting the requirements of Section 3-04 prior to being incorporated into HMA. (The acceptance data generated for the Section 3-04 acceptance analysis will not be commingled with the acceptance data generated for the Section 5-04.3(9) acceptance analysis.) Aggregate acceptance samples shall be taken as described in Section 3-04. Aggregate acceptance testing will be performed by the Contracting Agency. Aggregate contributed from RAP and/or RAS will not be evaluated under Section 3-04. For aggregate that will be used in HMA mixture which will be accepted by either Statistical or Nonstatistical Evaluation, the Contracting Agency's acceptance of the aggregate will be based on: Samples taken prior to mixing with asphalt binder, RAP, or RAS; 2. Testing for the materials properties of fracture, uncompacted void content, and sand equivalent; City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 19 June 2016 3. Evaluation by the Contracting Agency in accordance with Section 3-04, including price adjustments as described therein. For aggregate that will be used in HMA which will be accepted by Visual Evaluation, evaluation in accordance with items 1, 2, and 3 above is at the discretion of the Engineer. 5-04.3(9) HMA Mixture Acceptance The Contracting Agency will evaluate HMA mixture for acceptance by one of three methods as determined from the criteria in Table 7. Table 7 Basis of Acceptance for HMA Mixture Visual Evaluation Nonstatistical Statistical Evaluation Evaluation • Commercial HMA • All HMA All HMA placed at any mixture of mixture other location the same than that • Any HMA placed in: class and accepted by o sidewalks PG binder Visual or o road approaches grade with a Nonstatistical o ditches Proposal Evaluation Criteria o slopes quantity for o paths less than Selecting o trails 4,000 tons. the Evaluation o gores (Exclude Method o prelevel the tonnage o temporary of HMA pavement' mixture o pavement repair accepted by • Other nonstructural Visual applications of HMA Evaluation.) as approved by the Engineer ' Temporary pavement is HMA that will be removed before Physical Completion of the Contract. 5-04.3(9)A Mixture Acceptance — Test Section This Section applies to HMA mixture accepted by Statistical Evaluation and mixture accepted by Nonstatistical Evaluation. A test section is not allowed for HMA accepted by Visual Evaluation. The purpose of a test section is to determine, at the beginning of paving, whether or not the Contractor's mix design and production processes will produce HMA meeting the Contract requirements related to mixture. Use Table 8 to determine when a test section is required, optional, or not allowed, and to determine when test sections may end for an individual mix design. Each mix design will be evaluated independently for the test section requirements. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 20 June 2016 I LI 7 Construct HMA mixture test sections at the beginning of paving, using at least 600 tons and a maximum of 1,000 tons or as approved by the Engineer. Each test section shall be constructed in one continuous operation. Each test section shall be considered a lot. The mixture in each test section will be ' evaluated based on the criteria in Table 9 to determine if test sections for that mix design may stop. ' If more than one test section is required, each test section shall be separately by the criteria in table 8 and 9. 1 1 J Table 8 Criteria for Conducting and Evaluating HMA Mix Texture Sections (For HMA Mixture Accepted by Statistical or Nonstatistical Evaluation) Evaluation) High RAP/Any RAS Low RAP/No RAS Is Mixture Test Section Mandatory' At Contractor's Optional or Mandatory? Minimum PF; of 0.95 Option' Waiting period after paving 4 calendar days2 4 calendar days2 the test section. - in Section 5- Meet "Results Provide samples Required to Stop and respond to What Must Happen to Stop Performing Test WSDOT test Performing Test Sections? Sections" in Table 9 results required by for High RAP/Any Table 9 for Low RAS. RAP/No RAS. 'If a mix design has produced an acceptable test section on a previous contract (paved in the same calendar year, from the same plant, using the same JMF) the test section may be waived if approved by the Engineer. 2This is to provide time needed by the Contracting Agency to complete testing and the Contractor to adjust the mixture in response to those test results. Paving may resume when this is done. 3For HMA with Low RAP/No RAS, which is accepted by Nonstatistical Evaluation, a test section is not allowed. Table 9 Results Required to Stop Performing HMA Mixture Test Sections' (For HMA Mixture Accepted by Statistical or Nonstatistical Evaluation) Type of HMA Test Property High RAP/Any RAS Low RAP/No RAS Minimum PF; of 0.95 Gradation based on the criteria None - in Section 5- 4.3 9 B42 4.3(9)B4 2 Minimum PF; of 0.95 Asphalt Binder based on the criteria None in Section 5- 04.3(9)642 ' City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 21 June 2016 'In addition to the requirements of this table, acceptance of the HMA mixture used in each test section is subject to the acceptance criteria and price adjustments for Statistical Evaluation or Non -statistical Evaluation (see Table 7). 2Divide the test section lot into three sublots, approximately equal in size. Take one sample from each sublot, and test each sample for all of the properties in the first column. 3Take one sample for each test section lot. Test the sample for all of the properties in the first column. 4Divide the test section lot into three sublots, approximately equal in size. Take one sample from each sublot, and test each sample for all of the properties in the first column. There are no criteria for discontinuing test sections for these mixes; however, the contractor must comply with Section 5-04.3(11)F before resuming paving. 5-04.3(9)B Mixture Acceptance —Statistical Evaluation 5-04.3(9)B1 Mixture Statistical Evaluation — Lots and Sublots HMA mixture which is accepted by Statistical Evaluation will be evaluated by the Contracting Agency dividing that HMA tonnage into mixture lots, and each mixture lot will be evaluated using stratified random sampling by the Contracting Agency sub -dividing each mixture lot into mixture sublots. All mixture in a mixture lot shall be of the same mix design. The mixture sublots will be numbered in the order in which the mixture (of a particular mix design) is paved. Each mixture lot comprises a maximum of 15 mixture sublots, except: The final mixture lot of each mix design on the Contract will comprise a maximum of 25 sublots. A mixture lot for a test section, which will consist of the three sublots and corresponding test results used in evaluating the test section for gradation, asphalt binder, and Va. Each mixture sublot shall be approximately uniform in size with the maximum mixture sublot size as specified in Table 10. The quantity of material represented by the final mixture sublot of the project, for each mix design on the project, may be increased to a maximum of two times the mixture sublot quantity calculated. Should a lot accepted by statistical evaluation contain fewer than three sublots, the HMA will be accepted in accordance with nonstatistical evaluation. LJ! a 1 n City of Federal Way RFB # 16-006 , Pacific Highway South HOV Lanes Phase V Page 22 June 2016 Minimum PF; of 0.95 Va based on the criteria None in Section 5- 04.3(9)B42 Hamburg Wheel Track Meet requirements of These tests will not be done as part of Indirect Tensile Strength Section 9-03.8(2).3 Test Section. Sand Equivalent Uncompacted Void Content Meet requirements of None 3 Fracture Section 9-03.8(2).3 'In addition to the requirements of this table, acceptance of the HMA mixture used in each test section is subject to the acceptance criteria and price adjustments for Statistical Evaluation or Non -statistical Evaluation (see Table 7). 2Divide the test section lot into three sublots, approximately equal in size. Take one sample from each sublot, and test each sample for all of the properties in the first column. 3Take one sample for each test section lot. Test the sample for all of the properties in the first column. 4Divide the test section lot into three sublots, approximately equal in size. Take one sample from each sublot, and test each sample for all of the properties in the first column. There are no criteria for discontinuing test sections for these mixes; however, the contractor must comply with Section 5-04.3(11)F before resuming paving. 5-04.3(9)B Mixture Acceptance —Statistical Evaluation 5-04.3(9)B1 Mixture Statistical Evaluation — Lots and Sublots HMA mixture which is accepted by Statistical Evaluation will be evaluated by the Contracting Agency dividing that HMA tonnage into mixture lots, and each mixture lot will be evaluated using stratified random sampling by the Contracting Agency sub -dividing each mixture lot into mixture sublots. All mixture in a mixture lot shall be of the same mix design. The mixture sublots will be numbered in the order in which the mixture (of a particular mix design) is paved. Each mixture lot comprises a maximum of 15 mixture sublots, except: The final mixture lot of each mix design on the Contract will comprise a maximum of 25 sublots. A mixture lot for a test section, which will consist of the three sublots and corresponding test results used in evaluating the test section for gradation, asphalt binder, and Va. Each mixture sublot shall be approximately uniform in size with the maximum mixture sublot size as specified in Table 10. The quantity of material represented by the final mixture sublot of the project, for each mix design on the project, may be increased to a maximum of two times the mixture sublot quantity calculated. Should a lot accepted by statistical evaluation contain fewer than three sublots, the HMA will be accepted in accordance with nonstatistical evaluation. LJ! a 1 n City of Federal Way RFB # 16-006 , Pacific Highway South HOV Lanes Phase V Page 22 June 2016 Table 10 Maximum HMA Mixture Sublot Size For HMA Ac ce ted b Statistical Evaluation HMA Original Plan Quantity (tons)' Maximum Sublot Sizetons z ( ) < 20,000 1,000 20,000 to 30,000 1,500 >30,000 2,000 "Plan quantity" means the plan quantity of all HMA of the same class and binder grade which is accepted by Statistical Evaluation. ' 2 The maximum sublot size for each combination of HMA class and binder grade shall be calculated separately. i J For a mixture lot in progress with a mixture CPF less than 0.75, a new mixture lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. See also Section 5-04.3(11)F. If, before completing a mixture lot, the Contractor requests a change to the JMF which is approved by the Engineer, the mixture produced in that lot after the approved change will be evaluated on the basis of the changed JMF, and the mixture produced in that lot before the approved change will be evaluated on the basis of the unchanged JMF; however, the mixture before and after the change will be evaluated in the same lot. Acceptance of subsequent mixture lots will be evaluated on the basis of the changed JMF. 5-04.3(9)B2 Mixture Statistical Evaluation — Sampling Comply with Section 1-06.2(1). Samples of HMA mixture which is accepted by Statistical Evaluation will be randomly selected from within each sublot, with one sample per sublot. The Engineer will determine the random sample location using WSDOT Test Method T 716. The Contractor shall obtain the sample when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with FOP for WAQTC T 168. 5-04.3(9)B3 Mixture Statistical Evaluation —Acceptance Testing Comply with Section 1-06.2(1). The Contracting Agency will test the mixture sample from each sublot (including sublots in a test section) for the properties shown in Table 11. Table 11 Testing Required for each HMA Mixture Sublot Test I Procedure I Performed b ' City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 23 June 2016 Va WSDOT SOP 731 Engineer Asphalt Binder Content FOP for Engineer 15 AASHTO T 308 20 Gradation: Percent Passing FOP for Engineer 1'/2' 1" %", '/2", %", No. 4, WAQTC No. 8, No. 200 T 27/T 11 The mixture samples and tests taken for the purpose of determining acceptance of the test section (as described in Section 5-04.3(9)A) shall also be used as the test results for acceptance of the mixture described in 5-04.3(9)B3, 5-04.3(9)B4, 5-04.3(9)B5, and 5-04.3(9)B6. 5-04.3(9)B4 Mixture Statistical Evaluation — Pay Factors Comply with Section 1-06.2(2). The Contracting Agency will determine a pay factor (PF;) for each of the properties in Table 11, for each mixture lot, using the quality level analysis in Section 1-06.2(2)D. For Gradation, a pay factor will be calculated for each of the sieve sizes listed in Table 11 which is equal to or smaller than the maximum allowable aggregate size (100 percent passing sieve) of the HMA mixture. The USL and LSL shall be calculated using the Job Mix Formula Tolerances (for Statistical Evaluation) in Section 9-03.8(7). If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3(9)B5 Mixture Statistical Evaluation — Composite Pay Factors (CPF) Comply with Section 1-06.2(2). In accordance with Section 1-06.2(2)D4, the Contracting Agency will determine a Composite Pay Factor (CPF) for each mixture lot from the pay factors calculated in Section 5-04.3(9)B4, using the price adjustment factors in Table 12. Unless otherwise specified, the maximum CPF for HMA mixture shall be 1.05. Table 12 HMA Mixture Price Adjustment Factors Constituent Factor "f" All aggregate passing: 1'/2', 1 ", W, '/2", %" 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) 20 J City of Federal Way RFB # 16-006 , Pacific Highway South HOV Lanes Phase V Page 24 June 2016 11 5-04.3(9)B6 Mixture Statistical Evaluation — Price Adjustments For each HMA mixture lot, a Job Mix Compliance Price Adjustment will be determined and applied, as follows: JMCPA = [0.60 x (CPF — 1.00)] x Q x UP Where JMCPA = Job Mix Compliance Price Adjustment for a given lot of mixture ($) CPF = Composite Pay factor for a given lot of mixture (maximum is 1.05) Q = Quantity in a given lot of mixture (tons) UP = Unit price of the HMA in a given lot of mixture ($/ton) 5-04.3(9)B7 Mixture Statistical Evaluation — Retests The Contractor may request that a mixture sublot be retested. To request a retest, submit a written request to the Contracting Agency within 7 calendar days after the specific test results have been posted to the website or emailed to the Contractor, whichever occurs first. The Contracting Agency will send a split of the original acceptance sample for testing by the Contracting Agency to either the Region Materials Laboratory or the State Materials Laboratory as determined by the Engineer. The Contracting Agency will not test the split of the sample with the same equipment or by the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and Va, and the results of the retest will be used for the acceptance of the HMA mixture in place of the original mixture 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 $250 per sample. 5-04.3(9)C Mixture Acceptance — Nonstatistical Evaluation 5-04.3(9)C1 Mixture Nonstatistical Evaluation — Lots, Sublots, Sampling, Test Section, Testing, Retests For HMA mixture accepted by Nonstatistical Evaluation, comply with the requirements in Table 13: Table 13 Nonstatistical Evaluation Lots, Sublots, Sampling, Test Section, Testing, Retests Comply with the Specifications Below Comply with the Requirements of the Section for: Test Section Section 5-04.3(9)A Nonstatistical Evaluation Lots and Sublots Section 5-04.3(9)Bl Statistical Evaluation Sampling Section 5-04.3(9)B2 Statistical Evaluation Acceptance Tests Section 5-04.3(9)B3 Statistical Evaluation Retests Section 5-04.3(9)B7 Statistical Evaluation ' City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 25 June 2016 5-04.3(9)C2 Mixture Nonstatistical Evaluation -Acceptance Each mixture lot of HMA produced under Nonstatistical Evaluation, for which all sublot acceptance test results (required by Table 13) fall within the Job Mix Formula Tolerances for Nonstatistical Evaluation in Section 9-03.8(7), will be accepted at the unit Contract price with no further evaluation. 5-04.3(9)C3 Mixture Nonstatistical Evaluation — Out of Tolerance Procedures Each mixture lot of HMA produced under Nonstatistical Evaluation, for which any sublot acceptance test result (required by Table 13) falls outside of the Job Mix Formula Tolerances for Nonstatistical Evaluation in Section 9-03.8(7), shall be evaluated in accordance with Section 1- 06.2 and Table 14 to determine a Job Mix Compliance Price Adjustment. Table 14 Nonstatistical Evaluation — Out of Tolerance Procedures Comply with the Following' Pay Factors2 Section 5-04.3(9)B4 Composite Pay Factors3 Section 5-04.3(9)B5 Price Adjustments Section 5-04.3(9)B6 'When less than three mixture sublots exist, backup samples of the existing mixture sublots shall be tested to provide a minimum of three sets of results for evaluation. If enough backup samples are not available, the Contracting Agency will select core sample locations from the Roadway in accordance with WSDOT Test Method T 716, take cores from the roadway in accordance with WSDOT SOP 734, and test the cores in accordance with WSDOT SOP 737. 2The Nonstatistical Evaluation tolerance limits in Section 9-03.8(7) will be used in the calculation of the PF;. 3The maximum CPF shall be 1.00. 5-04.3(9)D Mixture Acceptance —Visual Evaluation Visual Evaluation of HMA mixture will be by visual inspection by the Engineer or, in the sole discretion of the Engineer, the Engineer may sample and test the mixture. 5-04.3(9)D1 Mixture Visual Evaluation — Lots, Sampling, Testing, Price Adjustments HMA mixture accepted by Visual Evaluation will not be broken into lots unless the Engineer determines that testing is required. When that occurs, the Engineer will identify the limits of the questionable HMA mixture, and that questionable HMA mixture shall constitute a lot. Then, the Contractor will take samples from the truck, or the Engineer will take core samples from the roadway at a minimum of three random locations from within the lot, selected in accordance with WSDOT Test Method T 716, taken from the roadway in accordance with WSDOT SOP 734, and tested in accordance with WSDOT SOP 737. The Engineer will test one 1 1 City of Federal Way RFB # 16-006 ' Pacific Highway South HOV Lanes Phase V Page 26 June 2016 l C 7 L of the samples for all constituents in Section 5-04.3(9)B3. If all constituents from that test fall within the Job Mix Formula Tolerances (for Visual Evaluation) in Section 9-03.8(7), the lot will be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside those tolerance limits, the other samples will be tested for all constituents in Section 5-04.3(9)B3, and a Job Mix Compliance Price Adjustment will be calculated in accordance with Table 15. Table 15 Visual Evaluation — Out of Tolerance Procedures Comply with the Following Pay Factors' Section 5-04.3(9)B4 Composite Pay Factors2 Section 5-04.3(9)B5 Price Adjustments Section 5-04.3(9)86 'The Visual Evaluation tolerance limits in Section 9-03.8(7) will be used in the calculation of the PF;. 2The maximum CPF shall be 1.00. 5-04.3(9)E Mixture Acceptance — Notification of Acceptance Test Results The results of all mixture acceptance testing and the Composite Pay Factor (CPF) of the lot after three sublots have been tested will be available to the Contractor through The Contracting Agency's website. The Contracting Agency will endeavor to provide written notification (via email to the Contractor's designee) of acceptance test results through its web - based materials testing system Statistical Analysis of Materials (SAM) within 24 hours of the sample being made available to the Contracting Agency. However, the Contractor agrees: Quality control, defined as the system used by the Contractor to monitor, assess, and adjust its production processes to ensure that the final HMA mixture will meet the specified level of quality, is the sole responsibility of the Contractor. 2. The Contractor has no right to rely on any testing performed by the Contracting Agency, nor does the Contractor have any right to rely on timely notification by the Contracting Agency of the Contracting Agency's test results (or statistical analysis thereof), for any part of quality control and/or for making changes or correction to any aspect of the HMA mixture. 3. The Contractor shall make no claim for untimely notification by the Contracting Agency of the Contracting Agency's test results or statistical analysis. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 27 June 2016 5-04.3(10) HMA Compaction Acceptance For all HMA, the Contractor shall comply with the General Compaction Requirements in Section 5-04.3(10)A. The Contracting Agency will evaluate all HMA for compaction compliance with one of the following - Statistical Evaluation, Visual Evaluation, or Test Point Evaluation - determined by the criteria in Table 16: Table 16 Criteria for Determining Method of Evaluation for HMA Compaction' Statistical Evaluation Visual Evaluation of Test Point Evaluation of HMA Compaction is HMA Compaction is of HMA Compaction Required For: Required For: is Required For: • Any HMA for which • "HMA for Any HMA not the specified course Preleveling..." meeting the criteria thickness is greater • "HMA for Pavement for Statistical than 0.10 feet, and Repair..." Evaluation or the HMA is in: Visual Evaluation o traffic lanes, including but not limited to: • ramp lanes • truck climbing lanes • weaving lanes • speed change lanes 'This table applies to all HMA, and shall be the sole basis for determining the acceptance method for compaction. The Contracting Agency may, at its sole discretion, evaluate any HMA for compliance with the Cyclic Density requirements of Section 5-04.3(10)B. 5-04.3(10)A HMA Compaction —General Compaction Requirements Immediately after the HMA has been spread and struck off, and after surface irregularities have been adjusted, thoroughly and uniformly compact the mix. The completed course shall be free from ridges, ruts, humps, depressions, objectionable marks, and irregularities and shall conform to the line, grade, and cross-section shown in the Plans. If necessary, alter the JMF in accordance with Section 9-03.8(7) to achieve desired results. Compact the mix when it is in the proper condition so that no undue displacement, cracking, or shoving occurs. Compact areas inaccessible to large compaction equipment by mechanical or hand tampers. Remove HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective. Replace the removed material with new HMA, and compact it immediately 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. An exception shall be that pneumatic tired rollers shall City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 28 June 2016 G L r J n C L be used for compaction of the wearing course beginning October 1 st of any year through March 31 st of the following year. Coverage with a steel wheel roller may precede pneumatic tired rolling. Unless otherwise approved by the Engineer, operate rollers in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, do not operate a roller in a mode that results in checking or cracking of the mat. On bridge decks and on the five feet of roadway approach immediately adjacent to the end of bridge/back of pavement seat, operate rollers in static mode only. 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 HMA Compaction Acceptance —Statistical Evaluation HMA compaction which is accepted by Statistical Evaluation will be based on acceptance testing performed by the Contracting Agency, and statistical analysis of those acceptance tests results. This will result in a Compaction Price Adjustment. 5-04.3(10)C1 HMA Compaction Statistical Evaluation — Lots and Sublots HMA compaction which is accepted by Statistical Evaluation will be evaluated by the Contracting Agency dividing the project into compaction lots, and each compaction lot will be evaluated using stratified random sampling by the Contracting Agency sub -dividing each compaction lot into compaction sublots. All mixture in any individual compaction lot shall be of the same mix design. The compaction sublots will be numbered in the order in which the mixture (of a particular mix design) is paved. Each compaction lot comprises a maximum of 15 compaction sublots, except for the final compaction lot of each mix design on the Contract, which comprises a maximum of 25 sublots. Each compaction sublot shall be uniform in size as shown in Table 17, except that the last compaction sublot of each day may be increased to a maximum of two times the compaction sublot quantity calculated. Minor variations in the size of any sublot shall not be cause to invalidate the associated test result. Table 17 HMA Compaction Sublot Size HMA Original Plan Quantity (tons)' J Compaction Sublot Size (tons) ' City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 29 June 2016 <20,000 100 20,000 to 30,000 150 >30,000 200 ' In determining the plan quantity tonnage, do not include any tons accepted by test point evaluation. The following will cause one compaction lot to end prematurely and a new compaction lot to begin.- For egin: For a compaction lot in progress with a compaction CPF less than 0.75, a new compaction lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. See also Section 5- 04.3(11)F. 5-04.3(10)C2 HMA Compaction Statistical Evaluation —Acceptance Testing Comply with Section 1-06.2(1). The location of HMA compaction acceptance tests will be randomly selected by the Contracting Agency from within each sublot, with one test per sublot. The Contracting Agency will determine the random sample location using WSDOT Test Method T 716. Use Table 18 to determine compaction acceptance test procedures and to allocate compaction acceptance sampling and testing responsibilities between the Contractor and the Contracting Agency. Roadway cores shall be taken or nuclear density testing shall occur after completion of the finish rolling, prior to opening to traffic, and on the same day that the mix is placed. Table 18 HMA Compaction Acceptance Testing Procedures and Responsibilities When Contract When Contract Does Not Includes Bid "Roadway Include Bid Item "Roadway Item Cores" Cores" Roadway Nuclear Basis for Test: Roadway Cores Cores3 Density Gauge 3 Contractor shall Contracting take cores' Agency will take using WSDOT cores' using Contracting In -Place SOP 7342 WSDOT SOP Agency, using Density 734 FOP for Contracting Determined by: Agency will Contracting WAQTC TM 8 determine core Agency will density using determine core density using 7 C i u 1 J City of Federal Way RFB # 16-006 ' Pacific Highway South HOV Lanes Phase V Page 30 June 2016 LI i L ii 'The core diameter shall be 4 -inches unless otherwise approved by the Engineer. 2The Contractor shall take the core samples in the presence of the Engineer, at locations designated by the Engineer, and deliver the core samples to the Contracting Agency. 3The Contracting Agency will determine, in its sole discretion, whether it will take cores or use the nuclear density gauge to determine in- place density. Exclusive reliance on cores for density acceptance is generally intended for small paving projects and is not intended as a replacement for nuclear gauge density testing on typical projects. ' FOP forFOP for correlating the nuclear gauge with HMA cores. When cores are required AASHTO T 166 AAST 166 When a core is taken for gauge correlation at the location of a sublot, the Theoretical relative density of the core will be used for the sublot test result and is Maximum Contracting Agency, using FOP for AASHTO T 209 Density Determined by. 5-04.3(10)C3 HMA Statistical Compaction — Price Adjustments Rolling For each HMA compaction lot (that is accepted by Statistical Evaluation) Average of which has less than three compaction sublots, for which all compaction Theoretical Contracting Agency, using WSDOT SOP 729 Maximum accordance with FOP for WAQTC TM 8 (or WSDOT SOP 736 when Densities provided by the Contract), the HMA will be accepted at the unit Contract Determined by. price with no further evaluation. Percent Contracting Contracting Contracting Compaction in Agency, using Agency, using Agency, using Each Sublot WSDOT SOP WSDOT SOP FOP for Determined by: 736 736 WAQTC TM 8 'The core diameter shall be 4 -inches unless otherwise approved by the Engineer. 2The Contractor shall take the core samples in the presence of the Engineer, at locations designated by the Engineer, and deliver the core samples to the Contracting Agency. 3The Contracting Agency will determine, in its sole discretion, whether it will take cores or use the nuclear density gauge to determine in- place density. Exclusive reliance on cores for density acceptance is generally intended for small paving projects and is not intended as a replacement for nuclear gauge density testing on typical projects. ' When using the nuclear density gauge for acceptance testing of pavement density, the Engineer will follow WSDOT SOP 730 for correlating the nuclear gauge with HMA cores. When cores are required for the correlation, coring and testing will be by the Contracting Agency. ' When a core is taken for gauge correlation at the location of a sublot, the relative density of the core will be used for the sublot test result and is exempt from retesting. ' 5-04.3(10)C3 HMA Statistical Compaction — Price Adjustments For each HMA compaction lot (that is accepted by Statistical Evaluation) which has less than three compaction sublots, for which all compaction ' sublots attain a minimum of 91 percent compaction determined in accordance with FOP for WAQTC TM 8 (or WSDOT SOP 736 when provided by the Contract), the HMA will be accepted at the unit Contract ' price with no further evaluation. ' For each HMA compaction lot (that is accepted by Statistical Evaluation) which does not meet the criteria in the preceding paragraph, the compaction lot shall be evaluated in accordance with Section 1-06.2(2) to determine the appropriate Compaction Price Adjustment (CPA). All of the ' test results obtained from the acceptance samples from a given compaction lot shall be evaluated collectively. Additional testing by either a nuclear density gauge or cores will be completed as required to provide ' a minimum of three tests for evaluation. City of Federal Way RFB # 16-006 I� Pacific Highway South HOV Lanes Phase V Page 31 June 2016 For the statistical analysis in Section 1-06.2, use the following values: X = Percent compaction of each sublot USL = 100 LSL= 91 Each CPA will be determined as follows: CPA = [0.40 x (CPF — 1.00)] x Q x UP Where CPA = Compaction Price Adjustment for the compaction lot ($) CPF = Composite Pay Factor for the compaction lot (maximum is 1.05) Q = Quantity in the compaction lot (tons) UP= Unit price of the HMA in the compaction lot ($/ton) 5-04.3(10)C4 HMA Statistical Compaction — Requests for Retesting For a compaction sublot that has been tested with a nuclear density gauge that did not meet the minimum of 91 percent of the theoretical 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, taken at the same location as the nuclear density test, be used for determination of the relative density of the compaction sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the compaction sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the compaction sublot have been provided or made available to the Contractor. 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 retesting. When the CPF for the compaction lot based on the results of the cores is less than 1.00, the Contracting Agency will deduct the cost for the coring 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)D HMA Compaction —Visual Evaluation Visual Evaluation will be the basis of acceptance for compaction of the Bid items "HMA for Pavement Repair Cl. _ PG _"and "HMA for Prelevelling Class_ PG_". This HMA shall be thoroughly compacted to the satisfaction of the Engineer. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller. 5-04.3(10)E HMA Compaction — Test Point Evaluation When compaction acceptance is by Test Point Evaluation, compact HMA based on a test point evaluation of the compaction train. Perform the test City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 32 June 2016 L r C point evaluation 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. 5-04.3(10)F HMA Compaction Acceptance — Notification of Acceptance Test Results The obligations and responsibilities for notifying the Contractor of compaction acceptance test results are the same as for mixture acceptance test results. See Section 5-04.3(9)E. 5-04.3(11) Reject Work This Section applies to HMA and all requirements related to HMA (except aggregates prior to being incorporated into HMA). For rejection of aggregate prior to its incorporation into HMA refer to Section 3-04. ' 5-04.3(11)A Reject Work —General Work that is defective or does not conform to Contract requirements shall be rejected. ' 5-04.3(11)B Rejection by Contractor The Contractor may, prior to acceptance sampling and testing, 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. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests the rejected material to be tested. If the Contractor requests testing, acceptance will be by Statistical Evaluation, and a minimum of three samples will be obtained and tested. When uncompacted material is required for testing but not available, the Engineer will determine random sample locations on the roadway in accordance with WSDOT Test Method T 716, take cores in accordance with WSDOT SOP 734, and test the cores in accordance with WSDOT SOP 737. 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. ' City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 33 June 2016 5-04.3(11)D Rejection —A Partial Sublot (Mixture or Compaction) In addition to the random acceptance sampling and testing, the Engineer may also isolate from a mixture or compaction 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. The Contracting Agency will obtain a minimum of three random samples of the suspect material and perform the testing. When uncompacted material is required for testing but is not available, the Engineer will select random sample locations on the roadway in accordance with WSDOT Test Method T 716, take cores samples in accordance with WSDOT SOP 734, and test the material in accordance with WSDOT SOP 737. The material will then be statistically evaluated as an independent lot in accordance with Section 1- 06.2(2). 5-04.3(11)E Rejection —An Entire Sublot (Mixture or Compaction) An entire mixture or compaction sublot that is suspected of being defective may be rejected. When this occurs, a minimum of two additional random samples from this sublot will be obtained. When uncompacted material is required for the additional samples but the material has been compacted, the Contracting Agency will take and test cores from the roadway as described in Section 5-04.3(11)D. The 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 (Mixture or Compaction) 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 when: the Composite Pay Factor (CPF) of a mixture or compaction lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. the Pay Factor (PF;) for any constituent of a mixture or compaction lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. either the PF; for any constituent (or the CPF) of a mixture or compaction 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 Transverse Joints Conduct operations such that placement of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed, but the roller may pass over the unprotected end of the freshly laid HMA only when the placement of the course is discontinued for such a length of time that the HMA will cool below compaction temperature. When the Work is resumed, cut back the previously Ll l it City of Federal Way RFB # 16-006 ' Pacific Highway South HOV Lanes Phase V Page 34 June 2016 Ci compacted HMA to produce a slightly beveled edge for the full thickness of the course. Construct a temporary wedge of HMA on a 50H:1V where a transverse joint as a result of paving or planing is open to traffic. Separate the HMA in the temporary wedge from the permanent HMA upon which it is placed by strips of heavy wrapping paper or other methods approved by the Engineer. Remove the wrapping paper and trim the joint to a slightly beveled edge for the full thickness of the course prior to resumption of paving. Waste the material that is cut away and place new HMA against the cut. Use rollers or tamping irons to seal the joint. 5-04.3(12)B Longitudinal Joints Offset the longitudinal joint in any one course from the course immediately below by not more than 6 inches nor less than 2 inches. Locate all longitudinal joints constructed in the wearing course at a lane line or an edge line of the Traveled Way. Construct a notched wedge joint 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 nor more than'/2 of the compacted lift thickness, and then taper down on a slope not steeper than 4H:1 V. Uniformly compact the sloped portion of the HMA notched wedge joint. On one -lane ramps a longitudinal joint may be constructed at the center of the traffic lane, subject to approval by the Engineer, if: The ramp must remain open to traffic, or 2. The ramp is closed to traffic and a hot -lap joint is constructed. a. Two paving machines shall be used to construct the hot -lap joint. b. The pavement within 6 inches of the hot -lap joint will not be excluded from random location selection for compaction testing. c. Construction equipment other than rollers shall not operate on any uncompacted HMA. When HMA is placed adjacent to cement concrete pavement, construct longitudinal joints between the HMA and the cement concrete pavement. Saw the joint to the dimensions shown on Standard Plan A-40.10 and fill with joint sealant meeting the requirements of Section 9-04.2. 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 '/8 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to the centerline. The City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 35 June 2016 transverse slope of the completed surface of the wearing course shall vary not more than %4 inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, correct the pavement surface by one of the following methods: Remove material from high places by grinding with an approved grinding machine, or 2. Remove and replace the wearing course of HMA, or 3. By other method approved by the Engineer. Correct defects 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 portland cement concrete pavement is to be placed on HMA, the surface tolerance of the HMA shall be such that no surface elevation lies above the Plan grade minus the specified Plan depth of portland cement concrete pavement. Prior to placing the portland cement concrete pavement, bring any such irregularities to the required tolerance by grinding or other means approved by the Engineer. When utility appurtenances such as manhole covers and valve boxes are located in the Traveled Way, pave the Roadway before the utility appurtenances are adjusted to the finished grade. 5-04.3(14) Planing Bituminous Pavement Plane in such a manner that the underlying pavement is not torn, broken, or otherwise damaged by the planing operation. Delamination or raveling of the underlying pavement will not be construed as damage due to the Contractor's operations. Pavement outside the limits shown in the Plans or designated by the Engineer that is damaged by the Contractor's operations shall be repaired to the satisfaction of the Engineer at no additional cost to the Contracting Agency. For mainline planing operations, use equipment with automatic controls and with sensors for either or both sides of the equipment. The controls shall be capable of sensing the grade from an outside reference line, or a mat -referencing device. The automatic controls shall have a transverse slope controller capable of maintaining the mandrel at the desired transverse slope (expressed as a percentage) within plus or minus 0.1 percent. 7 ri City of Federal Way RFB # 16-006 t Pacific Highway South HOV Lanes Phase V Page 36 June 2016 r Remove all loose debris from the planed surface before opening the planed surface to traffic. The planings and other debris resulting from the planing operation shall become the property of the Contractor and be disposed of in accordance with Section 2-03.3(7)C, or as otherwise allowed by the Contract. 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 Construct HMA approaches at the locations shown in the Plans or where staked by the Engineer, in accordance with Section 5-04. 5-04.4 Measurement ' HMA Cl. —PG _, HMA for _ Cl. _ PG _, 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 HMA. If the ' Contractor elects to remove and replace HMA as allowed by Section 5-04.3(11), the material removed will not be measured. ' Roadway cores will be measured per each for the number of cores taken. Crack Sealing -LF will be measured by the linear foot along the line of the crack. ' 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 fog seal will be measured by the ton, as provided in Section 5-02.4. Longitudinal joint seals between the HMA and cement concrete pavement will be measured ' by the linear foot along the line and slope of the completed joint seal. Planing bituminous pavement will be measured by the square yard. ' Temporary pavement marking will be measured by the linear foot as provided in Section 8- 23.4. ' Water will be measured by the M gallon as provided in Section 2-07.4. 5-04.5 Payment ' Payment will be made for each of the following Bid items that are included in the Proposal: "HMA Cl. _ PG _", per ton. ' "HMA for Approach Cl. _ PG _", per ton. "HMA for Preleveling Cl. —PG _", per ton. "HMA for Pavement Repair Cl. _ PG _", per ton. ' "Commercial HMA", per ton. ' City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 37 June 2016 The unit Contract price per ton for "HMA Cl. _ PG _", "HMA for Approach Cl. PG _", "HMA for Preleveling Cl. _ PG _", "HMA for Pavement Repair Cl. _ PG _", and "Commercial HMA" shall be full compensation for all costs, including anti -stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. "Crack Sealing -FA", by force account. "Crack Sealing -FA" will be paid for by force account as specified in Section 1-09.6. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the total Bid by the Contractor. "Crack Sealing -LF", per linear foot. The unit Contract price per linear foot for "Crack Sealing -LF" shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(4)A. "Soil Residual Herbicide ft. Wide", per mile, or "Soil Residual Herbicide", per square yard. The unit Contract price per mile or per square yard for "Soil Residual Herbicide" shall be full payment for all costs incurred to obtain, provide and install herbicide in accordance with Section 5-04.3(4)B. "Pavement Repair Excavation Incl. Haul", per square yard. The unit Contract price per square yard for "Pavement Repair Excavation Incl. Haul" shall be full payment for all costs incurred to perform the Work described in Section 5- 04.3(4)C with the exception, however, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for "HMA for Pavement Repair Cl. PG _", per ton. "Asphalt for Fog Seal", per ton. Payment for "Asphalt for Fog Seal" is described in Section 5-02.5. "Longitudinal Joint Seal", per linear foot. The unit Contract price per linear foot for "Longitudinal Joint Seal" shall be full payment for all costs incurred to construct the longitudinal joint between HMA and cement concrete pavement, as described in Section 5-04.3(12)B. "Planing Bituminous Pavement", per square yard. 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). "Temporary Pavement Marking", per linear foot. Payment for "Temporary Pavement Marking" is described in Section 8-23.5. "Water", per M gallon. Payment for "Water" is described in Section 2-07.5. "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)B6, 5-04.3(9)C3, and 5-04.3(9)D1. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 38 June 2016 1 11 1 1 C 1 L "Compaction Price Adjustment", by calculation. "Compaction Price Adjustment" will be calculated and paid for as described in Section 5-04.3(10)C3. "Roadway Core", per each. The Contractor's costs for all other Work associated with the coring (e.g., traffic control) shall be incidental and included within the unit Bid price per each and no additional payments will be made. "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. I 6-02.AP6 C' r J Section 6-02, Concrete Structures April 4, 2016 6-02.3(2)A Contractor Mix Design The following new sentence is inserted after the first sentence of the third paragraph: The mix design submittal shall also include test results no older than one year showing that the Aggregates do not contain Deleterious Substances in accordance with Section 9-03. 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D The following new sentence is inserted after the second sentence of the last paragraph: Mix designs using shrinkage reducing admixture shall state the specific quantity required. The following new sentence is inserted before the last sentence of the last paragraph: Testing samples of mixes using shrinkage reducing admixture shall use the admixture amount specified in the mix design submittal. 6-02.3(2)B Commercial Concrete The last sentence of the first paragraph is revised to read: Commercial concrete does not require mix design or source approvals for cement, aggregate, and other admixtures. 6-02.3(26)D2 Test Block Dimensions The first sentence is revised to read: The dimensions of the test block perpendicular to the tendon in each direction shall be the smaller of twice the minimum edge distance or the minimum spacing specified by the special anchorage device manufacturer, with the stipulation that the concrete cover over any confining .reinforcing steel or supplementary skin reinforcement shall be appropriate for the project -specific application and circumstances. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 39 June 2016 6-02.3(27)A Use of Self -Consolidating Concrete for Precast Units Item number 2 of the first paragraph is revised to read: ' 2. Precast reinforced concrete three -sided structures, box culverts and split box culverts in accordance with Section 7-02.3(6). ' 6-09.AP6 Section 6-09, Modified Concrete Overlays ' April 4, 2016 6-09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified Concrete Overlays The first sentence of the first paragraph is revised to read the following two new sentences: The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6-02.3(5)D and as specified in this Section after the Contractor has turned over the concrete for acceptance testing. Concrete samples for testing shall be supplied to the Engineer in accordance with Section 6-02.3(5)E. The last paragraph is deleted. 6-09.3(8)B Quality Assurance for Latex Modified Concrete Overlays The first two paragraphs are deleted and replaced with the following: The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6-02.3(5)D and as specified in this Section after the Contractor has turned over the concrete for acceptance testing. The Engineer will perform testing as the concrete is being placed. Samples shall be taken on the first charge through each mobile mixer and every other charge thereafter. The sample shall be taken after the first 2 minutes of continuous mixer operation. Concrete samples for testing shall be supplied to the Engineer in accordance with Section 6-02.3(5)E. The second to last sentence of the last paragraph is revised to read: Recommendations made by the technical representative on or off the jobsite shall be adhered to by the Contractor. 6-14.AP6 Section 6-14, Geosynthetic Retaining Walls January 4, 2016 6-14.5 Payment The bid item "Concrete Fascia Panel", per square foot, and the paragraph following this bid item are revised to read: "Concrete Fascia Panel For Geosynthetic Wall", per square foot. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 40 June 2016 fl t 11 All costs in connection with constructing the concrete fascia panels as specified shall be included in the unit Contract price per square foot for "Concrete Fascia Panel For ' Geosynthetic Wall", including all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint sealant, PVC pipe for weep holes, exterior surface finish, and pigmented sealer (when specified), constructing and placing the concrete footing, edge ' beam, anchor beam, anchor rod assembly, and backfill. 6-19.AP6 ' Section 6-19, Shafts January 4, 2016 ' 6-19.4 Measurement The first paragraph is revised to read: ' Soil excavation for shaft, including haul, will be measured by the cubic yards of shaft excavated. The cubic yards will be computed using the shaft diameter, top of shaft elevation and bottom of shaft elevation shown in the Plans, less all rock excavation ' measured as specified for rock excavation. Excavation between the existing ground line and the top of shaft elevation is considered incidental to soil excavation for shaft and will not be measured. ' The second paragraph is deleted. ' 6-19.5 Payment The paragraph following the bid item "Soil Excavation For Shaft Including Haul", per cubic yard is revised to read: The unit Contract price per cubic yard for "Soil Excavation For Shaft Including Haul" shall be full pay for performing the work as specified, including all costs in connection with ' furnishing, mixing, placing, maintaining, containing, collecting, and disposing of all mineral, synthetic, and water slurry, and disposing of groundwater collected by the shaft excavation, and the incidental excavation of soils between the top of shaft elevation shown in the Plans and the existing ground line. ' 8-01.AP8 ' Section 8-01, Erosion Control and Water Pollution Control April 4, 2016 ' 8-01.2 Materials This section is supplemented with the following new paragraph: ' Recycled concrete, in any form, shall not be used for any Work defined in Section 8-01. 8-01.3(8) Street Cleaning ' This section is revised to read: Self-propelled street sweepers shall be used to remove and collect sediment and other ' debris from the Roadway, whenever required by the Engineer. The street sweeper shall ' City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 41 June 2016 effectively collect these materials and prevent them from being washed or blown off the Roadway or into waters of the State. Street sweepers shall not generate fugitive dust and shall be designed and operated in compliance with applicable air quality standards. Material collected by the street sweeper shall be disposed of in accordance with Section 2- 03.3(7)C. Street washing with water will require the concurrence of the Engineer. 8-10.AP8 Section 8-10, Guide Posts January 4, 2016 8-10.3 Construction Requirements The last sentence of the second paragraph is deleted. 8-20.AP8 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical April 4, 2016 8-20.3(5)A General The last paragraph is revised to read: Immediately after the sizing mandrel has been pulled through, install an equipment grounding conductor if applicable (see Section 8-20.3(9)) and any new or existing wire or cable as specified in the Plans. Where conduit is installed for future use, install a 200 - pound minimum tensile strength pull string with the equipment grounding conductor. The pull string shall be attached to duct plugs or caps at both ends of the conduit. 8-20.3(5)A1 Fiber Optic Conduit The last paragraph is deleted. 8-20.3(5)D Conduit Placement Item number 2 is revised to read: 2. 24 -inches below the top of the untreated surfacing on a Roadbed. 8-20.3(9) Bonding, Grounding The following two new paragraphs are inserted after the first paragraph: Install an equipment grounding conductor in all new conduit, whether or not the equipment grounding conductor is called for in the wire schedule. For each new conduit with innerduct install an equipment grounding conductor in only one of the innerducts unless otherwise required by the NEC or the Plans. The fourth paragraph (after the preceding Amendments are applied) is revised to read: City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 42 June 2016 J 11 Bonding jumpers and equipment grounding conductors meeting the requirements of ' Section 9-29.3(2)A3 shall be minimum #8 AWG, installed in accordance with the NEC. Where existing conduits are used for the installation of new circuits, an equipment grounding conductor shall be installed unless an existing equipment ground conductor, ' which is appropriate for the largest circuit, is already present in the existing raceway. The equipment ground conductor between the isolation switch and the sign lighter fixtures shall be minimum #14 AWG stranded copper conductor. Where parallel circuits are enclosed in ' a common conduit, the equipment -grounding conductor shall be sized by the largest overcurrent device serving any circuit contained within the conduit. The second sentence of the fifth paragraph (after the preceding Amendments are applied) is ' revised to read: A non -insulated stranded copper conductor, minimum #8 AWG with a full circle crimp on connector (crimped with a manufacturer recommended crimper) shall be connected to the junction box frame or frame bonding stud, the other end shall be crimped to the equipment bonding conductor, using a "C" type crimp connector. ' The last two sentences of the sixth paragraph (after the preceding Amendments are applied) are revised to read: ' For light standards, signal standards, cantilever and sign bridge Structures the supplemental grounding conductor shall be #4 AWG non -insulated stranded copper ' conductor. For steel sign posts which support signs with sign lighting or flashing beacons the supplemental grounding conductor shall be #6 AWG non insulated stranded copper conductor. ' The fourth to last paragraph is revised to read: Install a two grounding electrode system at each service entrance point, at each electrical ' service installation and at each separately derived power source. The service entrance grounding electrode system shall conform to the "Service Ground" detail in the Standard Plans. If soil conditions make vertical grounding electrode installation impossible an ' alternate installation procedure as described in the NEC may be used. Maintain a minimum of 6 feet of separation between any two grounding electrodes within the grounding system. Grounding electrodes shall be bonded copper, ferrous core materials and shall be solid ' rods not less than 10 feet in length if they are 1/2 inch in diameter or not less than 8 feet in length if they are % inch or larger in diameter. ' 8-22.AP8 Section 8-22, Pavement Marking ' January 4, 2016 8-22.4 Measurement ' The first two sentences of the fourth paragraph are revised to read: The measurement for "Painted Wide Lane Line", "Plastic Wide Lane Line", "Profiled Plastic Wide Lane Line", "Painted Barrier Center Line", "Plastic Barrier Center Line", "Painted Stop ' City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 43 June 2016 Line", "Plastic Stop Line", "Painted Wide Dotted Entry Line", or "Plastic Wide Dotted Entry Line" will be based on the total length of each painted, plastic or profiled plastic line installed. No deduction will be made for the unmarked area when the marking includes a broken line such as, wide broken lane line, drop lane line, wide dotted lane line or wide dotted entry line. 8-22.5 Payment The following two new Bid items are inserted after the Bid item "Plastic Crosshatch Marking", per linear foot: "Painted Wide Dotted Entry Line", per linear foot. "Plastic Wide Dotted Entry Line", per linear foot. 9-03.AP9 Section 9-03, Aggregates April 4, 2016 9-03.1(1) General Requirements This first paragraph is supplemented with the following: Reclaimed aggregate may be used if it complies with the specifications for Portland Cement Concrete. Reclaimed aggregate is aggregate that has been recovered from plastic concrete by washing away the cementitious materials. 9-03.1(2) Fine Aggregate for Portland Cement Concrete This section is revised to read: Fine aggregate shall consist of natural sand or manufactured sand, or combinations thereof, accepted by the Engineer, having hard, strong, durable particles free from adherent coating. Fine aggregate shall be washed thoroughly to meet the specifications. 9-03.1(2)A Deleterious Substances This section is revised to read: The amount of deleterious substances in the washed aggregate shall be tested in accordance with AASHTO M 6 and not exceed the following values: Material finer than No. 200 Sieve 2.5 percent by weight Clay lumps and friable particles 3.0 percent by weight Coal and lignite 0.25 percent by weight Particles of specific gravity less than 2.00 1.0 percent by weight. Organic impurities shall be tested in accordance with AASHTO T 21 by the glass color standard procedure and results darker than organic plate no. 3 shall be rejected. A darker color results from AASHTO T 21 may be used provided that when tested for the effect of organic impurities on strength of mortar, the relative strength at 7 days, calculated in accordance with AASHTO T 71, is not less than 95 percent. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 44 June 2016 J fl 9-03.1(4) Coarse Aggregate for Portland Cement Concrete This section is revised to read: Coarse aggregate for concrete shall consist of gravel, crushed gravel, crushed stone, or combinations thereof having hard, strong, durable pieces free from adherent coatings. Coarse aggregate shall be washed to meet the specifications. 9-03.1(4)A Deleterious This section, including title, is revised to read: 9-03.1(4)A Deleterious Substances The amount of deleterious substances in the washed aggregate shall be tested in accordance with AASHTO M 80 and not exceed the following values: Material finer than No. 200 ' Clay lumps and Friable Particles Shale Wood waste ' Coal and Lignite Sum of Clay Lumps, Friable Particles, and Chert (Less Than 2.40 specific gravity SSD) 1.0' percent by weight 2.0 percent by weight 2.0 percent by weight 0.05 percent by weight 0.5 percent by weight 3.0 percent by weight 'If the material finer than the No. 200 sieve is free of clay and shale, this percentage may be increased to 1.5. 9-03.1(4)C Grading The following new sentence is inserted at the beginning of the last pargraph: Where coarse aggregate size 467 is used, the aggregate may be furnished in at least two separate sizes. 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete This section is revised to read: As an alternative to using the fine aggregate sieve grading requirements in Section 9- 03.1(2)B, and coarse aggregate sieve grading requirements in Section 9-03.1(4)C, a combined aggregate gradation conforming to the requirements of Section 9-03.1(5)A may be used. 9-03.1(5)A Deleterious Substances This section is revised to read: The amount of deleterious substances in the washed aggregates % inch or larger shall not exceed the values specified in Section 9-03.1(4)A and for aggregates smaller than % inch they shall not exceed the values specified in Section 9-03.1(2)A. 9-03.1(5)B Grading The first paragraph is deleted. City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 45 June 2016 9-03.8(7) HMA Tolerances and Adjustments In the table in item 1, the last column titled "Commercial Evaluation" is revised to read "Visual Evaluation". 9-03.21(1)B Concrete Rubble This section, including title, is revised to read: 9-03.21(1)B Recycled Concrete Aggregate Recycled concrete aggregates are coarse aggregates manufactured from hardened concrete mixtures. Recycled concrete aggregate may be used as coarse aggregate or blended with coarse aggregate for Commercial Concrete. Recycled concrete aggregate shall meet all of the requirements for coarse aggregate contained in Section 9-03.1(4) or 9- 03.1(5). In addition to the requirements of Section 9-03.1(4) or 9-03.1(5), recycled concrete shall: 1. Contain an aggregated weight of less than 1 percent of adherent fines, vegetable matter, plastics, plaster, paper, gypsum board, metals, fabrics, wood, tile, glass, asphalt (bituminous) materials, brick, porcelain or other deleterious substance(s) not otherwise noted; 2. Be free of harmful components such as chlorides and reactive materials unless mitigation measures are taken to prevent recurrence in the new concrete; 3. Have an absorption of less than 10 percent when tested in accordance with AASHTO T 85. Recycled concrete aggregate shall be in a saturated condition prior to mixing. Recycled concrete aggregate shall not be placed below the ordinary high water mark of any water of the State. 9-03.21(1)D Recycled Steel Furnace Slag This section title is revised to read: Steel Furnace Slag 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material The following new row is inserted after the second row: Coarse Aggregate for Commercial Concrete 1 9-03.1(4) 0 1 100 1 0 1 0 9-04.AP9 Section 9-04, Joint and Crack Sealing Materials January 4, 2016 9-04.2(1) Hot Poured Joint Sealants This section's content is deleted and replaced with the following new subsections: n t City of Federal Way RFB # 16-006 ' Pacific Highway South HOV Lanes Phase V Page 46 June 2016 J 9-04.2(1)A Hot Poured Sealant Hot poured sealant shall be sampled in accordance with ASTM D5167 and tested in t accordance with ASTM D5329. Hot poured sealant shall have a minimum Cleveland Open Cup Flash Point of 205°C in accordance with AASHTO T 48. ' 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement Hot poured sealant for cement concrete pavement shall meet the requirements of ASTM D6690 Type IV, except for the following: ' 1. The Cone Penetration at 25°C shall be 130 maximum. I I 0 t t u t 2. The extension for the Bond, non -immersed, shall be 100 percent. 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement Hot poured sealant for bituminous pavement shall meet the requirements of ASTM D6690 Type II. 9-04.2(1)B Sand Slurry for Bituminous Pavement Sand slurry is mixture consisting of the following components measured by total weight: 1. Twenty percent CSS -1 emulsified asphalt, 2. Two percent portland cement, and 3. Seventy-eight percent fine aggregate meeting the requirements of 9-03.1(2)B Class 2. Fine aggregate may be damp (no free water). 9-07.AP9 Section 9-07, Reinforcing Steel January 4, 2016 9-07.1(1)A Acceptance of Materials The first sentence of the first paragraph is revised to read: Reinforcing steel rebar manufacturers shall comply with the National Transportation Product Evaluation Program (NTPEP) Work Plan for Reinforcing Steel (rebar) Manufacturers. The first sentence of the second paragraph is revised to read: Steel reinforcing bar manufacturers use either English or a Metric size designation while stamping rebar. ' City of Federal Way RFB # 16-006 Pacific Highway South HOV Lanes Phase V Page 47 June 2016 r 'J F1 SPECIAL PROVISIONS t r SPECIAL PROVISIONS INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2016 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project -specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (May 1, 2013 City of Federal Way GSP) Notes a revision to a General Special Provision and/or Project Specific Special Provision. Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • National Electric Code, current edition ' King County Road Standards — 2007 • City of Federal Way Public Works Development Standards • Lakehaven Utility District Design Standards 1 7 Contractor shall obtain copies of these publications, at Contractor's own expense. City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 1 RFB 16-006 June 2016 SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provide for the improvement of Pacific Highway South and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. SCHEDULE A — Roadway Improvements. This contract provides for the improvement of Pacific Highway South Improvements Phase V from South 340th Street to South 359th Street including new asphalt concrete pavement, curb and gutters, sidewalks, median construction, drainage improvements, structural retaining walls, utility undergrounding, traffic signal and interconnect, illumination, landscaping improvements, and other work, all in accordance with the attached Contract Plans, these Special Provisions, and the 2014 Standard Specifications. SCHEDULE B— Lakehaven Water and Sewer The work in this schedule includes water relocation work required for the improvements in Schedule A, includes removal and relocations of, and modifications and improvements to Lakehaven's water system and appurtenant facilities, and adjustments to water system valves and sewer manholes to match the improvements in Schedule A. The work includes but is not limited to removal of inactive water mains and appurtenances, including asbestos cement pipe, modifications and improvement to an existing 16 -in. water transmission main, installation of new 8 -in. and 12 -in. water mains, including cased undercrossings of Pacific Highway South, new lateral stub mains, fire hydrant assemblies, water service connections, temporary water services, removal of a Pressure Reducing Valve (PRV) station, and installation of a new PRV station, together with associated facility improvement. SCHEDULE C — COMCAST Undergrounding The work in this section includes the installation of conduit, handholes and vaults for the conversion of COMCAST overhead utilities to underground facilities. COMCAST will supply all conduits, handholes and vaults, and the Contractor will install them in this contract. Excavation, backfill and compaction of the utility trench is paid for in Schedule A. SCHEDULE D — Puget Sound Energy (PSE) Undergrounding The work in this section includes the installation of conduit, handholes and vaults for the conversion of PSE's overhead utilities to underground facilities. PSE will supply all conduits, handholes and vaults, and the Contractor will install them in this contract. Excavation, backfill and compaction of the utility trench is paid for in Schedule A. SCHEDULE E — CenturyLink Undergrounding The work in this section includes the installation of conduit, handholes conversion of CenturyLink's overhead utilities to underground facilities City of Federal Way Pacific Highway South HOV Lanes Phase V Page 2 i I1 and vaults for the CenturyLink will ' RFB 16-006 June 2016 1 SPECIAL PROVISIONS supply all conduits, handholes and vaults, and the Contractor will install them in this contract. Excavation, backfill and compaction of the utility trench is paid for in Schedule A. ' Schedules A, C, D, and E The Contractor is advised that all work performed under these schedules of the contract ' shall conform to the 2016 Standard Specifications for Road, Bridge and Municipal Construction (English), together with the APWA Division 1 General Special Provisions as issued by the Washington State Department of Transportation and American Public Works ' Association, Washington State Chapter. The following Special Provisions supersede any conflicting provisions of the 2016 Standard Specifications for Road, bridge and Municipal Construction (English), together with the APWA Division 1 General Special Provisions as issued by the Washington State Chapter and the foregoing Amendments to the aforementioned Standard Specifications. ' Schedule B The Contractor is advised that all work performed under Schedule B shall conform to the Lakehaven Utility District Standards provided in Appendix F and that the Lakehaven Utility District Standards supersede any conflicting provisions of the 2014 Standard Specifications ' for Road, Bridge and Municipal Construction (English), together with the APWA Division 1 General Special Provisions as issued by the Washington State Chapter and the foregoing Amendments to the aforementioned Standard Specifications. This work will be performed for ' Lakehaven Utility District to their standard specifications included herein. Schedules B, C, D, or E or any combination may be deleted by the City of Federal Way in accordance with Section 1-03.2 of these Special Provisions. Cumulative Schedules Bidding ' This Bid Proposal requires the bidder to bid cumulative Schedules as part of the bid. As such the bidder is required to submit a Base Bid (Schedule A) and a bid for each of the cumulative Schedule(s) Bid Proposal The bid proposal is composed of the following parts: 1. Base Bid The base bid shall include constructing all items included in the proposal except those items contained in the Schedule(s) B, C, D, & E. 2. Schedule(s) B, C, D, & E. Schedule a. B Based on constructing Lakehaven Utility District facilities ' The bid items for Schedule B are as listed in the bid proposal. ' b. Schedule C Based COMCAST Undergrounding on constructing The bid items for Schedule C are as listed in the bid proposal. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 3 SPECIAL PROVISIONS c. Schedule D Based on constructing PSE Undergrounding The bid items for Schedule D are as listed in the bid proposal d. Schedule E Based on constructing CenturyLink Undergrounding The bid items for Schedule E are as listed in the bid proposal Bidding Procedures To be considered responsive the bidder shall submit a price on each and every item of work included in the Base Bid and all Schedule(s.) Bid Evaluation The successful bidder will be the bidder submitting the lowest responsible bid for the Base Bid (Schedule A) plus Schedule B plus Schedule C plus Schedule D plus Schedule E. 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (January 4, 2016 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date City of Federal Way Pacific Highway South HOV Lanes Phase V Page 4 RFB 16-006 ' June 2016 ISPECIAL PROVISIONS All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor ' before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following.- ollowing:All Allreferences in the Standard Specifications, Amendments, or WSDOT General Special ' Provisions, to the terms "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". methods or material of construction for performing the same work. All references to the terms "State" or "state" shall be revised to read "Contracting Agency" unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". ' Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 5 All references to "final contract voucher certification" shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. ' Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate ' One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in ' Section 1-08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever ' bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. ' Contract Documents See definition for "Contract". ' Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 5 SPECIAL PROVISIONS Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 6 Furnished automatically upon award. Contract Provisions 6 Furnished automatically upon award. Large plans (e.g., 22" x 2 Furnished only upon 34") request. City of Federal Way Pacific Highway South HOV Lanes Phase V r L RFB 16-006 ' June 2016 Page 6 1 SPECIAL PROVISIONS Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.4 Examination of Plans, Specifications, and Site of Work 1-02.4(2) Subsurface Information (March 8, 2013 APWA GSP) The second sentence in the first paragraph is revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract. 1-02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates ' and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. ' 1-02.6 Preparation of Proposal ' Section 1-02.6 is supplemented with the following: ' Supplement the second paragraph with the following: 4. A minimum bid of *** $10,000 *** lump sum has been established for the item "Type *** B *** Progress Schedule." The Contractor's bid shall equal or exceed that amount. If the Contractor's bid is less than the minimum specified amount, the Contracting Agency will unilaterally revise the bid amount to the minimum specified ' amount and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the Contracting Agency for award purposes and to fix the amount of the contract bond. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 7 SPECIAL PROVISIONS 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be ' initialed by the signer of the bid. (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. (May 7, 2012 WSDOT GSP) The fourth paragraph of Section 1-02.6 is revised to read: The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprise (DBE) Utilization Certification, when required by the Special Provisions. For each and every DBE firm listed on the Bidder's completed Disadvantaged Business Enterprise Utilization Certification, the Bidder shall submit written confirmation from that DBE firm that the DBE is in agreement with the DBE participation commitment that the Bidder has made in the Bidder's completed Disadvantaged Business Enterprise Utilization Certification. WSDOT Form 422 031 EF (Disadvantaged Business Enterprise Written Confirmation Document) is to be used for this purpose. Bidder must submit good faith effort documentation only in the event the bidder's efforts to solicit sufficient DBE participation have been unsuccessful. Directions for delivery of the Disadvantaged Business Enterprise Written Confirmation Documents and Disadvantaged Business Enterprise Good Faith Effort documentation are included in Sections 1-02.9. 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: City of Federal Way Pacific Highway South HOV Lanes Phase V Page 8 1 J 7 7 RFB 16-006 ' June 2016 SPECIAL PROVISIONS Bid bonds shall contain the following: 1. Contracting Agency -assigned number for the project; ' 2. Name of the project; 3. The Contracting Agency named as obligee; ' 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature ' of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of ' attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the ' Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (August 15, 2012 APWA GSP, Option A) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and ' Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. i If the project has FHWA funding and requires DBE Written Confirmation Documents or Good Faith Effort Documentation, then to be considered responsive, the Bidder shall submit with their Bid Proposal, written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification, form 272-056A EF, as required by Section 1-02.6. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 9 RFB 16-006 June 2016 SPECIAL PROVISIONS 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.12 Public Opening Of Proposal Section 1-02.12 is supplemented with the following: Date of Opening Bids Sealed bids are to be received at the City of Federal Way Purchasing Office, 33325 8th Avenue South, Federal Way, WA 98003-6325, until 10:00 A.M. of the bid opening date. The bid opening date for this project is Friday, July 29, 2016. Bids received will be publicly opened and read after 10:10 A. M. on this date. 1-02.13 Irregular Proposals (January 4, 2016 APWA GSP) Delete this section and replace it with the following: A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; C. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is City of Federal Way Pacific Highway South HOV Lanes Phase V Page 10 RFB 16-006 June 2016 r 1 7 F11 G C C SPECIAL PROVISIONS submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or I. More than one proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; C. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (March 8, 2013 APWA GSP, Option B) ' Delete this Section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory ' bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet the following Supplemental Criteria: ' 1. Delinquent State Taxes A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the ' Department of Revenue. B. Documentation: The Bidder shall not be listed on the Washington State Department of Revenue's "Delinquent Taxpayer List" website: http://dor.wa.gov/content/f ilea ndpaytaxes/latefiIing/dtlwest.aspx , or if they ' are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. ' 2. Federal Debarment A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S. government's "System for Award Management" ' database (www.sam.gov). ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 11 SPECIAL PROVISIONS 3. Subcontractor Responsibility A. Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Prevailing Wages A. Criterion: The Bidder shall not have a record of prevailing wage violations as determined by WA Labor & Industries in the five years prior to the bid submittal date, that demonstrates a pattern of failing to pay workers prevailing wages, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of all prevailing wage violations in the five years prior to the bid submittal date, along with an explanation of each violation and how it was resolved. The Contracting Agency will evaluate these explanations and the resolution of each complaint to determine whether the violation demonstrate a pattern of failing to pay its workers prevailing wages as required. 5. Claims Against Retainage and Bonds A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project • The owner and contact information for the owner; City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 12 r. C �I C C 7 C SPECIAL PROVISIONS • A list of claims filed against the retainage and/or payment bond for any of the projects listed; • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 6. Public Bidding Crime A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. ' 7. Termination for Cause / Termination for Default ' A. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the ' bid submittal date; or if Bidder was terminated, describe the circumstances. 8. Lawsuits ' A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that ' demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the ' Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to ' the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a I pattern of failing to meet of terms of construction related contracts ' City of Federal Way Pacific Highway South HOV Lanes Phase V 1 Page 13 RFB 16-006 June 2016 SPECIAL PROVISIONS As evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated above, the apparent two lowest Bidders must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets all of the mandatory and supplemental criteria together with supporting documentation including but not limited to that detailed above (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all mandatory and supplemental responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess Bidder responsibility. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may (but is not required to) consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1-02.15 Pre Award Information (August 14, 2013 APWA GSP) Revise this section to read: City of Federal Way Pacific Highway South HOV Lanes Phase V Page 14 [i F-1 r RFB 16-006 ' June 2016 1 ISPECIAL PROVISIONS ' Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all ' materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order ' of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, ' 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of a business license to do business in the city or county where the work is located. ' 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. ' 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids ' (January 23, 2006 APWA GSP) Revise the first paragraph to read: ' After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per ' unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum ' specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. ' 1-03.2 Award Of Contract Section 1-03.2 is supplemented with the following: ' The contract will be awarded on the basis of the total of all bid items (Contract Total), including Bid Schedules A, B, C, D and E. After the award, the Contracting Agency has ' the option of deleting work associated with the construction of work included in BID SCHEDULES B, C, D and/or E. The deletion of this work will be documented by a change order. The change order will not be subject to protest or negotiation. The ' amount of the change order price reduction shall be the sum of the amounts bid for all items within the selected bid schedules. Should the Contracting Agency exercise the option to delete the work in one or more of ' the BID SCHEDULES listed above, then Section 1- 09.5 will not apply to the items that are deleted. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 15 SPECIAL PROVISIONS 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 5 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency -furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or City of Federal Way Pacific Highway South HOV Lanes Phase V Page 16 C J C CI, RFB 16-006 ' June 2016 ISPECIAL PROVISIONS 1 b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or ' provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and ' 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate ' resolution, power of attorney, or a letter to such effect signed by the president or vice president). ' 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, ' Specifications, and Addenda (March 13, 2012 APWA GSP) ' Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): ' 1. Addenda, 2. Proposal Form, ' 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, ' 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 Changes ' (WSDOT GSP) Section 1-04.4(2) is added as follows.- ollows:1-04.4(2) 1-04.4(2)Unexpected Site Changes (New Section) ' Unanticipated site Work, as ordered by the Engineer, shall consist of Work not otherwise provided for in the Contract and paid in accordance with Section 1-09.6. Such Work may include: ' 1. Design changes to address field conflicts or adjustments needed to complete the Work; ' City of Federal Way RFB 16-006 June 2016 Pacific Highway South HOV Lanes Phase V ' Page 17 SPECIAL PROVISIONS 2. Miscellaneous Work, directed by the Contracting Agency, not covered in the Contract and not exceeding $15,000 per change; 3. Removal of unexpected Structures or obstructions. Measurement No specific unit of measurement will apply to the force account item "Unexpected Site Changes". Payment "Unexpected Site Changes", by force account as provided in Section 1-09.6. To provide a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the Contractor's total Bid. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviations from Plans and Stakes (April 4, 2011 WSDOT GSP) Section 1-05.4 is supplemented with the following: Contractor Surveying - Structure Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of bridges, noise walls, and retaining walls. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout the length of the project or be replaced at the Contractors expense. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work by the Contractor shall include but not be limited to the following: Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well City of Federal Way Pacific Highway South HOV Lanes Phase V Page 18 C i r U RFB 16-006 t June 2016 r SPECIAL PROVISIONS as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, by placing hubs and/or marked stakes, the location with offsets of foundation shafts and piles. 3. Establish offsets to footing centerline of bearing for structure excavation. 4. Establish offsets to footing centerline of bearing for footing forms. 5. Establish wing wall, retaining wall, and noise wall horizontal alignment. 6. Establish retaining wall top of wall profile grade. 7. Establish elevation benchmarks for all substructure formwork. 8. Check elevations at top of footing concrete line inside footing formwork immediately prior to concrete placement. 9. Check column location and pier centerline of bearing at top of footing immediately prior to concrete placement. 10. Establish location and plumbness of column forms, and monitor column plumbness during concrete placement. 11. Establish pier cap and crossbeam top and bottom elevations and centerline of bearing. 12. Check pier cap and crossbeam top and bottom elevations and centerline of bearing prior to and during concrete placement. 13. Establish grout pad locations and elevations. 14. Establish structure bearing locations and elevations, including locations of anchor bolt assemblies. 15. Establish box girder bottom slab grades and locations. 16. Establish girder and/or web wall profiles and locations. 17. Establish diaphragm locations and centerline of bearing. 18. Establish roadway slab alignment, grades and provide dimensions from top of girder to top of roadway slab. Set elevations for deck paving machine rails. 19. Establish traffic barrier and curb profile. 20. Profile all girders prior to the placement of any deadload or construction live load that may affect the girder's profile. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with the following primary survey and control information: 1. Descriptions of two primary control points used for the horizontal and vertical control. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 19 RFB 16-006 June 2016 SPECIAL PROVISIONS for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. 2. Horizontal coordinates for the centerline of each bridge pier. 3. Computed elevations at top of bridge roadway decks at one-tenth points along centerline of each girder web. All form grades and other working grades shall be calculated by the Contractor. The Contractor shall give the Contracting Agency three weeks notification to allow adequate time to provide the data outlined in Items 2 and 3 above. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal 1. Stationing on structures ±0.02 feet 2. Alignment on structures ±0.02 feet 3. Superstructure elevations ±0.01 feet variation from plan elevation 4. Substructure ±0.02 feet variation from Plan grades. The Contracting Agency may spot-check the Contractor's surveying. These spot- checks will not change the requirements for normal checking by the Contractor. When staking the following items, the Contractor shall perform independent checks from different secondary control to ensure that the points staked for these items are within the specified survey accuracy tolerances: Piles Shafts Footings Columns The Contractor shall calculate coordinates for the points associated with piles, shafts, footings and columns. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the survey work. The Contracting Agency will require up to seven calendar days from the date the data is received to issuing approval. Contract work to be performed using contractor -provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Primary survey control data provided by the Contracting Agency is indicated on the Plans. All costs associated with Structure Surveying shall be measured and paid under the item "Construction Suveying" per 1-05.4 herein. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 20 t 11 fl i SPECIAL PROVISIONS I(April 1, 2013 WSDOT GSP) ' Contractor Surveying - Roadway Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. ' The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required ' for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. ' The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout the length of the project or be replaced at the Contractors expense. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record ' shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. ' The survey work shall include but not be limited to the following: 1 Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor ' City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 21 RFB 16-006 June 2016 SPECIAL PROVISIONS 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10 - foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25 -foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 10. Contractor shall determine if changes are needed to the profiles or roadway sections shown in the Contract Plans in order to achieve proper smoothness and drainage where matching into existing features, such as a smooth transition from new pavement to existing pavement. The Contractor shall submit these changes to the Project Engineer for review and approval 10 days prior to the beginning of work. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal Slope stakes ±0.10 feet ±0.10 feet Subgrade grade stakes set 0.04 feet below grade ±0.01 feet ±0.5 feet City of Federal Way Pacific Highway South HOV Lanes Phase V L RFB 16-006 ' June 2016 Page 22 1 ISPECIAL PROVISIONS ' (parallel to alignment) ±0.1 feet ' (normal to alignment) Stationing on roadway N/A ±0.1 feet Alignment on roadway N/A ±0.04 feet ' Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet ' (normal to alignment) ' Roadway paving pins for surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ' ±0.1 feet (normal to alignment) The Contracting Agency may spot-check the Contractor's surveying. These spot- checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform ' independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the ' date the data is received. Contract work to be performed using contractor -provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the ' Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are ' needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. 11 Primary survey control data provided by the Contracting Agency is indicated on the Plans. All costs associated with Roadway Surveying shall be measured and paid under the item "Construction Suveying" per 1-05.4 herein. 1-05.4 Conformity With and Deviations from Plans and Stakes Section 1-05.4 is supplemented with the following: Major items of work shall be defined to include the following items: Manholes Catch Basins and Inlets City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 23 RFB 16-006 June 2016 SPECIAL PROVISIONS Valves Junction Boxes Side Sewers Hydrants Vaults Curb, Gutter and Sidewalk Retaining Walls Irrigation Sleeves under Roadways Water Meters Pressure Reducing Valve Station Vertical and Horizontal Bends Cleanouts Illumination Systems Major Changes in Design Grade(s) Culverts Signal Systems and Equipment Curb lines and sidewalks After the completion of the work covered by this contract, the Contractor's surveyor shall provide to the City the hard cover field book(s) containing the construction staking and as -built notes, and one set of white prints of the construction drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the construction drawings upon which he has plotted the as -built location of the new work as recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying its accuracy. The Contractor shall be responsible for reestablishing or locating legal survey markers such as GLO monuments or property corner monuments, conduct boundary surveys to determine Contracting Agency right-of-way locations, and obtain, review and analyze deeds and records as necessary to determine these boundaries. The Contracting Agency will provide "rights of entry" as needed by the Contractor to perform the work. The Contractor shall brush out or clear and stake or mark the right-of-way lines as designated by the Engineer. When required, the Contractor shall prepare and file a Record of Survey map in accordance with RCW 58.09 and provide a recorded copy to the Contracting Agency. The Contracting Agency will provide all existing base maps, existing horizontal and vertical control, and other material available with Washington State Plane Coordinate information to the Contractor. The Contracting Agency will also provide maps, plan sheets, and/or aerial photographs clearly identifying the limits of the areas to be surveyed. The Contractor shall establish Washington State Plane Coordinates on all points required in the Record of Survey and other points designated in the Contract documents. In accordance with RCW 58.24.040(8), No cadastral or geodetic survey monument may be disturbed without a valid permit to remove or destroy a survey monument, issued by the Washington State Department of Natural Resources. Permit applications can be obtained by calling the Public Land Survey Office at (360)902-1194. The permit application must be stamped by a registered Washington State land Surveyor. City of Federal Way Pacific Highway South HOV Lanes Phase V L RFB 16-006 ' June 2016 Page 24 1 11 SPECIAL PROVISIONS Existing right of way documentation, existing base maps, existing horizontal and vertical control descriptions, maps, plan sheets, aerial photographs and all other available material may be viewed by prospective bidders at the office of the Project Engineer. The Contractor shall perform all of the necessary calculations for the contracted survey work and shall provide copies of these calculations to the Contracting Agency. Electronic files of all survey data shall be provided and in a format acceptable to the Contracting Agency. All survey work performed by the Contractor shall conform to all applicable sections of the Revised Code of Washington and the Washington Administrative Code. The Contractor shall provide all traffic control, signing, and temporary traffic control devices in order to provide a safe work zone. Surveying for Pavement Planing The Contractor shall field verify existing pavement elevations at 25 ft intervals to determine required depths of pavement planing. The Contractor shall perform a cross section survey at 25 ft intervals and verify actual locations of the existing pavement at centerline, at grade breaks and at the lip of new gutter. The field notes from this survey shall be reduced and compared with finish grade elevations to determine pavement overlay thickness. The Contractor shall submit planing limit cut -sheets or spreadsheets showing same to the Engineer for approval prior to construction staking. The Engineer will review the cut -sheet data for irregularities in the finished pavement and direct the Contractor to modify as necessary. Surveying for pavement planning is considered incidental and included in the unit contract price for Construction Surveying, Audio/Video Taping Furnish a continuous color audio -video DVD recording of the sensitive areas within fifty (50) feet of construction. A. Complete coverage shall include all surface features within 50' of the work area to be utilized by the Contractor, and shall be supported by appropriate audio description made simultaneously with video coverage. Such coverage shall include, but not be limited to, all existing driveways, sidewalks, curbs, ditches, roadways, landscaping, trees, culverts, headwalls, and retaining walls, equipment, structures, pavements, manholes, vaults, handrails, etc. located within the aforementioned work zone. Video coverage shall extend to the maximum height of all structures within this zone. B. All taping shall be done during times of good visibility. No taping shall be done during periods of visible precipitation, or when more than ten percent of the ground area is covered with standing water, unless otherwise authorized by Owner. Audio and Video A. Digital video disc (DVD) shall be professional grade, DVD format. City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 25 RFB 16-006 June 2016 SPECIAL PROVISIONS B. Each DVD shall begin with the Owner's name, Contract name and number, Contractor's name, date and location information such as street name, direction of travel, viewing side, etc. C. Information appearing on the DVD must be continuous and run simultaneously by computer generated transparent digital information. No editing or overlaying of information at a later date will be acceptable. D. Digital information to appear in the upper left corner shall be as follows: 1. Name of Contractor 2. Day, date and time 3. Name of Project & Specification Number E. Time must be accurate and continuously generated. F. Written documentation must coincide with the information on the DVD so as to make easy retrieval of locations sought for at a later date. G. The video system shall have the capability to transfer individual frames of video electronically into hard copy prints or photographic negatives. H. Audio shall be recorded at the same time as the video recording and shall have the same information as on the viewing screen. Special commentary shall be given for unusual conditions of buildings, sidewalks and curbing, foundations, trees and shrubbery, structures, equipment, pavement, etc. I. All DVDs shall bear labels with the following information: 1. DVD Number 2. Owner's Name 3. Date of Recording 4. Project Name and Number 5. Location and Standing Limit of Video J. Prior to commencement of audio video taping, the contractor shall notify the Engineer in writing when and where the audio video taping will begin. The Engineer may provide a designated representative to accompany and oversee coverage of all taping operations. Audio video taping completed without an Engineering representative present will be unacceptable unless specifically authorized by the Engineer. As -Built Survey and Record Drawings After construction has been completed the Contractor shall perform an as -built survey and provide the information in (1) full-size paper copy and AutoCAD 2011 or later version file to the Engineer. This as -built survey shall consist of the following: Survey of rim elevation, sump elevations, and invert elevations of all storm drainage structures installed, modified or left in place within the limits of this contract. Storm pipe diameter and material; drainage structure type, size, lid type (solid cover or grate, City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 26 SPECIAL PROVISIONS standard or heavy duty), and lid shape; model No. of CB water quality treatment inserts installed, flowline of open channel conveyance systems at 50 -foot max. intervals, and retaining wall footing drains, including cleanouts. Finished grade shots on all utility appurtenances within the limits of this contract, including, but not limited to vaults, handholes, valves, fire hydrants, water meters, junction boxes, signal poles, etc. Appurtenances with round covers should have one survey shot in the center of the manhole or valve cover, or at the center of the fire hydrant. Utility handholes and boxes shall have two shots on opposite corners of the cover. ■ Final curb elevations, with a minimum of 5 shots at each curb return. Also, final ' shots along all curb and gutter, block curb, integral curb and extruded curb installed in this contract (at flowline of the curbs). t■ Final elevations at the front and back of walk throughout the project limits. ■ Final wall elevations at the face and top of all walls installed in this contract. ' ■ Shots of all signs, trees, illumination and signal equipment installed as part of this contract. ' ■ Shots to delineate all channelization installed in this contract. Throughout construction, the Contractor shall keep a set of redline drawings that record ' as -built information at the project site. This set of drawings shall be provided to the Engineer at the end of the project. This record drawing information shall, at a minimum, consist of the following: ' ■ All changes to the Contract Plans. ■ Pothole information gathered by the Contractor. ' ■ Actual location of utility trenches, including depth to top of conduits at a minimum of 100' spacing. ' ■ Existing utility information not included in the Contract Plans, or that differs from the Contract Plans. ' Payment ' Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: ' "Construction Surveying", lump sum. The lump sum contract price for Construction Surveying shall be full pay for all labor equipment, materials, and supervision utilized to perform the work specified, including ' any resurveying, checking, correction of errors, replacement of missing or damaged stakes, structure surveying, roadway surveying and coordination efforts. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 27 SPECIAL PROVISIONS "As -Built Survey and Record Drawings", lump sum. The lump sum contract price for "As -Built Survey and Record Drawings " shall be full pay for all labor, equipment, materials, and supervision utilized to perform the work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. "Audio/Video Taping", lump sum. The lump sum contract price for "Audio/Video Taping" shall be full pay for all labor, equipment, materials and supervision utilized to perform the work specified. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency 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 will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing City of Federal Way Pacific Highway South HOV Lanes Phase V F_ C RFB 16-006 ' June 2016 Page 28 1 SPECIAL PROVISIONS (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. ' If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the ' Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. ' Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized ' interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. t The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date ' When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in ' writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, ' diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been ' corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the ' Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in ' the performance of the work attributable to the exercise of the Engineer's right hereunder. ' City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 29 RFB 16-006 June 2016 SPECIAL PROVISIONS Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency 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 or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which 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 unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. 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. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.14 Cooperation with Other Contractors (March 13, 1995 WSDOT GSP) Section 1-05.14 is supplemented with the following: Other Contracts or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: ***1. CenturyLink 2. Comcast City of Federal Way Pacific Highway South HOV Lanes Phase V 11 [I L RFB 16-006 ' June 2016 Page 30 1 11 SPECIAL PROVISIONS 3. Puget Sound Energy 4. Lakehaven Utility District 5. Pierce Transit — Contractor shall provide at least three weeks advance notice for impacts to: bus zones, bus shelters, bus signs and posts, and any other transit facilities equipment. Construction usage of bus zones resulting in either partial or full zone closures or relocations requires Pierce Transit approval and a 48 hour advance notification. Closures may be approved for short-term periods only. Some zones may not be altered or closed due to wheelchair accessibility requirements. Relocation of most zones requires a temporary/alternative zone. Transit service supervisors must determine, approve and place delineators for temporary zones. It is the responsibility of the contractor to place "No Parking" signs (T -39's), and to order and pay for parking meter hoods and traffic control officers when construction requires zone relocations. The order must be placed with the Traffic Engineering Services 24 to 48 hours in advance of the relocation. Temporary bus zones typically will need 75 to 150 feet of parking space. Pierce Transit requires a minimum notification of three weeks to arrange for the removal of bus shelter facilities placed in most bus zones. Shelters will be removed if risk of Pierce Transit property damage exists or if positioning of the shelter on the sidewalk will impede construction work or equipment. Bus shelters belong to Pierce Transit and accordingly, bus shelters can only be removed by Pierce Transit maintenance personnel. Contractors who remove Pierce Transit property may be subject to legal action. 6. South 352nd Extension Project (SR 161 to SR 99).*** 1-05.14(A) Notifications Relative to Contractor's Activities Section 1-05.14(A) is a new section: (******) Notification shall be written, with a copy delivered to the Engineer within a minimum of ten (10) working days prior to the commencement of work, including any work impacting utilities, and must be in such detail as to give the time of the commencement and completion of work, names of streets to be closed, schedule of operations, routes of detours where possible. The Contractor shall also notify the agencies listed below of the name(s) of the construction superintendent in responsible charge or other individuals having full authority to execute the orders or direction of the Engineer, in the event of an emergency. Failure to comply with this requirement will result in a stop work order. City of Federal Way Police Department 33325 -8th Ave S Federal Way, WA 98063-9718 Telephone: 253-835-67016701 (To schedule officer T.C. support); 253-835-6767 (For traffic/road closure issues) City of Federal Way Pacific Highway South HOV Lanes Phase V IPage 31 South King Fire & Rescue 31617 1st Ave. South Attn.: Lauri Perry Federal Way, WA 98003 Telephone: 946-7253 Email: Lauri. Perry(a),SouthKing Fire. orq RFB 16-006 June 2016 SPECIAL PROVISIONS King County Metro 1270 Sixth Avenue South, Bldg. 2, MS:QS Seattle, WA 98134 Telephone: 206-684-2732 Email: construction. coord@metrokc.gov Comcast Cable Communication 4020 Auburn Way N Auburn, WA 98002 Attn: Tom Chrisman CenturyLink 23315 66th Avenue S Kent, WA 98032 Attn: Jason Tesdal 206-345-3488 Lakehaven Utility District 31623 First Avenue South P. O. Box 4249 Federal Way, WA 98063 Attn: Ken Miller, Engineering Manager Tel (Water): 253-405-6667 Tel (Sewer): 253-405-6668 ZAYO Group Attn: Scott Morrison Email: scott.morrison@zayo.com 1-05.14(8) Coordination of Work with City Section 1-05.14(B) is a new section: Federal Way School District Transportation Department Attn: Cindy Wendland 1066 South 3201h Street Federal Way, WA 98003 Telephone: 253-945-5965 Email: cwendlan(@_fwps.org Puget Sound Energy (Gas) 3130 S. 38th St. Tacoma, WA 98409 Attn: Chang Pak Telephone: 253-395-6988 Puget Sound Energy (Power) 14103 8th Street East Sumner, WA 98390 Attn: Dennis Booth Telephone: 425-417-9188 King County Traffic Operations 155 Monroe Avenue NE Renton, WA 98056 Attn: Mark Parrett Tel: 206-296-8152 At least a three (3) working day written notification shall be required on all requests for engineering services other than inspection. All requests shall be coordinated with the Engineer. The Contractor will not be responsible for overtime pay to the City's Engineer for work performed at night. All costs resulting from delays in which requests were not coordinated with the Engineer shall be the sole responsibility of the Contractor. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) City of Federal Way Pacific Highway South HOV Lanes Phase V Page 32 Ll i RFB 16-006 ' June 2016 SPECIAL PROVISIONS Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Prosect Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) ' The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. ' 1-05.18 Contractor's Daily Diary Section 1-05.18 is a new section: The Contractor and subcontractors, as additional consideration for payment for this contract work, hereby agree to maintain and provide to the Engineer a Daily Record of ' this Work. The daily record will be created by utilizing any commercially available software.. The daily record must be kept and maintained by the Contractor's designated project superintendent. Entries must be made on a daily basis and must accurately ' represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: ' The day and date. • The weather conditions, including changes throughout the day. • A complete description of work accomplished during the day with adequate ' references to the Plans and Specifications so that the reader can easily and accurately identify said work on the Plans. • An entry for each and every changed condition, dispute or potential dispute, ' incident, accident, or occurrence of any nature whatsoever which might affect the Contract, Owner, or any third party in any manner. • Listing of any materials received and stored on or off-site by the Contractor for future installation, to include the manner of storage and protection of the same. • Listing of materials installed during each day. • List of all subcontractors working on-site during each day. Listing of the number of Contractor's employees working during each day by ' category of employment. • Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. ' • Notations to explain inspections, testing, stake -out, and all other services furnished to the Contractor by the Owner or other during each day. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 33 SPECIAL PROVISIONS Entries to verify the daily (including non -work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of the Contractor's progress on each day. Summary of total number of working days to date, and total number of delay days to date. All pages of the daily record must be numbered consecutively with no omissions in page numbers. The Contractor must provide a electronic copy of the daily record in Portable Document Formatt (PDF) to the Engineer each morning for the preceding workday. All copies must be legible. IT IS EXPRESSLY AGREED BETWEEN THE CONTRACTOR AND THE CONTRACTING AGENCY THAT THE DAILY DIARY MAINTAINED BY THE CONTRACTOR SHALL BE THE "CONTRACTOR'S BOOK OF ORIGINAL ENTRY" FOR THE DOCUMENTATION OF ANY POTENTIAL CLAIMS OR DISPUTES THAT MIGHT ARISE DURING THIS CONTRACT. FAILURE OF THE CONTRACTOR TO MAINTAIN THIS DIARY IN THE MANNER DESCRIBED ABOVE WILL CONSTITUTE A WAIVER OF ANY SUCH CLAIMS OR DISPUTES BY THE CONTRACTOR. THE DAILY RECORD MAINTAINED BY THE CONTRACTOR DOES NOT CONSTITUTE THE OFFICIAL RECORD OF THE PROJECT. THE OFFICIAL RECORD OF THE PROJECT IS PREPARED AND MAINTAINED EXCLUSIVELY BY THE ENGINEER. 1-06 CONTROL OF MATERIAL Buy America Section 1-06 is supplemented with the following: (August 6, 2012 WSDOT GSP) In accordance with Buy America requirements contained in 23 CFR 635.410, the major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American-made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 34 i L7, 7 RFB 16-006 ' June 2016 ISPECIAL PROVISIONS If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product ' does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of ' alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or ' shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. ' Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process ' for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and ' alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: ' 1. Production of steel by any of the following processes: ' a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. t2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. ' a. Spinning wire into cable or strand. ' b. Corrugating and rolling into culverts. c. Shop fabrication. ' A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109EF provided ' by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. ' 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 35 SPECIAL PROVISIONS The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. (April 3, 2006 WSDOT GSP) Section 1-07.1 is supplemented with the following: Confined Space Confined spaces are known to exist at the following locations: City of Federal Way Pacific Highway South HOV Lanes Phase V RFB 16-006 June 2016 Page 36 1 r� J SPECIAL PROVISIONS ***Existing storm drainage, sanitary sewer, and other utility systems, vaults, and structures, along with all new similar new construction items that meet the requirements of WAC 296-809-100.*** The Contractor shall be fully responsible for the safety and health of all on-site workers and compliant with Washington Administrative Code (WAC 296-809). The Contractor shall prepare and implement a confined space program for each of the confined spaces identified above. The Contractors Confined Space program shall be sent to the contracting agency at least 30 days prior to the contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Project Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency's and Contractor's workers when working in or near a confined space. All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. ' 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the ' state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 37 SPECIAL PROVISIONS lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.4 Sanitation 1-07.4(2) Health Hazards (August 5, 2013 WSDOT GSP) Section 1-07.4(2) is revised to read: This project site is known to be occupied by transients and therefore contains biological hazards and associated physical hazards. These may include, but not be limited to violent and dangerous individuals, hypodermic needles, garbage, broken glass, human and animal excrement, drug paraphernalia, and other hazards. The Contractor shall take precautions and perform any necessary Work required to provide and maintain a safe and healthful jobsite for all workers and the public for the duration of the project in accordance with all applicable laws and contract requirements. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 38 i L �I 0 RFB 16-006 ' June 2016 L ISPECIAL PROVISIONS The Contractor shall ensure that the public, including persons who may be non-English speaking or those who may not be able to recognize potential safety and health hazards within the project area, are not harmed by the Contractors activities. Nothing required by this Specification shall operate as a waiver of the Contractor's responsibility for taking all steps necessary to ensure the safety of the public under Section 1-07.23 or responsibility for liability and damages under Section 1-07.14 or for any other responsibility under the Contract or as may be required by law. ' Health and Safety Plan The Contractor shall prepare a written Health and Safety Plan. The plan shall be prepared under the supervision of a certified industrial hygienist and shall incorporate all required County, State, and Federal health and safety provisions. The plan shall include requirements of the Federal Occupational Safety and Health Act of 1970 (OSHA), all amendments, and all other applicable health regulations. Preparation of the Health and Safety Plan shall include an initial site assessment by the industrial hygienist. The plan shall break initial cleanup of the project into ' identifiable construction areas. The plan shall be submitted to the Project Engineer prior to commencing cleanup Work. At least one copy of the plan shall be posted at the work site while cleanup Work is in progress. The industrial hygienist shall perform one or more follow-up site assessments as needed to approve the site following completion of the initial site cleanup. Public Notification ' The Contractor shall furnish and install the "No Trespassing" signs shown in the Plans at locations staked by the Project Engineer at least 72 hours prior to ' performing site cleanup or any potentially hazardous Work (such as clearing or operating equipment). At the same time that "No Trespassing" signs are posted, provide written notification t of the following to the Project Engineer and to the chief law enforcement officer of the local governmental entity where the Work will occur: 1. The precise location of each area that is posted "No Trespassing"; 2. The date and time that each site was posted "No Trespassing"; 3. The date, time, description and duration of the Work to be performed at each site. ' At least 72 hours prior to performing site cleanup in Work areas containing encampments (such as tents, makeshift dwellings, sleeping sites, or accumulations of personal property that are not refuse), the Contractor shall post a notification at each encampment area. Each notice shall: 1. Be weather resistant, and written in both English and Spanish. ' 2. Be affixed to each dwelling or post mounted within 10 -feet of each encampment; City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V 1 Page 39 SPECIAL PROVISIONS 3. State the Prime Contractor's company name as the entity that performed the cleanup as required by the Washington State Department of Transportation; 4. Provide the date that the notice is posted; 5. Provide date(s) and time(s) that cleanup will occur; 6. Provide the telephone number, business hours and physical address of the location where stored personal property may be claimed. 7. State that personal property will be stored for 70 -days from the date of removal, and if unclaimed within that time, will be disposed of. At the same time that notifications are posted at encampment areas, provide written notification of the schedule to perform site cleanup to the Project Engineer and to the following advocacy groups: ***City of Federal Way Police Department, Contact Deputy Chief Steve Neal, 253-835-6700 Multi Service Center, Contact Ms. Manuella Janette, 253-835-7678 Catholic Community Services, Contact Mr. Bill Hollerman or Ms. Dan Wise, 206-328-5696*** Acceptance of signs and notifications will be based on visual inspection that the sign and notifications meet these requirements. Site Cleanup of Biological and Physical Hazards An initial cleanup of the site, including all preparatory work required to make the worksite sanitary and safe in accordance with applicable laws and with the Contract, shall be completed to remove all individuals, encampments, and personal property from areas signed "No Trespassing", and to address all biological and associated physical hazards present on the project. Necessary worker training, on and off site preparations, and personal protective equipment shall be provided by the Contractor to complete this Work. If aggressive or violent individuals are encountered, the Contractor shall notify the local law enforcement agency to assist them in clearing the Work area. Site cleanup of individual areas identified in the Health and Safety Plan shall be performed no more than 30 days in advance of performing other Work in each area. The refuse generated by the site cleanup shall become the property of the Contractor and shall be removed from the project. Personal property shall be handled as required by this Specification and applicable laws. Removal, Storage and Return of Personal Property Personal property may include radios, audio and video equipment, sleeping bags, tents, stoves and cooking utensils, lanterns, flashlights, bed rolls, tarps, foam, canvas, mats, blankets, pillows, medication, personal papers, photographs, books and other reading materials, luggage, backpacks or other storage containers, clothing, towels, shoes, toiletries and cosmetics, clocks and watches, and eye City of Federal Way Pacific Highway South HOV Lanes Phase V Page 40 RFB 16-006 June 2016 t 11 I 1 C r SPECIAL PROVISIONS glasses. Personal property does not include building materials such as wood products, metal, or rigid plastic. Personal property items that are not refuse, contaminated, illegal or hazardous shall be removed from the Work area and stored at a location near the project site for return to the property owner. Items shall be placed in large transparent plastic bags and stored in a manner that protects them from adverse weather and theft. Reasonable efforts shall be made to place all items from each encampment into a separate bag. Each bag shall be labeled with an inventory to include a brief description of the contents, a description of the location that it was removed from, and the date that it was removed from the Work area. The Contractor shall not open closed items of personal property unless, in its determination, it is necessary to do so to protect public safety. The Contractor shall retain the property for 70 -days. If the name and contact information of the owner of a personal property item is identified on that item, then for a period of not less than 10 -days after removing the property from the Work area, the Contractor shall attempt to notify the apparent owner of the property and make arrangements for the owner to claim the property. The Contractor shall release the property to any individual who claims ownership provided they are able to establish ownership by identifying the property and its approximate location. The Contractor shall maintain a record of all property that is claimed. The record shall include a description of the property, the date claimed, and the name of the claimant. If personal property is not claimed within 70 -days of removal from the encampment, then the property shall become the property of the Contractor and shall be removed from the project. Site Preservation The Contractor shall preserve the site after initial cleanup of biological and physical hazards. On a daily basis and prior to performing any Work in areas where pedestrians or encampments may be present, the Contractor shall verify that the Work area is cleared of all persons not associated with the project. Individuals may seek shelter ' in dumpsters, equipment, under blankets, or other places hidden from view. Individuals may be disabled, or under the influence of alcohol or drugs and it should not be assumed that loud construction noise will wake them. If the worksite becomes unsanitary or unsafe due to new encampments or new biological and associated physical hazards after initial cleanup is completed, then the Contractor shall perform additional site assessment, additional notification and additional cleanup. The Project Engineer may authorize additional site preservation measures. The nature and frequency of these measures will be as agreed to by the Project Engineer. Additional site preservation measures may include the use of fencing, lighting, or security, provided it is approved in advance by the Project Engineer. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 41 SPECIAL PROVISIONS Work performed without Project Engineer authorization will not be eligible for payment. Payment Payment will be made in accordance with Section 1-04.1, for the following bid items "Health and Safety Plan", lump sum. The lump sum unit contract price for "Health and Safety Plan" shall be full payment for all Work associated with the preparation and implementation of the Health and Safety Plan including the initial and follow up assessment(s) for initial site cleanup, worker training and personal protective equipment, and providing required notifications. "FA -Site Cleanup of Bio. And Physical Hazards", by force account as provided in Section 1-09.6. Removal and disposal of biological and physical hazards; removal of individuals and encampments; removal, storage, and return of personal property; disposal of unclaimed personal property; additional site assessment, notifications, worker training, posting of no trespassing signs as directed by the Engineer and personal protective equipment required after the initial site cleanup is completed; and site preservation Work authorized by the Project Engineer will be paid for by force account in accordance with Section 1-09.6. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for the item "FA -Site Cleanup of Bio. And Physical Hazards" in the bid proposal to become a part of the total bid by the Contractor. Supplement Section 1-07.4(2) with the following: Work on this project will involve exposure to asbestos cement pipe. The Contractor shall be responsible to ensure that all work in the vicinity of, and the removing, handling, processing, hauling and disposing of asbestos cement pipe conforms to the rules, regulations, and recommended practices of the jurisdictional agencies, at a minimum. 1-07.5 Environmental Regulations Section 1-07.5 is supplemented with the following: The intentional bypass of stormwater from all or any portion of a stormwater treatement system is prohibited without the approval of the Engineer. (August 3, 2009 WSDOT GSP) City of Federal Way Pacific Highway South HOV Lanes Phase V RFB 16-006 June 2016 L 11 l Page 42 1 1 11 r 1 SPECIAL PROVISIONS The Contractor shall notify the Engineer a minimum of *** $$10$$ *** calendar days prior to commencing any work in environmentally sensitive areas, mitigation areas, and wetland buffers. Installation of construction fencing is excluded from this notice requirement. At the time of notification, the Contractor shall submit a work plan for review and approval detailing how the work will be performed. Plan detail must be sufficient to verify that work is in conformance with all contract provisions. 1-07.5(3) State Department of Ecology Section 1-07.5(3) is supplemented with the following: (January 5, 2015 WSDOT GSP) 9. Once Physical Completion has been given the Contractor shall prepare a Notice of Termination (Ecology form ECY 020-87). The Contractor shall submit the Notice of Termination electronically to the Engineer in a PDF format a minimum of 7 calendar days prior to submitting the Notice of Termination to Ecology. 10. The Contractor shall submit copies of all correspondence with Ecology electronically to the Engineer in a PDF format within four calendar days. 1-07.5(4) Air Quality (******) Supplement the first paragraph of this subsection with the following: The local air pollution authority for work in the vicinity of, and the removing, handling, processing, hauling and disposing, asbestos cement pipe is the Puget Sound Clean Air Agency. Puget Sound Clean Air Agency: Asbestos / Demolition Notification for Contractors and Property Owners State of Washington Department of Labor and Industries: Notice of Asbestos Abatement Project The Contractor shall coordinate with the Contracting Agency in completing the applications and preparing plans as applicable for, and shall be responsible to secure and comply with the provisions thereof. 1-07.6 Permits and Licenses Section 1-07.6 is supplemented with the following: (August 3, 2015 WSDOT GSP) The Contracting Agency has obtained the below -listed permit(s) for this project. A copy of the permit(s) is attached as an appendix for informational purposes. Copies of these permits City of Federal Way Pacific Highway South HOV Lanes Phase V 1 Page 43 RFB 16-006 June 2016 SPECIAL PROVISIONS and a copy of the Transfer of Coverage form submitted to Ecology for the Construction Stormwater General Permit are required to be onsite at all times. Contact with the permitting agencies, concerning the below -listed permit(s), shall be made through the Engineer with the exception of the Construction Stormwater General Permit where direct communication with the Ecology is allowed. The Contractor shall be responsible for obtaining Ecology's approval for any Work requiring additional approvals (e.g. Request for Chemical Treatment Form). The Contractor shall obtain additional permits as necessary. All costs to obtain and comply with additional permits shall be included in the applicable Bid items for the Work involved. *** Construction Stormwater General Permit *** (******) Consruction Stormwater General Permit Prior to the Notice to Proceed, the Contractor shall fill out, execute and submit a Transfer of Coverage to the Department of Ecology to transfer the Construction Stormwater General Permit (NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated with Construction Activity) from the City to the Contractor. In addition, upon physical completion, the Contractor shall fill out, execute and submit a Notice of Termination form to the Department of Ecology. Copies of the completed Transfer of Coverage and the completed Notice of Termination shall be sent to the Engineer. See section 8-01 for related SWPP and stormwater monitoring requirements. See Appendix G for a copy of the City's Construction Stormwater General Permit, for a copy of the City's Notice of Intent application, and for blank copies of the Transfer of Coverage, and the Notice of Termination. Survey Monuments In accordance with RCW 58.24.040(8), no cadastral or geodetic survey monument may be disturbed without a valid permit to remove or destroy a survey monument, issued by the Washington State Department of Natural Resources. Permit applications can be obtained by calling the Public Land Survey Office at (360) 902-1194. The permit application must be stamped by a registered Washington State Land Surveyor. 1 Asbestos Handling and Disposal ' The local air pollution authority for work in the vicinity of, and the removing, handling, processing, hauling and disposing, asbestos cement pipe is the Puget Sound Clean Air ' Agency. The Contractor shall coordinate with the Contracting Agency in completing the applications and preparing plans as applicable for, and shall be responsible to secure and comply with ' the provisions of, the following: Puget Sound Clean Air Agency: ' Asbestos / Demolition Notification for Contractors and Property Owners State of Washington Department of Labor and Industries: ' Notice of Asbestos Abatement Project City of Federal Way RFB 16-006 ' Pacific Highway South June 2016 HOV Lanes Phase V Page 44 ISPECIAL PROVISIONS Forms and information are included in Appendix I. All costs associated with preparing required documentation are included in the applicable Bid Items for asbestos removal. 1-07.7 Load Limits (March 13, 1995 WSDOT GSP) Section 1-07.7 is supplemented with the following: If the source of materials provided by the Contractor necessitates hauling over roads ' other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. ' 1-07.9 Wages 1-07.9(1) General Section 1-07.9(1) is supplemented with the following: (January 8, 2016 WSDOT GSP) The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA160001. ' The State rates incorporated in this contract are applicable to all construction activities associated with this contract. ' (April 2, 2007 WSDOT GSP) Application of Wage Rates For The Occupation Of Landscape Construction State prevailing wage rates for public works contracts are included in this contract and show a separate listing for the occupation: ' Landscape Construction, which includes several different occupation descriptions such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment Operators, and Landscaping or Planting Laborers. In addition, federal wage rates that are included in this contract may also include occupation descriptions in Federal Occupational groups for work also specifically identified with landscaping such as: Laborers with the occupation description, Landscaping or Planting, or Power Equipment Operators with the occupation description, Mulch Seeding Operator. ' If Federal wage rates include one or more rates specified as applicable to landscaping work, then Federal wage rates for all occupation descriptions, specific or general, must be considered and compared with corresponding State wage rates. The higher wage rate, either State or Federal, becomes the minimum wage rate for the work performed in that occupation. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 45 SPECIAL PROVISIONS Contractors are responsible for determining the appropriate crafts necessary to perform the contract work. If a classification considered necessary for performance of the work is missing from the Federal Wage Determination applicable to the contract, the Contractor shall initiate a request for approval of a proposed wage and benefit rate. The Contractor shall prepare and submit Standard Form 1444, Request for Authorization of Additional Classification and Wage Rate available at http://www.wdol.gov/docs/sfl444.pdf, and submit the completed form to the Project Engineer's office. The presence of a classification wage on the Washington State Prevailing Wage Rates For Public Works Contracts does not exempt the use of form 1444 for the purpose of determining a federal classification wage rate. 1-07.11 Requirements for Nondiscrimination (August 5, 2013 WSDOT GSP) Section 1-07.11 is supplemented with the following: Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 u WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA I Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. ' Non -SMSA Counties 3.6 WA Walla Walla. City of Federal Way RFB 16-006 ' Pacific Highway South June 2016 HOV Lanes Phase V Page 46 1 SPECIAL PROVISIONS Yakima, WA: SMSA Counties: ' Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7.2 ' WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. ' Tacoma, WA 6.2 WA Pierce. Non -SMSA Counties 6.1 3. The Contractor shall provide written notification to the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the Subcontractor; employer identification number of the Subcontractor; estimated City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V I Page 47 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR -WA 4.5 ' WA Clark. Non -SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. ' These goals are applicable to each nonexempt Contractor's total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR ' 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the ' contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a ' violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the Subcontractor; employer identification number of the Subcontractor; estimated City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V I Page 47 SPECIAL PROVISIONS dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. The notification shall be sent to: U.S. Department of Labor Office of Federal Contract Compliance Programs Pacific Region Attn: Regional Director San Francisco Federal Building 90 — 7th Street, Suite 18-300 San Francisco, CA 94103(415) 625-7800 Phone (415) 625-7799 Fax Additional information may be found at the U.S. Department of Labor website http://www.dol.gov/ofccp/TAguides/ctaguide.htm L 4. As used in this Notice, and in the contract resulting from this solicitation, the I Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications ' (Executive Order 11246) 1. As used in these specifications: ' a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance ' Programs, United States Department of Labor, or any person to whom the Director delegates authority; ' c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person ' of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the ' original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in ' any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. ' 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each City of Federal Way RFB 16-006 ' Pacific Highway South June 2016 HOV Lanes Phase V Page 48 1 11 r r C SPECIAL PROVISIONS subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: ' City of Federal Way Pacific Highway South HOV Lanes Phase V IPage 49 RFB 16-006 June 2016 SPECIAL PROVISIONS a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. City of Federal Way Pacific Highway South HOV Lanes Phase V Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. Page 50 U n RFB 16-006 ' June 2016 r i SPECIAL PROVISIONS g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and City of Federal Way Pacific Highway South HOV Lanes Phase V IPage 51 RFB 16-006 June 2016 SPECIAL PROVISIONS suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor -union, contractor -community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work- force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve City of Federal Way Pacific Highway South HOV Lanes Phase V Page 52 n 0 n r u RFB 16-006 ' June 2016 r L SPECIAL PROVISIONS maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 16. Additional assistance for Federal Construction Contractors on contracts ' administered by Washington State Department of Transportation or by Local Agencies may be found at: ' Washington State Dept. of Transportation Office of Equal Opportunity PO Box 47314 ' 310 Maple Park Ave. SE Olympia WA 98504-7314 ' Ph: 360-705-7090 Fax: 360-705-6801 http://www.wsdot.wa.qov/equalopportunitV/default.htm ' 1-07.11 Requirements for Nondiscrimination (December 8, 2014 APWA GSP, Option B) ' Section 1-07.11 is supplemented with the following: Disadvantaged Business Enterprise Condition of Award Participation ' The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 apply to this Contract. Demonstrating compliance with these specifications is a Condition of Award (COA) of this Contract. Failure to comply with the requirements of this ' specification may result in your bid being found to be nonresponsive and may be rejected. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 53 SPECIAL PROVISIONS DBE COA Goal The Contracting Agency has established a COA Contract goal in the amount of: $$19%$$. DBE Eligibility/Selection of DBEs A Directory of Certified DBE Firms denoting the Description of Work the DBE Contractors are certified to perform is available at: www.omwbe.wa.aov/certification/index.shtmi. The directory provides plain language on the Description of Work that the listed DBE's have been certified by the Office of Minority and Women's Business Enterprises (OMWBE) to perform. The Bidder shall use the Directory of Certified DBE Firms to confirm if a DBE is certified for the "Description of Work" the Bidder lists on the DBE Utilization Certification form # 272-056 EF (see form instructions) and therefore qualifies for credit towards the COA goal. Crediting DBE Participation Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces shall be credited. DBE Prime Contractor A DBE Prime Contractor may only take credit for that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE Prime performs with its own forces. DBE Subcontractor When a DBE firm participates as a Subcontractor only that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces shall be credited. City of Federal Way Pacific Highway South HOV Lanes Phase V Include the cost of supplies and materials obtained by the DBE for the Work in the Contract including supplies purchased or equipment leased by the DBE. o However, you may not take credit for supplies, materials, and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliate. In addition, Work performed by a DBE, utilizing resources of the Prime Contractor or its affiliates shall not be credited. • In very rare situations, a DBE firm may utilize equipment and/or personnel from a non -DBE firm other than the Prime Contractor or its affiliates. Should this situation arise the arrangement must be short- term and have prior written approval from the Office of Equal Opportunity (OEO). Page 54 RFB 16-006 June 2016 r� 0 11 i r 1 ISPECIAL PROVISIONS ' by DBE firm • Count the entire value of fees or commissions charged a for providing a bona fide service, such as professional, technical, ' consultant, managerial services, or for providing bonds or insurance. • When a DBE subcontracts to another firm, the value of the subcontracted Work may be counted as participation only if the DBE's ' lower tier Subcontractor is also a DBE. Work that a DBE subcontracts to a non -DBE firm shall not be credited. ' • When non -DBE Subcontractor further subcontracts to a lower -tier Subcontractor or supplier who is a certified DBE, then that portion of the Work further subcontracted may be credited as DBE participation, ' provided it is a distinct clearly defined portion of the Work that the DBE is certified to perform and the DBE Subcontractor performs the Work with its own forces. ' If a firm is not certified as a DBE at the time of the execution of the contract, their participation cannot be counted toward any DBE goals. ' Trucking Use the following factors in determining DBE credit and whether a DBE ' trucking company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision ' of the entire trucking operation for which credit is being claimed. 2. The DBE must itself own and, with its own workforce, operate at least ' one fully licensed, insured, and operational truck used on the Contract. 3. The DBE receives credit only for the value of the transportation ' services it provides on the Contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. For purposes of this requirement a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased ' truck from working for others provided it is with the consent of the DBE and the lease provides the DBE first priority for use of the leased truck. Leased trucks must display the name and identification ' number of the DBE. 4. The DBE may lease trucks from another DBE firm including an ' owner -operator provided they are certified as a DBE for trucking. The DBE who leases trucks from another DBE may claim ' participation for the total value of the transportation services the lessee DBE on the Contract. provides 5. The DBE may also lease trucks from a non -DBE firm and may enter ' into an agreement with an owner -operator who is a non -DBE. The DBE shall only receive credit for the number of additional non -DBE trucks equal or less than the number of DBE trucks the firms owns or ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 55 SPECIAL PROVISIONS I has leased/subcontracted through another DBE trucking company. The DBE must control the work of the non -DBE trucks. If the non - DBE is performing the work without supervision of that work by the ' DBE, the DBE is not performing a Commercially Useful Function (CUF). 6. In any lease or owner -operator situation, as described in requirement ' #4 and #5 above, the following rules shall apply: a. A written lease/rental agreement is required for all trucks leased or rented; documenting the ownership and the terms of the agreement. The agreements must be submitted and approved by the Contracting Agency prior to the beginning of the Work. The agreement must show the leaser's name, truck description and agreed upon amount and method of payment (hour, ton, or per load). All lease agreements shall be for a long-term relationship, rather than for the individual project. (This requirement does not apply to owner -operator arrangements.) b. Only the vehicle, (not the operator) may be leased or rented. (This requirement does not apply to owner -operator arrangements). 7. Credit may only be claimed for DBE trucking firms operating under a subcontract or a written agreement approved by the Contracting Agency prior to performing Work. Expenditures paid to other DBEs Expenditures paid to other DBEs for materials or supplies may be counted toward DBE goals as provided in the following: Manufacturer You may claim DBE credit for 100 percent of value of the materials or supplies obtained from a DBE manufacturer. A manufacturer is a firm that operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract. A manufacturer shall include firms that produce finished goods or products from raw or unfinished material or that purchases and substantially alters goods and materials to make them suitable for construction use before reselling them. In order to receive credit as a DBE Manufacturer, the firm must be certified by OMWBE as a manufacturer in a NAICS code that falls within the 31 XXXX to 33XXXX classification. Regular Dealer City of Federal Way Pacific Highway South HOV Lanes Phase V Page 56 GI C 1 J RFB 16-006 ' June 2016 SPECIAL PROVISIONS ' You may claim credit for 60 percent of the value of the materials or supplies purchased from a DBE regular dealer. Rules applicable to ' regular dealer status are contained in 49 CFR Part 26.55.e.2. To be considered a regular dealer you must meet the following criteria: ' WSDOT considers and recognizes a regular dealer, as a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of the Contract and described by the specifications of the Contract are bought, kept in stock and regularly sold or leased to the public in the usual course of business. ' • Sixty percent (60%) of the cost of materials or supplies purchased from an approved regular dealer may be credited as DBE ' participation. Regular dealer status is granted on a contract -by -contract basis. A firm wishing to be approved as a regular dealer for WSDOT contracted ' projects or Highways & Local Program administered projects must submit a request in writing to OEO for approval, no later than seven days prior to ' bid opening. Once the OEO has received the request, an onsite review will be set up with the firm and a review conducted to determine the firm's qualifications. ' If it is determined that the firm qualifies as a regular dealer the OEO will list the firm on an Approved Regular Dealers List. The list may be accessed through the OEO Home website is at: www,wsdot.wa.gov/equalopportunitV. Note: Requests to be listed as a regular dealer will only be processed if ' the requesting firm is certified by the Office of Minority and Women's Business Enterprises in a NAICS code that fall within the 42XXXX NAICS Wholesale code section. Materials or Supplies Purchased from a DBE ' With regard to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer you may claim credit for the following: 1. Fees or commissions charged for assistance in the procurement ' of the materials and supplies. 2. Fees or transportation charges for the delivery of materials or ' supplies. In either case you may not take credit for any part of the cost of the ' materials and supplies. Commercially Useful Function (CUF) ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 57 SPECIAL PROVISIONS The Prime Contractor has a responsibility and must treat the working relationship with the DBE such that the DBE is performing a commercially useful function. The Prime Contractor may only take credit for Work performed by a DBE that is determined to be performing a commercially useful function. A DBE performs a commercially useful function when it is responsible for execution of a distinct element of Work and is carrying out its responsibilities by performing, managing and supervising the Work involved. The DBE must also be responsible with respect to materials and supplies used on the Contract. For example; negotiating price, determining quality, determining quantities, ordering, installing (if applicable) and paying for the material itself. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, Contract, or project through which funds are passed. Joint Checking Allowance Prime Contractors and DBEs must receive pre -approval by the OEO before using a joint check. Joint check requests shall be submitted by the Prime Contractor to the Contracting Agency for approval. When requesting approval for use of a joint checking allowance, the Contractor must distribute a written joint check agreement among the parties (including the suppliers involved) providing full and prompt disclosure of the expected use of the joint checks. The agreement shall contain all the information concerning the parties' obligations and consequences or remedies if the agreement is not fulfilled or a breach occurs. The joint check request shall be submitted to the Contracting Agency for approval prior to signing the contract agreement. The following are some general conditions that must be met by all parties regarding joint check use: City of Federal Way Pacific Highway South HOV Lanes Phase V a. It is understood that the Prime Contractor acts solely as the guarantor of a joint check. b. The DBE's own funds are used to pay supplier of materials. The Prime Contractor does not make direct payment to supplier. In order to be performing a Commercially Useful Function (CUF), the DBE must release the check to the supplier (paying for the materials it -self and not be an extra participant in a transaction). c. If the Prime Contractor makes joint checks available to one DBE Subcontractor, the service must be made available to all Subcontractors (DBE and non -DBE). d. The relationship between the DBE and its suppliers should be established independently of and without interference by the Prime Contractor. The DBE has final decision-making responsibility Page 58 C C C RFB 16-006 ' June 2016 r ISPECIAL PROVISIONS concerning the procurement of materials and supplies, including ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 59 which supplier to use. ' e. The Prime Contractor and DBE shall be able to provide receipts, invoices, cancelled checks and/or certification statements of payment if requested by the Contracting Agency. ' f. The DBE remains responsible for all other elements of 49 CFR 26.55(c)(1). ' Failure by the Prime Contractor to request and receive prior approval of a joint check arrangement will result in the joint check amount not counting towards the Prime Contractor's DBE goal. Disadvantaged Business Enterprise Utilization Certification FORM # 272- 056 EF To be eligible for award of the Contract, the Bidder shall properly complete ' and submit a Disadvantaged Business Enterprise Utilization Certification with the Bidder's sealed Bid Proposal, as specified Section 1-02.9 Delivery of Proposal. The Bidder's Disadvantaged Business Enterprise Utilization ' Certification must clearly demonstrate how the Bidder intends to meet the DBE COA goal. A Disadvantaged Business Enterprise Utilization Certification (form ' # 272-056 EF) is included in your Proposal package for this purpose as well as instructions on how to fill out the form. properly In the event of arithmetic errors in completing the Disadvantaged Business ' Enterprise Utilization Certification the amount listed to be applied towards the goal for each DBE shall govern and the DBE total amount shall be adjusted accordingly. Note: The Contracting Agency shall consider as non-responsive and shall reject any Bid Proposal submitted that does not contain a Disadvantaged Business Enterprise Utilization Certification that ' accurately demonstrates how the Bidder intends to meet the COA goal. ' Disadvantaged Business Enterprise (DBE) Written Confirmation Document(s) FORM # 422-031 EF ' The Bidder shall submit a complete and accurate Disadvantaged Business Enterprise (DBE) Written Confirmation Document for each DBE firm listed in the Bidder's completed Disadvantaged Business Enterprise Utilization Certification as submitted with the bid. Failure to do so will result in the ' associated participation being disallowed, which may result in bid rejection. A Disadvantaged Business Enterprise (DBE) Written Confirmation Document ' (form No. 422-031 EF) is included in your Proposal package for this purpose. The form(s) shall be received as specified in the special provisions for Section ' 1-02.9 Delivery of Proposal. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 59 SPECIAL PROVISIONS It is prohibited for the Bidder to require a DBE to submit a Written Confirmation Document with any part of the form left blank. Should the Contracting Agency determine that a Written Confirmation Document was signed by a DBE that was not complete; the validity of the document comes into question and the associated DBE Participation may not receive credit. Selection of Successful Bidder/Good Faith Efforts (GFE) The successful Bidder shall be selected on the basis of having submitted the lowest responsive Bid, which demonstrates a good faith effort to achieve the DBE COA goal. Achieving the goal may be accomplished in one of two ways, as follows: By meeting the goal The best indication of good faith efforts is to document, through submission of the Disadvantaged Business Enterprise Utilization Certification and supporting Disadvantaged Business Enterprise (DBE) Written Confirmation Document(s) that the Bidder has obtained enough DBE participation to meet or exceed the assigned DBE COA contract goal. That being the case no additional GFE documentation is required. Or; 2. BV documentation that it made adequate GFE to meet the goal The Bidder may demonstrate a GFE in whole or part through GFE documentation ONLY IN THE EVENT a Bidder's efforts to solicit sufficient DBE participation have been unsuccessful. In this case, the Bidder must supply GFE documentation in addition to the Disadvantaged Business Enterprise Utilization Certification, and supporting Disadvantaged Business Enterprise (DBE) Written Confirmation document(s). Note: In the case where the Bidder was awarded the contract based on demonstrating adequate GFE the advertised DBE goal will not be reduced to the Bidder's partial commitment. The Bidder shall demonstrate a GFE during the life of the Contract to attain the DBE Condition of Award (COA) Goal as assigned to the project. Good Faith Efforts (GFE) Documentation GFE documentation shall be received, as specified in the special provisions for Section 1-02.9 Delivery of Proposal. Based upon all the relevant documentation submitted in Bid or as supplement to Bid, the Contracting Agency shall determine whether the Bidder has demonstrated a sufficient GFE to achieve DBE participation. The Contracting Agency will make a fair and reasonable judgment of whether a Bidder that did not meet the goal through participation, made adequate good faith efforts as demonstrated by the GFE documentation. The following is a list of types of actions, which would be considered as part of the Bidder's GFE to achieve DBE participation. It is not intended to be a City of Federal Way Pacific Highway South HOV Lanes Phase V Page 60 RFB 16-006 t June 2016 1 ISPECIAL PROVISIONS Imandatory checklist, nor is it intended to be exclusive or exhaustive. Other ' b. A description of the information provided to the DBEs regarding the plans, specifications, and estimated quantities for portions of the Work to be performed; ' c. Documentation of each DBE contacted but rejected and the reason(s) for that rejection; ' City of Federal Way Pacific Highway South HOV Lanes Phase V C 7. Providing, to interested DBEs, adequate information about the plans, specifications, and requirements for the selected subcontracting or material supply Work; 8. Negotiating in good faith with the DBE firms, and not, without justifiable reason, rejecting as unsatisfactory, Bids that are prepared by any DBE. The DBE's standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations - union vs. non-union employee status - are not legitimate Page 61 RFB 16-006 June 2016 factors or types of efforts may be relevant in appropriate cases: ' 1. Attendance by the Bidder at any pre -solicitation or pre -Bid meetings that were scheduled by the Contracting Agency to inform DBEs of ' contracting and subcontracting or material supply opportunities available on the project; 2. Contacting local Tribes, Tribal Employment Rights Offices (TERO) concerning the subcontracting or supply opportunities in sufficient ' time to allow the enterprises to participate effectively; 3. Selection by the Bidder of specific economically feasible units of the ' project to be performed by DBEs in order to increase the likelihood of participation by DBEs even if the Bidder preferred to perform these Work items as the Prime Contractor; ' 4. Advertising by the Bidder in general circulation, trade association minority and trade oriented, women focus publications, concerning the subcontracting or supply opportunities; 5. Providing written notice from the Bidder to a reasonable number of specific DBEs, identified from the OMWBE Directory of Certified DBE Firms for the selected subcontracting or material supply Work, in ' sufficient time to allow the enterprises to participate effectively; 6. Follow-up by the Bidder of initial solicitations of interest by contacting ' the DBEs to determine with certainty whether they were interested. Documentation of this kind of action shall include the information outlined below: a. The names, addresses, telephone numbers of DBEs who were contacted, the dates of initial contact, and whether initial ' solicitations of interest were followed-up by contacting the DBEs to determine with certainty whether the DBEs were interested; ' b. A description of the information provided to the DBEs regarding the plans, specifications, and estimated quantities for portions of the Work to be performed; ' c. Documentation of each DBE contacted but rejected and the reason(s) for that rejection; ' City of Federal Way Pacific Highway South HOV Lanes Phase V C 7. Providing, to interested DBEs, adequate information about the plans, specifications, and requirements for the selected subcontracting or material supply Work; 8. Negotiating in good faith with the DBE firms, and not, without justifiable reason, rejecting as unsatisfactory, Bids that are prepared by any DBE. The DBE's standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations - union vs. non-union employee status - are not legitimate Page 61 RFB 16-006 June 2016 SPECIAL PROVISIONS causes for the rejection or non -solicitation of bids in the Prime Contractor's efforts to meet the project goal; 9. Advertising and making efforts to obtain DBE participation that were reasonably expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency; 10. Making any other efforts to obtain DBE participation that were reasonably expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency; 11. Using the services of minority community organizations, minority contractor groups, local, State, and federal minority business assistance offices and other organizations identified by WSDOT and advocates for disadvantaged, minority, and women businesses that provide assistance in the recruitment and placement of disadvantaged, minority, and women business enterprises; and 12. Using the WSDOT OEO DBE Supportive Services to assist you. For more information please contact the OEO by calling toll free at (888) 259-9143 or emailing dbess@wsdot.wa.gov. Administrative Reconsideration of GFE Documentation Any Bidder has the right to reconsideration but only for the purpose of reassessing their GFE documentation that was determined to be inadequate • The Bidder must request and schedule a reconsideration hearing within seven calendar days of notification of being nonresponsive or forfeit the right to reconsideration. • The reconsideration decision on the adequacy of the Bidder's GFE documentation shall be made by an official who did not take part in the original determination. • The Bidder shall have the opportunity to meet in person with the official for the purpose of setting forth the Bidder's position as to why the GFE documentation demonstrates a sufficient effort. • The reconsideration official shall provide the Bidder with a written decision on reconsideration within five business days of the hearing explaining the basis for their finding. Procedures between Award and Execution After Award and prior to Execution the Bidder shall provide the additional information described below. Failure to comply shall result in the forfeiture of the Bidder's Proposal bond or deposit. 1. Additional information for all successful DBE's as shown on the Disadvantaged Business Enterprise Utilization Certification: City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 62 -, J IJ ISPECIAL PROVISIONS 1 a. Correct business name, federal employee identification number (if available), and mailing address. ' b. List of all Bid items assigned to each successful DBE firm, including unit prices and extensions. ' c. Description of partial items (if any) to be sublet to each successful DBE firm specifying the distinct elements of Work ' under each item to be performed by the DBE and including the dollar value of the DBE portion. Total amounts shown for each DBE shall not be less than the ' amount shown on the Disadvantaged Business Enterprise Utilization Certification. A breakdown that does not conform to the Disadvantaged Business Enterprise Utilization Certification ' or that demonstrates a lesser amount of DBE participation than that included in the Disadvantaged Business Enterprise Utilization Certification will be returned for correction. ' 2. A list of all firms who submitted a Bid or quote in an attempt to participate in this project whether they were successful or not. ' Include the business name and a mailing address. Note: The firms identified by the Prime Contractor may be contacted by the ' Contracting Agency to solicit general information as follows: age of the firm and average of its gross annual receipts over the past three - years. ' Procedures after Execution Crediting DBE Participation toward Meeting the Goal Reporting ' All DBE work whether COA or race neutral participation is reported. The Prime Contractor shall submit a Quarterly Report of Amounts Credited as DBE Participation form (422-102 EF) on a quarterly basis ' for any calendar quarter in which DBE has accomplished Work or upon completion of the project, as appropriate. The dollars are to be reported as specified herein. ' In the event that the payments to a DBE have been made by an entity other than the Prime Contractor, as in the case of a lower -tier ' Subcontractor or supplier, then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Contracting Agency. ' Changes in DBE COA participation Owner initiated Change Orders The Prime Contractor shall demonstrate a GFE to substitute COA DBE ' participation when the Contracting Agency deletes Work items by change order that impact a COA DBE's Work. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 63 SPECIAL PROVISIONS City of Federal Way Pacific Highway South HOV Lanes Phase V When the Contract allows alternate Work methods which serve to delete or create under -runs in COA DBE Work then the Prime Contractor must provide documentation of negotiating the change with the DBE that was to perform the reduced Work and demonstrate a GFE to substitute other DBE COA participation. Original Quantity Under runs In the event that Work committed to a DBE firm as part of the COA under runs the original planned quantities the Prime Contractor shall demonstrate a GFE to substitute other DBE COA participation. Contractor -Initiated Proposals—General The Contractor cannot reduce the amount of work committed to a DBE firm at contract award without good cause and only with written concurrence from the OEO. Reducing a COA DBE's Work is viewed as a partial DBE termination, subject to the procedures below. DBE Termination A COA DBE Subcontractor may only be terminated in whole or part with the approval of the Contracting Agency (in coordination with OEO). Approval will be granted provided the Prime Contractor demonstrates that the termination is based on good cause. Good cause typically includes situations where the DBE Subcontractor is unable or has failed to perform the work of its subcontract in accordance with normal industry standards. While not all inclusive, some examples of good cause include the following circumstances: Good cause may exist if: • The listed DBE Subcontractor fails or refuses to execute a written contract. • The listed DBE Subcontractor fails or refuses to perform the work of its subcontract in a way consistent with normal industry standards. • The listed DBE Subcontractor fails or refuses to meet the Prime Contractor's reasonable, nondiscriminatory bond requirements. • The listed DBE Subcontractor becomes bankrupt, insolvent, or exhibits credit unworthiness. • The listed DBE Subcontractor is ineligible to work on public works projects because of suspension and debarment proceedings pursuant 2 CFR Parts 180, 215 and 1,200 or applicable state law. Page 64 C RFB 16-006 , June 2016 SPECIAL PROVISIONS • The listed DBE Subcontractor voluntarily withdraws from the project and provides to you written notice of its withdrawal. The listed DBE is ineligible to receive DBE credit for the type of work required. • A DBE owner dies or becomes disabled with the result that the listed DBE is unable to complete its work on the contract. Good cause does not exist if: • The Prime Contractor seeks to terminate a COA DBE so that the Prime can self -perform the Work. • The Prime Contractor seeks to terminate a COA DBE so the Prime Contractor can substitute another DBE or non -DBE after contract award. The failure or refusal of the DBE Subcontractor to perform its work on the subcontract results from the bad faith or discriminatory action of the Prime Contractor (e.g., the failure of the Prime Contractor to make timely payments or the unnecessary placing of obstacles in the path of the DBE's Work). Prior to requesting termination, the Prime Contractor must give notice in writing to the DBE Subcontractor with a copy to the Contracting Agency of its intent to request to terminate DBE work and the reasons for doing so. The DBE Subcontractor shall have five (5) days to respond to the prime Contractor's notice. The DBE's response shall either support the termination or advise the Contracting Agency and the Prime Contractor of the reasons it objects to the termination of its subcontract. When a COA DBE firm is "terminated" from a Contract (or fails to ' complete its Subcontract for any reason), the Prime Contractor shall make every good faith effort to substitute another DBE Firm (ref.to 49 CFR 26.53(g)). ' Graduation When a DBE firm "graduates" from the DBE program (during the course of an executed subcontract), the DBE participation of that firm "may" ' continue to count towards the contract DBE goal. Decertification ' When a COA DBE firm who has a signed subcontract in place with a Prime, later becomes "decertified" (during the course of that subcontract) — the DBE participation of that firm "may" continue to count towards the ' Contract DBE goal. Counting payments ' City of Federal Way RFB 16-006 June 2016 Pacific Highway South HOV Lanes Phase V ' Page 65 SPECIAL PROVISIONS Payments to a DBE firm will count toward DBE goals only if the participation is in accordance with these specifications. Prompt Payment Prompt payment to all Subcontractors shall be in accordance with Section 1-08.1(1) of these Contract special provisions. Payment Compensation for all costs involved with complying with the conditions of this specification and any other associated DBE requirements is included in payment for the associated Contract items of Work. Damages for Noncompliance The Prime Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. The Prime Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of Contracts, which contain funding assistance from the United States Department of Transportation. Failure by the Prime Contractor to carry out these requirements is a material breach of this Contract, which may result in the Termination of this Contract or such other remedy as the Contracting Agency deems appropriate. If the Prime Contractor does not comply with any part of its Contract as required under 49 CFR part 26, and/or any other applicable law or regulation regarding DBE, the Contracting Agency may withhold payment, suspend the ability of the Prime Contractor to participate in future Contracting Agency contracts, impose sanctions or Terminate the Contract, and subject the Prime Contractor to civil penalties of up to ten percent of the amount of the Contract for each violation. In the case of WSDOT Contracts, prequalification may be suspended pursuant to WAC 468-16-180, and continuous violations (exceeding a single violation) may also disqualify the Prime Contractor from further participation in WSDOT Contracts for a period of up to three years. An apparent low Bidder must be in compliance with these Contract Provisions as a condition precedent to the granting of a notice of award by the Contracting Agency. The Prime Contractor is entitled to request an adjudicative proceeding with respect to the Contracting Agency's determination of Contract violation and assessed penalties by filing a written application within thirty days of receipt of notification. The adjudicative proceeding, if requested, will be conducted by an administrative law judge pursuant to the procedures set forth in RCW 34.05 and Chapter 10.08 of the Washington Administrative Code. (August 2, 2010 WSDOT GSP) Special Training Provisions General Requirements City of Federal Way Pacific Highway South HOV Lanes Phase V J RFB 16-006 ' June 2016 Page 66 1 ISPECIAL PROVISIONS ' The Contractor's equal employment opportunity, affirmative action program shall include the requirements set forth below. The Contractor shall provide on-the-job ' training aimed at developing trainees to journeyman status in the trades involved. The number of training hours shall be *** 1,500 ***. Trainees shall not be assigned less than 400 hours. The Contractor may elect to accomplish training as part of the ' work of a subcontractor, however, the Prime Contractor shall retain the responsibility for complying with these Special Provisions. The Contractor shall also ensure that this training provision is made applicable to any subcontract that includes training. ' Trainee Approval The Federal government requires Contracting Agencies to include these training provisions as a condition attached to the receipt of Federal highway funding. The ' Federal government has determined that the training and promotion of members of certain minority groups and women is a primary objective of this training provision. The Contractor shall make every effort to enroll minority groups and women trainees ' to the extent such persons are available within a reasonable recruitment area. This training provision is not intended and shall not be used to discriminate against any applicant for training, whether that person is a minority, woman or otherwise. A non - minority male trainee or apprentice may be approved provided the following requirements are met: ' 1. The Contractor is otherwise in compliance with the contract's Equal Employment Opportunity and On -the -Job Training requirements and provides documentation of the efforts taken to fill the specific training position with either minorities or females ' 2. or, if not otherwise in compliance, furnishes evidence of his/her systematic and direct recruitment efforts in regard to the position in question and in ' promoting the enrollment and/or employment of minorities and females in the craft which the proposed trainee is to be trained ' 3. and the Contractor has made a good faith effort towards recruiting of minorities and women. As a minimum this good faith effort shall consist of the following: u ' City of Federal Way Pacific Highway South HOV Lanes Phase V • Distribution of written notices of available employment opportunities with the Contractor and enrollment opportunities with its unions. Distribution should include but not be limited to; minority and female recruitment sources and minority and female community organizations; • Records documenting the Contractor's efforts and the outcome of those efforts, to employ minority and female applicants and/or refer them to unions; • Records reflecting the Contractor's efforts in participating in developing minority and female on-the-job training opportunities, including upgrading programs and apprenticeship opportunities; • Distribution of written notices to unions and training programs disseminating the Contractor's EEO policy and requesting cooperation in achieving EEO and OJT obligations. Page 67 RFB 16-006 June 2016 SPECIAL PROVISIONS No employee shall be employed as a trainee in any classification in which the employee has successfully completed a training course leading to journeyman status or in which the employee has been employed as a journeyman. The Contractor's records shall document the methods for determining the trainee's status and findings in each case. When feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. For the purpose of this specification, acceptable training programs are those employing trainees/apprentices registered with the following: 1. Washington State Department of Labor & Industries — State Apprenticeship Training Council (SATC) approved apprenticeship agreement: a. Pursuant to RCW 49.04.060, an apprenticeship agreement shall be; I an individual written agreement between an employer and apprentice ii. a written agreement between (an employer or an association of employers) and an organization of employees describing conditions of employment for apprentices iii. a written statement describing conditions of employment for apprentices in a plant where there is no bona fide employee organization. All such agreements shall conform to the basic standards and other provisions of RCW Chapter 49. 2. Apprentices must be registered with U.S. Department of Labor — Bureau of Apprenticeship Training (BAT) approved program. Or 3. Trainees participating in a non-BAT/SATC program, which has been approved by the contracting agency for the specific project. 4. For assistance in locating trainee candidates, the Contractor may call WSDOT's OJT Support Services Technical Advisor at (360) 705-7088, (206) 587-4954 or toll free at 1-866-252-2680. Obligation to Provide Information Upon starting a new trainee, the Contractor shall furnish the trainee a copy of the approved program the Contractor will follow in providing the training. Upon completion of the training, the Contractor shall provide the Contracting Agency with a certification showing the type and length of training satisfactorily completed by each trainee. Training Program Approval City of Federal Way Pacific Highway South HOV Lanes Phase V r. RFB 16-006 ' June 2016 Page 68 1 ISPECIAL PROVISIONS IThe Training Program shall meet the following requirements: C 7. Flagging programs will not be approved. Other programs that include flagging training will only be approved if the flagging portion is limited to an orientation of not more than 20 hours. 8. It is the intention of these provisions that training is to be provided in the construction crafts rather than clerk -typists or secretarial -type positions. Training is permissible in lower level management positions such as office engineers, estimators, timekeepers, etc., where the training is oriented toward construction applications. Some off-site training is permissible as long as the training is an integral part of an approved training program. 9. It is normally expected that a trainee will begin training on the project as soon as feasible after start of work, utilizing the skill involved and remain on the project as long as training opportunities exist in the work classification or upon completion of the training program. It is not required that all trainees be on board for the entire length of the contract. The number trained shall be determined on the basis of the total number enrolled on the contract for a significant period. 10. Wage Progressions: Trainees will be paid at least the applicable ratios or wage progressions shown in the apprenticeship standards published by the Washington State Department of Labor and Industries. In the event City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 69 RFB 16-006 June 2016 1. The Training Program (DOT Form 272-049) must be submitted to the Engineer for approval prior to commencing contract work and shall be resubmitted when modifications to the program occur. ' 2. The minimum length and type of training for each classification will be as established in the training program as approved by the Contracting Agency. ' 3. The Training Program shall contain the trades proposed for training, the number of trainees, the hours assigned to the trade and the estimated ' beginning work date for each trainee. 4. Unless otherwise specified, Training Programs will be approved if the proposed number of training hours equals the training hours required by contract and the trainees are not assigned less than 400 hours each. ' 5. After approval of the training program, information concerning each individual trainee and good faith effort documentation shall be submitted on (DOT Form 272-050.) ' 6. In King County, laborer trainees or apprentices will not be approved on contracts containing less than 2000 training hours as specified in this Section. In King County, no more than twenty percent (20%) of hours proposed for trainees or apprentices shall be in the laborer classification when the contract contains 2000 or more hours of training as specified in this Section. Trainees shall not be assigned less than 400 hours. C 7. Flagging programs will not be approved. Other programs that include flagging training will only be approved if the flagging portion is limited to an orientation of not more than 20 hours. 8. It is the intention of these provisions that training is to be provided in the construction crafts rather than clerk -typists or secretarial -type positions. Training is permissible in lower level management positions such as office engineers, estimators, timekeepers, etc., where the training is oriented toward construction applications. Some off-site training is permissible as long as the training is an integral part of an approved training program. 9. It is normally expected that a trainee will begin training on the project as soon as feasible after start of work, utilizing the skill involved and remain on the project as long as training opportunities exist in the work classification or upon completion of the training program. It is not required that all trainees be on board for the entire length of the contract. The number trained shall be determined on the basis of the total number enrolled on the contract for a significant period. 10. Wage Progressions: Trainees will be paid at least the applicable ratios or wage progressions shown in the apprenticeship standards published by the Washington State Department of Labor and Industries. In the event City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 69 RFB 16-006 June 2016 SPECIAL PROVISIONS that no training program has been established by the Department of Labor and Industries, the trainee shall be paid in accordance with the provisions of RCW 39.12.021 which reads as follows: Apprentice workmen employed upon public works projects for whom an apprenticeship agreement has been registered and approved with the State Apprenticeship Council pursuant to RCW 49.04, must be paid at least the prevailing hourly rate for an apprentice of that trade. Any workman for whom an apprenticeship agreement has not been registered and approved by the State Apprenticeship Council shall be considered to be a fully qualified journeyman, and, therefore, shall be paid at the prevailing hourly rate for journeymen. Compliance In the event that the Contractor is unable to accomplish the required training hours but can demonstrate a good faith effort to meet the requirements as specified, then the Contracting Agency will adjust the training goals accordingly. Requirements for Non BAT/SATC Approved Training Programs Contractors who are not affiliated with a program approved by BAT or SATC may have their training program approved provided that the program is submitted for approval on DOT Form 272-049, and the following standards are addressed and incorporated in the Contractor's program: • The program establishes minimum qualifications for persons entering the training program. • The program shall outline the work processes in which the trainee will receive supervised work experience and training on-the-job and the allocation of the approximate time to be spent in each major process. The program shall include the method for recording and reporting the training completed shall be stated. • The program shall include a numeric ratio of trainees to journeymen consistent with proper supervision, training, safety, and continuity of employment. The ratio language shall be specific and clear as to application in terms of job site and workforce during normal operations (normally considered to fall between 1:10 and 1:4). • The terms of training shall be stated in hours. The number of hours required for completion to journeyman status shall be comparable to the apprenticeship hours established for that craft by the SATC. The following are examples of programs that are currently approved: City of Federal Way Pacific Highway South HOV Lanes Phase V CRAFT HOURS Laborer 4,000 Ironworker 6,000 Carpenter 5,200-8,000 Construction Electrician 8,000 Operating Engineer 6,000-8,000 Cement Mason 5,400 Teamster 2,100 Page 70 i r L [l �I RFB 16-006 ' June 2016 ISPECIAL PROVISIONS • The method to be used for recording and reporting the training completed shall be stated. ' • A numeric ratio of trainees to journeymen shall be established. It shall be consistent with proper supervision, training, safety and continuity of employment. The ratio language shall be specific and clear as to ' application in terms of job site and workforce during normal operations. Measurement The Contractor may request that the total number of "training" hours for the ' contract be increased subject to approval by the Contracting Agency. This reimbursement will be made even though the Contractor receives additional training program funds from other sources, provided such other sources do not ' prohibit other reimbursement. Reimbursement to the Contractor for off-site training as indicated previously may only be made when the Contractor does one or more of the following and the trainees are concurrently employed on a Federal -aid ' project: ' • contributes to the cost of the training, • provides the instruction to the trainee, • pays the trainee's wages during the off- site training period. iReimbursement will be made upon receipt of a certified invoice that shows the related payroll number, the name of trainee, total hours trained under the program, previously paid hours under the contract, hours due this estimate, and dollar amount due this estimate. The certified invoice shall show a statement indicating the Contractor's effort to enroll minorities and women when a new enrollment occurs. If a trainee is participating in a SATC/BAT approved apprenticeship program, a copy of ' the certificate showing apprenticeship registration must accompany the first invoice on which the individual appears. Reimbursement for training occurring prior to approval of the training program will be allowed if the Contractor verbally notifies the ' Engineer of this occurrence at the time the apprentice/trainee commences work. A trainee/apprentice, regardless of craft, must have worked on the contract for at least 20 hours to be eligible for reimbursement. ' Payment The Contractor will be reimbursed under the item "Training" per hour for each hour of ' training for each employee. 1-07.12 Federal Agency Inspection ' (January 25, 2016 WSDOT GSP) Section 1-07.12 is supplemented with the following: ' Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) ' Revised May 1, 2012 and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this Contract; provided, however, City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 71 SPECIAL PROVISIONS that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this Contract require that the Contractor insert the FHWA 1273 and amendments thereto in each Subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a 1 clause shall be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier Subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13 Contractor's Responsibility for Work (August 6, 2001 WSDOT GSP) 1-07.13(4) Repair of Damage Section 1-07.13(4) is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 1-07.15 Temporary Water Pollution / Erosion Control 1-07.15(1) Spill Prevention, Control and Countermeasures Plan Payment will be made under the following bid item(s) when it appears in the Proposal: "SPCC Plan", per lump sum. 1-07.17 Utilities and Similar Facilities (April 2, 2007 WSDOT GSP) Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Comcast Cable Communication 4020 Auburn Way N Auburn, WA 98002 City of Federal Way Pacific Highway South HOV Lanes Phase V Puget Sound Energy (Gas) 3130 S. 38th St. Tacoma, WA 98409 Page 72 RFB 16-006 ' June 2016 SPECIAL PROVISIONS Attn: Tom Chrisman CenturyLink 23315 66th Avenue S Kent, WA 98032 Attn: Jason Tesdal 206-345-3488 Lakehaven Utility District 31623 First Avenue South P. O. Box 4249 Federal Way, WA 98063 Attn: Wes Hill ' ZAYO Group Attn: Scott Morrison Email: scott.morrison@zayo.com Attn: Chang Pak Telephone: 253-395-6988 Puget Sound Energy (Power) 14103 8th Street East Sumner, WA 98390 Attn: Tom Quann Telephone: 253-863-0484 King County Traffic Operations 155 Monroe Avenue NE Renton, WA 98056 Attn: Mark Parrett Tel: 206-296-8152 ' 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected Subcontractors, and all utility owners and their Contractors prior to beginning onsite work. Public and private utilities, or their contractors, will furnish all work necessary to adjust, ' relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. tPuget Sound Energy (PSE) will transfer existing electrical transmission lines to the new transmission poles. Power and communication distribution lines will remain on these ' poles until the entire underground distribution system is in place. Removal of the existing poles cannot take place until PSE, Comcast, and CenturyLink have completed the installation of the new wiring, energized the system, and all service conversions are complete. The Contractor shall schedule his operations such that work impacted by the ' location of existing poles is not on the critical path. Costs to shore, relocate or remove existing utility poles to facilitate the Contractors operations shall be incidental to and included in the other items of the contract. Interruptions in power transmission or distribution service are dependent on the status ' of the power grid and may not be available when requested. 60 day notice shall be provided to the Puget Sound Energy Load Office prior to scheduled outages. The Contractor shall be prepared to reschedule impacted work if outages are unavailable. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 73 SPECIAL PROVISIONS 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 4, 2016 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims - made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor's insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 74 7- L L 1 SPECIAL PROVISIONS H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder's Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: ■ the Contracting Agency and its officers, elected officials, employees, agents, and volunteers ■ KPG Inc, P.S. and its officers, employees, agents, and subconsultants. The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. ' 1-07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 75 The Contractor shall ensure that all Subcontractors of every tier add all entities listed in ' 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to ' demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. ' Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 75 SPECIAL PROVISIONS submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements — actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor's maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self- insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy's deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products -completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offence $1,000,000 Stop Gap / Employers' Liability each accident 1-07.18(5)B Automobile Liability Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the City of Federal Way Pacific Highway South HOV Lanes Phase V Page 76 RFB 16-006 June 2016 0 1 i fl fl C SPECIAL PROVISIONS transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.18(5)J Pollution Liability (January 4, 2016 APWA GSP) The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims, arising out of any one or more of the following: 1. Contractor's operations related to this project. 2. Remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos. 3. Transportation of hazardous materials away from any site related to this project. All entities listed under 1-07.18(2) of these Special Provisions shall be named by endorsement as additional insureds on the Contractors Pollution Liability insurance policy. Such Pollution Liability policy shall provide the following minimum limits: 1 million each loss and annual aggregate 1-07.23 Public Convenience and Safety 1-07.23(1) Construction under Traffic 1-07.23(1) Construction under Traffic (January 2, 2012 WSDOT GSP) Section 1-07.23(1) is supplemented with the following: Work Zone Clear Zone ' The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent ' Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. L During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 77 RFB 16-006 June 2016 SPECIAL PROVISIONS During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Regulatory Posted Speed Distance From Traveled Way Feet 35 mph or less 10 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance 1-07.23(1) Construction under Traffic Section 1-07.23(1) is supplemented with the following: The following minimum Traffic Control requirements shall be maintained during the construction of the project: 1. The Contractor shall maintain continuous two-way traffic along streets throughout the project site. The Contractor shall have the option, with the approval of the Engineer, of momentarily interrupting the continuous two-way traffic to allow one-way traffic. Such interruptions shall utilize qualified flaggers placed in strategic locations to insure the public safety and minimize driver confusion. A momentary interruption shall be defined as a period of time not to exceed two (2) minutes. Regardless of the period of time no queue greater than ten (10) cars in length will be allowed. 2. The Contractor shall be responsible for notifying all affected property owners prior to commencing the barricading of streets, sidewalks and driveways. 3. All business driveways shall remain open except as necessary to permit curing of construction materials or for short periods of time as required for excavations. However, at least one (1) driveway per business shall remain open to vehicular traffic at all times unless otherwise approved by the Engineer and affected property owner in writing. If a business has only one driveway, then that City of Federal Way Pacific Highway South HOV Lanes Phase V Page 78 RFB 16-006 June 2016 l C r i r r C 1 C SPECIAL PROVISIONS driveway must be constructed one-half at a time to allow the passage of vehicles. The amount of time that a driveway can be closed will be limited. Business owners shall be notified in writing at least 48 hours in advance of any planned driveway closures. 4. Signs and barricades shall be supplemented by Type C steady burn lights to delineate edge of roadway during the hours of darkness. 5. Any asphalt concrete pavement, crushed surfacing, or gravel base for maintaining traffic during the life of this contract shall be placed by the Contractor immediately upon request by the Engineer. In addition, cuts made in the traveled lanes or on walkways that are paved will be temporarily patched with hot mix and maintained daily until such time as a permanent patch can be made. Payment for crushed surfacing, gravel and asphalt will be paid at their respective bid items, as included in the contract. 6. Detours will not be allowed except as noted herein or Section 1-07.23(2) as amended. 7. Drivers of motor vehicles used in connection with the construction shall obey traffic rules posted for such location in the same manner and under the same restrictions as provided for the drivers of private vehicles. 8. The Contractor shall, at all times throughout the project, conduct the work in such a manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private driveways shall be kept open by the Contractor except for the brief periods when actual work is being done. The Contractor shall so conduct his operations so as to have under construction no greater length or amount of work than he can prosecute vigorously and he shall not open up sections of the work and leave them in an unfinished condition. See Section 1-07.23(1) for additional driveway closure requirements. 9. The Contractor shall provide traffic cones, barricades and drums, with warning lights in sufficient number and in good condition as required to protect the work and the public throughout the length of the job. Traffic Safety Drums with flashers in addition to temporary striping will be used to channelize traffic through construction zones. Opposing lanes of traffic will be separated by pylons when clearance for drums is not adequate. All signing and channelization shall be per current MUTCD standards. 10. Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall be required for each shift of traffic control. The Contractor shall provide temporary striping, reflective marking tape, and/or retroreflective tubular markers as required at the direction of the Engineer. Paint, reflective marking tape, and/or retroreflective tubular markers used for temporary striping shall meet the requirement of Section 8-23 of these Special Provisions. Pedestrian Access t City of Federal Way Pacific Highway South HOV Lanes Phase V IPage 79 RFB 16-006 June 2016 SPECIAL PROVISIONS The Contractor shall keep all pedestrian routes and access points (including but not limited to sidewalks, and crosswalks when located within the project limits) open and clear at all times unless permitted otherwise by the Engineer in an approved traffic control plan. Signs and Traffic Control Devices All signs and traffic control devices for the permitted closures shall only be installed during the specified hours. Construction signs, if placed earlier than the specified hours of closure, shall be turned or covered so as not to be visible to motorists. Hours of Darkness The Contractor shall, at no additional cost to the Contracting Agency, make all arrangements for operations during hours of darkness. Flagger stations shall be illuminated using a minimum 150 -watt floodlight. Lighting used for nighttime work shall, whenever possible, be directed away from, or shielded from, residences and oncoming traffic. Night Work Working at night (10:00 p.m. to 7:00 a.m. weekdays, 10:00 p.m. to 9:00 a.m. weekends and holidays) is not mandated by the Contracting Agency. Should the Contractor schedule project work during the nighttime closure hours allowed below, it shall be the Contractor's responsibility to obtain any required noise variance or exemption for such work. Traffic Blockage for Mast Arm Erection During erection of mast arm assemblies, the Contractor may, with the authorization of the Engineer, block all traffic for maximum durations of five minutes between the hours of 8:00 PM and 5:00 AM. These five-minute blockages shall be separated by an interval long enough to allow the delayed vehicles to clear. Signal Turn -On Signal turn -on for new or rebuilt control equipment will be permitted Monday through Thursday, between 8:00 PM and 5:00 AM the same day. During signal turn -on, the Contracting Agency will provide City of Federal Way police officer(s) to manually, control intersections. Special Conditions Pacific Highway South Traffic Requirements • One lane of traffic may be closed at a time between the hours of 9:00 AM to 4:00 PM northbound, and 7:00 AM to 3:00 PM southbound. • No closures are allowed between the hours of 6:00 AM to 7:00 AM and 4:00 PM to 7:00 PM on weekdays. City of Federal Way RFB 16-OOE Pacific Highway South June 2016 HOV Lanes Phase V Page 80 0 r L C L 7 L r C r r SPECIAL PROVISIONS • One lane of traffic in each direction may be closed between the hours of 7:00 PM and 6:00 AM. • Left turn lanes at the intersections at South 356th Street, South 348th Street, and 16th Avenue South with Pacific Highway South shall remain open at all times. • Traffic may be reduced to one lane in each direction at night to perform trenching for roadway crossings. All utility crossings shall be performed at night between the hours 8:00 PM and 6:00 AM. • A minimum of one access to each business will remain open at all times • The existing lighting system shall remain operational until the new system is functioning. The Engineer may approve partial interruptions required because of staging. • No more than one shift may be worked per day without approval of the Engineer. • The Contractor may only work within one stage at a time. Specific work items in other stages may be approved by the Engineer if they do not cause significant impacts to traffic and business access. • Pedestrians must have access to pedestrian push buttons at all times. • The Contractor shall maintain at least one continuous ADA accessible pedestrian walkway throughout the project at all times. • Bus stops on both sides of Pacific Highway South shall remain ADA accessible to pedestrians at all times throughout the project. (March 6, 2000 NWR GSP) Section 1-07.23(1) is supplemented with the following: Closure Restrictions The traffic closures listed above will not be allowed during the following time periods: Holidays - from noon the day prior to a holiday or holiday weekend through noon the day following a holiday or holiday weekend. Holidays that occur on Friday, Saturday, Sunday, or Monday are considered a holiday weekend. 1-07.24 Rights Of Way (July 23, 2015 APWA GSP) Delete this section and replace it with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of ' way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 81 SPECIAL PROVISIONS Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. 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. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. The Contracting Agency has secured rights of entry on adjacent private property for the purpose of construction of driveways, slope restoration, drainage, utilities, irrigation, property tie-in and restoration. The Contractor is expressly forbidden from using right of entry areas for vehicle or equipment storage, or material stockpiling without first receiving written approval from the property owner. A copy of the written approval shall be provided to the Engineer before the Contractor stores any equipment or material. Written permission from property owners does not relieve the Contractor of their obligation to receive permission from the Community Development Department for the use of sites as staging areas as set forth in Section 1-09.7. Owners of certain properties have placed limitations on their rights of entry as described below: Parcel 17 (34727 Pacific Highway South): City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 82 0 1 L L 1 ISPECIAL PROVISIONS The right of entry area shall not be used to stage or deposit tools, implements and other materials or spoils for work being done on the property other than acquired area (fee acquisition and permanent utility easement) that is immediately adjacent to the right of entry. ' The Contractor shall maintain access to the facility at all times (i.e., at least half of any driveway must be usable by vehicles entering or exiting the facility at all times). The Contractor shall not unreasonably interfere with Public Storage's operations at the facility and shall use its best efforts to schedule the project so that work does not occur on the ' entrance driveway on the first or last days of each calendar month. Parcel 28 (35717 Pacific Highway South): ' Temporary Construction Easement: The Contractor shall use diligent efforts to complete all work within, and to restore, the Easement within no more than three (3) months of commencing work on said easement. ' Parcels 33, and 34 (35620 and 35650 Pacific Highway South): Trees — The Contractor shall remove trees located within the area of the clearing limits ' for driveway relocation indicated on the Plans. The Contractor shall cut trees into 8' lengths and leave on the owner's property at location designated by the owner. ' Removed landscaping — The Contractor shall dig up and set aside any rhododendron plants that have been flagged by the landowner, within the construction area, and designated for removal. These plants shall be set to the side in an area designated in advance by the landowner. The landowner will be responsible for replanting the plants ' following the completion of construction. ' Additionally: a. Temporary security fencing shall be in place at all times during construction to secure premises. ' b. Vehicular access shall remain open during construction, evenings and weekends to allow owners access to maintain equipment located on the south side of the building. ' Parcel 57 (342122 Pacific Highway South): ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 83 Excess Soils — The contractor may have excess soils following completion of relocation ' of the driveway. Should there be excess soils, they shall be set aside for the landowner's future use, in an area designated in advance by the landowner. It is the landowners responsibility to convey the location information directly to the contractor at time of ' construction. Parcel 52 (34500 Pacific Highway South): The Contractor shall maintain at least one access open for business during construction. Parcel 56 (34315 Pacific Highway South): ' Temporary Construction Easement: The Contractor shall use diligent efforts to complete all work within, and to restore, the Easement within a reasonable period of time after commencing such work. ' Additionally: a. Temporary security fencing shall be in place at all times during construction to secure premises. ' b. Vehicular access shall remain open during construction, evenings and weekends to allow owners access to maintain equipment located on the south side of the building. ' Parcel 57 (342122 Pacific Highway South): ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 83 SPECIAL PROVISIONS Temporary Construction Easement: The Contractor shall use diligent efforts to complete all work within, and to restore, the Easement within a reasonable period of time after commencing such work. Parcel 62 (34020) Pacific Highway South): Temporary security fencing shall be in place at all times during construction to secure premises 1-07.28 Communication with Businesses and Property Owners Section 1-07.28 is added: The Contractor will be responsible for communicating all work activities with the property owners. The Contractor, along with the City's inspector, shall have one formal meeting with the managers of the business corridor. It will be the Contractor's responsibility to initiate and set up the meeting. Thereafter, the Contractor shall keep the businesses informed of their general work locations and activities for the upcoming two (2) months by distributing a monthly status/schedule memo to the businesses. The memo shall be approved by the Engineer prior to distribution. Payment for said meetings and communication shall be considered incidental to the unit contract price paid for Mobilization and no additional payment will be made. 1-08 Prosecution and Progress Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. 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 establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. City of Federal Way Pacific Highway South HOV Lanes Phase V C C 11 r� RFB 16-006 , June 2016 Page 84 1 L SPECIAL PROVISIONS The Contractor shall prepare and submit at the preconstruction conference the following: A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than noon on the working day prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4. If a 4-10 work schedule is requested and approved the non working day for the week will be charged as a working day. ' City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 85 RFB 16-006 June 2016 SPECIAL PROVISIONS 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. 1-08.1 Subcontracting (October 12, 1998 WSDOT GSP) Section 1-08.1 is supplemented with the following: Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A subcontractor or lower tier subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: Request to Sublet Work (Form 421-012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420-004). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and lower tier subcontractors shall be available and open to similar inspection or audit for the same time period. (July 23, 2015 APWA GSP) Delete the eighth paragraph and replace it with the following: On all projects funded with federal assistance the Contractor shall submit "Quarterly Report of Amounts Credited as DBE Participation" (form 422-102 EF) on a quarterly basis, in which DBE Work is accomplished, for every quarter in which the Contract is active or upon completion of the project, as appropriate. The quarterly reports are due on the 20th of April, July, October, and January for the four respective quarters. 1-08.3 Progress Schedule 1-08.3(5) Payment Second paragraph should read as follows: "Type B Progress Schedule (Min. Bid $10,000)", lump sum. 1-08.4 Prosecution of the Work City of Federal Way Pacific Highway South HOV Lanes Phase V G G G J t RFB 16-006 ' June 2016 Page 86 1 ISPECIAL PROVISIONS 1 Delete this section and replace it with the following: I Revise the sixth paragraph to read: ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 87 1-08.4 Notice to Proceed and Prosecution of Work ' (July 23, 2015 APWA GSP) ' Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with 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 days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. 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. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). ' Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has ' accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion (August 14, 2013 APWA GSP, Option A) ' Revise the third and fourth paragraphs to read: ' Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized ' working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of ' the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer ' declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in ' that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily ' be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. I Revise the sixth paragraph to read: ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 87 SPECIAL PROVISIONS The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. Property owner releases per Section 1-07.24 Section 1-08.5 is supplemented with the following: This project shall be physically completed within 350 working days. The working days includes time to accomplish all force account work in the bid schedules. The Contract working days are based on a design construction phasing plan of working along the Pacific Highway South as shown in the plans. If the Contractor decides to use a different phasing plan then approval shall be obtained from the Engineer. The Engineer's approval will not relieve the contractor of responsibility for maintenance of power, phone, water, sanitary sewer, storm sewer, cable, signal interconnect or any other existing utilities. 1-08.9 Liquidated Damages (August 14, 2013 APWA GSP) Revise the fourth paragraph to read: When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. 1-09 MEASUREMENT AND PAYMENT City of Federal Way Pacific Highway South HOV Lanes Phase V C C u C RFB 16-006 ' June 2016 Page 88 1 ISPECIAL PROVISIONS ' 1-09.6 Force Account (October 10, 2008 APWA GSP) ' Supplement this section with the following: ' The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount ' of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.7 Mobilization ' Revise Section 1-09.7 as follows: Replace the term 'Contract amount' with 'Bid Schedule amount' in this subsection. ' Supplement Section 1-09.7 with the following: Payment is made under the following bid item: ' "Mobilization, Schedule " per lump sum. When the bid item for 'Mobilization, Schedule _' appears on the proposal, the lump ' sum contract price for 'Mobilzation, Schedule _' shall include all mobilization costs associated with the Bid Schedule indicated. 1-09.7(1) Field Office Building Section 1-09.7(1) is a new section: ' Description This work shall consist of furnishing and setting -up a temporary office building for the ' sole use of the Contracting Agency. Obtaining a site for the Contractor's mobilization, field office(s), storage of materials, and other general operations shall be the responsibility of the Contractor. All costs associated with securing sites shall be included in the other bid items on the project and no other compensation will be made for this item. The Contractor will provide City with ' copy(s) of agreement(s). Construction Requirements ' The building shall be set-up, at the location designated by the Engineer, within the first 10 working days, unless the Engineer has approved a different schedule. The Contractor shall provide a secure minimum 400 square foot office suitable for use by ' the Engineer and resident inspection staff for the duration of the project. This office shall be separate from the Contractor's field office and be for the exclusive use of the ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 89 SPECIAL PROVISIONS Engineer and inspection staff. Prior to commencing physical construction, the Contractor shall provide the following minimum items: Field Office 400 square feet office space Above ground floor Parking for four vehicles on crushed gravel or equivalent surface Stairs shall have handrails Weekly janitorial service Heating and air conditioning Electric lights, including two desk lamps Operable windows with security bars Two, 6 sf. shelving units One 4 -drawer filing cabinet Cork bulletin board (24 sf min.) Dry erase white board (24 sf min.) Plan layout table (3 ft x 6 ft min.) Drafting table (3 ft x 6 ft min.) with adjustable tilting top Copy machine with extra toner and service as required Two conference tables (4 ft x 8 ft each) Twenty stackable chairs Two desks (3 ft x 6 ft min) with drawers along one side and pencil drawer Two desk chairs and one drafting chair with adjustable heights and backs Front door deadbolt or padlock with six keys Five gallon bottled water dispenser with full service Sanitary facilities within 25 ft of office Hand washing facilities Communications Broadband communication line with minimum 50mbps upload/download connection. Two separate phone lines Two touch tone telephones with one digital answering machine Plain paper FAX machine with extra toner cartridges and maintenance as required Copy machine / scanner with automatic feed, and capacity to copy/scan 11x17 sheets with extra toner and service as required City of Federal Way Pacific Highway South HOV Lanes Phase V Page 90 RFB 16-006 June 2016 J r r r r C SPECIAL PROVISIONS The Contractor shall include costs for office utilities and local telephone and fax service in this item. The building and contents shall remain the property of the Contractor and shall be removed from the site upon physical completion of the contract, or when designated by the Engineer. ' The Contractor shall arrange and provide This area must be approved by the City Department. Sites chosen near residential noise and allowable work hours. Payment 1 the construction equipment staging area. of Federal Way, Community Development properties can expect severe restrictions on Payment will be made in accordance with Section 1-04.1, for the following bid item: "Field Office Building", lump sum. The lump sum contract price for "Field Office Building" shall be full pay for furnishing, installing, maintaining, and removing the facility, including all costs associated with all required utility hook-ups and disconnects, and monthly utility charges for all utilities except telephone. The monthly telephone costs will be paid by the Contracting Agency. No payment will be made for the movement of the Contractor's personnel, equipment, supplies and incidentals to the project site; the establishment of the Contractor's office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for the Contractor's personnel; obtaining permits or licenses required to complete the project not furnished by the Owner; and other work and operations which must be performed or costs that must be incurred. 1-09.8 Payment for Material on Hand (August 3, 2009 WSDOT GSP) Payment For Material On Hand The last paragraph of Section 1-09.8 is revised to read: The Contracting Agency will not pay for material on hand when the invoice cost is less than $2,000. As materials are used in the work, credits equaling the partial payments for them will be taken on future estimates. Each month, no later than the estimate due date, the Contractor shall submit a letter to the Project Engineer that clearly states: 1) the amount originally paid on the invoice (or other record of production cost) for the items on hand, 2) the dollar amount of the material incorporated into each of the various work items for the month, and 3) the amount that should be retained in material on hand items. If work is performed on the items and the Contractor does not submit a letter, all of the previous material on hand payment will be deducted on the estimate. Partial payment for materials on hand shall not constitute acceptance. Any material will be rejected if found to be faulty even if partial payment for it has been made. 1-09.9 Payments (March 13, 2012 APWA GSP) City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 91 RFB 16-006 June 2016 SPECIAL PROVISIONS Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 92 RFB 16-006 June 2016 C F L ISPECIAL PROVISIONS ' 1-09.9(1) Retainage Section 1-09.9(1) content and title is deleted and replaced with the following: ' (June 27, 2011 WSDOT GSP) Vacant ' 1-09.13 Claims Resolution ' 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) ' Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by ' nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. ' 1-09.13(3)A Administration of Arbitration (July 23, 2015 APWA GSP) ' Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision ' of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters is located provided that where claims subject to arbitration are asserted ' against a county, RCW 36.01.05 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. ' 1-10 TEMPORARY TRAFFIC CONTROL ' 1-10.1 General Revise the first paragraph to read: Business Open During Construction Signs (Business Access Sign) ' The Contractor shall provide Business Open During Construction signs for the project. The Business Open During Construction signs shall be per the detail in the plans, and shall be measured and paid per each sign provided and installed. ' City of Federal Way Project Signs City of Federal Way Project signs shall be considered Construction Signs Class A. The ' Contractor shall provide two (2) project signs per the standard detail within the Appendix. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 93 SPECIAL PROVISIONS 1-10.2 Traffic Control Management (January 8, 2016 WSDOT GSP) Section 1-10.2(1) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 or (425) 814-3930 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 1-10.3 Traffic Control Labor, Procedures and Devices 1-10.3(1) Traffic Control Labor Section 1-10.3(1) is supplemented with the following: The City shall reimburse the Contractor for the use of off-duty uniformed police officers at the invoiced cost per Standard Specifications 1-09.6 Force Account. The Contractor shall request uniformed off-duty police officers from the City of Federal Way Public Safety Department, (253) 835-6701. The request shall be made forty-eight (48) hours before the use of the off-duty police officers on the project site. A minimum of three (3) hours call out time shall be paid for each request for off-duty police officers. It shall be the Contractors responsibility to arrange a work schedule to minimize any additional costs incurred by the minimum three (3) hour call out requirement. No reimbursement of any portion of the minimum callout will be allowed where Contractor - made schedule revisions occur after an off-duty officer has been procured. Off-duty Uniformed Police Officer will be required only when the signal system is in flashing mode or is not operational or otherwise approved by the project engineer. 1-10.3(3) Traffic Control Devices Section 1-10.3(3) of the Standard Specifications are revised to read as follows: City of Federal Way Pacific Highway South HOV Lanes Phase V Page 94 Ll RFB 16-006 ' June 2016 t SPECIAL PROVISIONS All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All non - applicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not needed. When the need for these signs has ceased, the Contractor upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor. All orange background signs shall utilize materials, and be fabricated in accordance with, Section 9-28. All new orange background signs and all W20 -7a "Flagger Ahead" signs shall be fabricated with Type IV or Type VII fluorescent orange sign sheeting. All post mounted signs with Type IV or VII sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting. There shall be no intermixing of signs with non -fluorescent orange reflective sign sheeting and signs with fluorescent orange reflective sign sheeting on the same sign post. Construction signs will be divided into two classes. Class A construction signs are ' those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi-permanent nature. Sign and support installation for Class A signs ' shall be in accordance with the Contract Plans or the Standard Plans. Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. They are mounted on portable ' or temporary mountings. In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. ' If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from ' the ground. Payment for setup and take down of Class B signs will be limited to the labor cost to do the work described in Section 1-10.3(1), and for transportation described in Section 1- ' 10.3(2). Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the ' Engineer deems to be unacceptable while their use is required on the project, shall be replaced by the Contractor without additional compensation. ' Traffic Safety Drums used to delineate driveways and access locations to private properties within the work zone shall be yellow in color. ' The following devices are deemed compliant with the crashworthiness requirements of NCHRP 350 and are approved for use on the project: Approved Category II Devices ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 95 SPECIAL PROVISIONS Type I & II Barricades Manufacturer WLI Industries Bent Manufacturing Bent Manufacturing Bent Manufacturing Eastern Metal Plasticade Products Plasticade Products Dicke Tool Company TrafFix Devices, Inc. The Roadmaker Company Three D Traffic Works, Inc Protection Services, Inc. Flex -O -Lite United Rentals Highways Bureau of Highway Safety The Cortina Companies Type III Barricades Manufacturer Bent Manufacturing Recycled Plastic Products Yodock Wall Company Cantel of Medford, Inc. Davidson Plastics Corp. Approved Portable Signs and Stands Manufacturer Montana DOT WLI Texas DOT Ref lexite/Eastern Metals Model Number Safety Cade Type II Unicade Waffle Barricade Type II Plywood or Plastic Panel Type I & II Barricades Fibercade Type II Plasticade Type II Type I Plastic Barricade Plastic Folding Type I Barricade Type 11 Plastic Barricade TD2000 Works Barricade Type I & 11 Barricades Type I Barricade Type I & II Barricades Penn. Type III Barricade Type I Plastic Barricades Model Number Type III Barricade Hollow Core Plastic Barricade Yodock 2001 m Type III Barricade EZ -UP Type III Barricade T313 Type III Barricade Model Number DWG# 618-02 (Plywood) SafetyCor Sign System (Plastic) Skid Mounted Sign Support (Plywood) DF 400 & DF 4700 TX (Endurance plastic) (Aluminum signs are not approved for use with the above listed stands at this time Wood Sign Posts Use the below charts to determine post size for Class A construction signs. Post Size 4x4 4x6 6x6 6x8 City of Federal Way Pacific Highway South HOV Lanes Phase V One Post Installation Min. Sign Sq. Ft. 17.0 21.0 26.0 Page 96 Max. Siqn Sq. Ft. 16.0 20.0 25.0 31.0 i 11 7 Ll RFB 16-006 ' June 2016 L SPECIAL PROVISIONS 4x4 4x6 6x6 6x8 Two Post Installation (For signs 5 feet or greater in width) - 16.0 17.0 36.0 37.0 46.0 47.0 75.0 * The Engineer shall determine post size for signs greater than 75 square feet. 1-10.3(7) Temporary Pavement Marking Section 1-10.3(7) is a new section: (******) All costs in connection with the use of reflective traffic tape as temporary pavement markings shall be incidental to other bid items. All costs for paint lines and reflective pavement markers used for temporary traffic control shall be paid under other bid items. Description ' The Contractor shall install and remove approved 4 -inch -wide reflective traffic tape, paint line, RPMs and pavement markings per City of Federal Way Standard Details DWG - 3-17, DWG - 3-18, and DWG - 3-19, as shown on the Plans, specified in the ' Special Provisions for this Contract, or as directed by the Engineer. Temporary pavement markings shall be removed concurrent with the installation of permanent lane marking. ' Materials ' Materials for temporary pavement markings shall be selected from approved materials listed in the Special Provisions of this Contract. ' Preliminary Spotting The Contractor is responsible for preliminary spotting (layout work) of the lines before marking begins. Temporary Pavement Markings ' Temporary pavement markings shall be installed and maintained by the Contractor whenever permanent pavement markings are included in the Contract and traffic is released onto public streets or roadways prior to installation of permanent pavement ' markings. The Contractor shall perform preliminary layout work to the satisfaction of the Engineer prior to installation of the temporary pavement markings. The temporary pavement markings shall be installed and maintained to the satisfaction of the Engineer until the permanent pavement markings are installed and approved in writing by the ' Engineer. After approval of permanent lane markings, the Contractor shall remove the temporary lane markings to the satisfaction of the Engineer. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 97 SPECIAL PROVISIONS Appropriately colored 4 -inch -wide reflective traffic tape shall be installed with a skip pattern based on a 10 -foot unit consisting of a 1 -foot line of tape and a 9 -foot gap, unless otherwise specified on the Plans or in the Special Provisions for this Contract. Reflective traffic tape markings shall generally follow the alignment for the permanent pavement markings and double lines shall be used when specified for the permanent pavement markings. Reflective tape shall not be used when the temporary pavement markings are to be exposed to traffic for more than two weeks without the written approval of the Engineer. The Contractor shall provide paint lines per sections 8-22 and 9-34, and RPMs per sections 8-09 and 9-21, at the direction of the Engineer for temporary pavement markings for construction staging. Paint lines shall be provided for temporary pavement markings for any conditions not applicable for reflective tape. Paint lines for temporary pavement markings shall be paid under "Paint Line", "Raised Pavement Marker Type 1", and Raised Pavement Marker Type 2".. 1-10.4(2) Item Bids with Lump Sum for Incidentals (August 2, 2004 WSDOT GSP) Section 1-10.4(2) is supplemented with the following: The bid proposal does not contain the item "Project Temporary Traffic Control," lump sum. The provisions of section 1-10.4(2) shall apply. 1-10.5 Payment Payment will be made under the following bid item(s) when appearing in the Proposal: "Off -Duty Uniformed Police Officer" on a Force Account basis. "Traffic Control Supervisor", per hour "Flaggers and Spotters", per hour "Other Traffic Control Labor", per hour "Other Temporary Traffic Control", per lump sum "Construction Signs Class A", per square foot "Sequential Arrow Sign", per hour "Portable Changeable Message Sign", per hour "Business Access Sign", per each "Temporary No Parking Sign", per each City of Federal Way Pacific Highway South HOV Lanes Phase V END OF DIVISION 1 Page 98 r C RFB 16-006 ' June 2016 ISPECIAL PROVISIONS DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description (Special Provision) Section 2-01.1 is supplemented with the following: Clearing and grubbing on this project shall be performed within the cut/fill limits shown in the plans. The Contractor shall stake the proposed clearing limits at a minimum of 50' ' interval. The Contractor shall allow 48 hours for the Engineer to approve the clearing limits before commencing activities. At the direction of the Engineer, the limits shall be adjusted in the field. When staking the clearing limits, the Contractor shall strive to ' protect from damage existing landscaping items, such as vegetation, rockeries, irrigation and other items not indicated for removal. 2-01.2 Disposal of Usable Materials and Debris 2-01.2(2) Disposal Method No. 2 — Waste Site No waste site has been provided for the disposal of excess or excavated materials. The Contractor shall make his or her own arrangements for obtaining wastes sites in ' accordance with Section 2-03.3(7)C of the Standard Specifications. 2-01.5 Payment ' (Special Provision) Section 2-01.5 is supplemented with the following: The unit contract price for Clearing Limits Fence, per linear foot shall include full pay to ' complete the installation, maintenance, removal, and disposal of the system. "Clearing and Grubbing", per lump sum t"Roadside Cleanup", force account 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ' 2-02.1 Description (September 30, 1996 WSDOT GSP) Section 2-02.1 is supplemented with the following: The Contractor is advised that asbestos may be present on this project. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 99 SPECIAL PROVISIONS 2-02.1 Description (Special Provision) Section 2-02.1 is supplemented with the following: Removal of Structures and Obstructions The Contractor shall remove and dispose of all items shown on the site preparation plans and other minor items necessary to complete the work. The following partial list of items to be removed and disposed of is provided for the convenience of the contractor. The contractor shall review the plans, specifications and project site to verify other items to be removed: Structure/Obstruction Approximate Quantity SCHEDULE A Remove fencing 1,760 LF Remove and Relocate Fence 290 LF Ecology Blocks 160 LF Wood Retaining Wall 125 LF Concrete Retaining Wall 25 LF Remove and Reset Planter Blocks 15 LF Guardrail 980 LF Guide Post/Bollard 15 EA Sign Base 10 EA Rockery 650 LF SCHEDULE B Pressure Reducing Vault 1 EA Concrete Thrust Blocks As Required Sampling Station 1 EA 2-02.1 Description (March 18, 2002 NWR) Section 2-02.1 is supplemented with the following: Roadside Restoration The Contractor shall restore, repair or correct all portions of the roadside or adjacent landscapes that were unavoidably damaged due to the performance or installation of the specified work. Unavoidable damage shall be determined only by the Engineer. All materials utilized shall be in accordance with Sections 9-14 and 9-15 and other applicable sections of the Standard Specifications or Special Provisions, whichever may apply. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 100 RFB 16-006 ' June 2016 ISPECIAL PROVISIONS ' All work shall be performed in accordance with Sections 8-02 and 8-03 and other applicable sections of the Standard Specifications. ' The Contractor shall review the work with the Engineer and receive approval to proceed prior to commencing roadside restoration work. ' 2-02.3 Construction Requirements (Special Provision) ' Section 2-02.3 is supplemented with the following: Asbestos Cement Pipe Removal, Handling and Disposal The Contractor shall remove all asbestos -cement pipe where such pipe is designated for ' removal on the Plans, as may be required where out -of -service asbestos -cement water main intrudes or may intrude into or otherwise interfere with the Work, and/or as may be directed by the Engineer. The work under this section also includes handling and disposing the asbestos -cement pipe, together with any asbestos containing waste materials such as pipe fragments, protective clothing, HEPA filters, decontamination rinse water, asbestos -contaminated containers and debris. ' For the purposes of this contract, and regulatory compliance, asbestos -cement pipe shall be considered nonabsorbent, friable asbestos -containing material. For the purposes of Chapters 296-62 and 296-65 WAC, the work under this section shall be classified as "Class II asbestos work." Asbestos is classified as a Class 9 hazardous material, Identification Number NA 2212, under CFR Title 49 "Transportation." ' Asbestos Handling and Disposal The Contractor shall ensure that the removal, handling including haul, and disposal of the waste asbestos meets the requirements of EPA regulation 40 CFR Part 61, local ' health department regulations, Federal Motor Carrier Safety Act, all other applicable regulations, and these contract provisions. ' Prior to performing any contract work, the Contractor shall obtain all permits from, and provide notification to, the Washington State Department of Labor and Industries, the Puget Sound Air Pollution Control Authority (PSCAA), and other permitting and ' regulatory agencies with jurisdiction over the work involving asbestos as the law requires. Prior to commencing asbestos related work, the Contractor shall provide the Engineer with written verification, including copies, of approvals and notifications that have been given and/or obtained from the required jurisdictional agencies, and the Contractor's schedule for all work involving asbestos removal, handling including haul, or disposal. ' The schedule shall include the sequencing and scheduling of asbestos related work, and identify the proposed waste disposal site. The proposed waste disposal site shall be located in the State of Washington, and shall be permitted to accept asbestos waste ' material. If any portion of the Work under this section will not be performed by the Contractor, the ' Contractor shall submit a subcontract request as provided in Section 1-08.1, including City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V I Page 101 SPECIAL PROVISIONS any proposed independent or commercial hauling companies. Subject to the provisions of State law and interpretation by the Washington State Department of Labor and Industries, a certificate of registration in compliance with RCW 39.27 may not be necessary for independent or commercial hauling companies. However, in all cases, independent and commercial hauling companies are required to file Statements of Intent to Pay Minimum Prevailing Wages and Affidavits of Wages Paid in accordance with the requirements of State law as administered by the Department of Labor and Industries, and the provisions of RCW 39.12 may be applicable as noted in Section 1-08.1. The Contractor shall designate a Washington State Certified Asbestos Supervisor (CAS) to personally supervise the removal, handling, and disposal of the asbestos, and to ensure that the Work involving the asbestos is accomplished by certified asbestos workers pursuant to the requirements of the Washington State Department of Labor and Industries, and federal law. The CAS shall be on-site during removal and handling of the asbestos, including cutting the pipe, placing and sealing the asbestos in containers, labeling the containers for transport and disposal, and loading the containers into the transport vehicle(s) that will remove the material from the site. Prior to commencing asbestos related work, the Contractor shall furnish the Engineer with copies of the current certifications for the CAS and asbestos workers. The Contractor shall ensure the safety of all workers, visitors to the site, and the general public in accordance with all applicable laws, rules, and regulations. Work areas involving asbestos, including areas of removal and handling asbestos -cement and associated materials, shall be controlled, clearly marked with barrels and asbestos warning signs, and have access restrictions as set forth in Section 4.05(b) of the PSCAAs Regulation III. Wet methods using appropriate equipment, wetting agents and methods as set forth in Section 4.05(b) of the PSCAAs Regulation III and not prohibited under WAC 296-62-07712(4), are the presumed standard engineering controls and practices for the work. More specifically, following the work procedures described in Appendices A and C in the "Evaluation of Asbestos Exposures During Selected Procedures Involving Underground Asbestos Containing Pipe" (by Schumacher and Associates under contract with the Snohomish County PUD, as published by the Washington Education Training and Resource Center, WETRC) for cutting pipe with a carbide wheel, cutting pipe with a hand saw, installing a repair band onto a pipe, cutting pipe with a snap cutter, and installing a tap while the pipe is under pressure has been evaluated and determined to keep asbestos exposure below the permissible exposure limits. Use of alternative engineering controls and practices as recognized in Chapter 296-62 WAC, or that may result in time -weighted average or excursion concentrations exceeding permissible exposure limits, will require initial and subsequent air monitoring, exposure assessments, supplemental control measures, establishment of regulated area, and associated actions as provided in WAC 296-62-07712(10)(0 and WAC 296-62-07711. All asbestos -cement water pipe designated for removal as shown on the Plans, that has been determined to potentially or actually interfere with the Work, or as may be directed by the Engineer for removal, and any asbestos containing waste materials, including pipe fragments, protective clothing, HEPA filters and asbestos -contaminated containers and debris, shall be sealed in a leak tight container or containers as soon as possible City of Federal Way Pacific Highway South HOV Lanes Phase V Page 102 L J RFB 16-006 ' June 2016 SPECIAL PROVISIONS after removal, but no later than the end of each work shift. If disposal bags are used to contain and transport the removed asbestos cement materials, the bags shall be: specifically formulated and approved for asbestos material removal, haul and disposal; a minimum thickness of 6 -mil.; and yellow in color. All containers shall be labeled, including asbestos warning, in accordance with regulatory requirements. Immediately following placement and sealing of the asbestos containing materials in a bag or bags, the sealed bags shall be placed and sealed in a second bag. Each leak - tight container shall be permanently marked with the name of the waste generator (e.g., Lakehaven Utility District), date, location (address) of the generated waste, and quantity of material within the container. Properly sealed and labeled containers of removed asbestos shall be hauled from the site and disposed at a waste site permitted to accept such waste. Such containers of removed asbestos may be temporarily stored in an on-site location agreed to by the Contractor, Contracting Agency, and jurisdictional road agency provided that the location is secured and signed in accordance with applicable rules and regulations. In the event that a mutually acceptable on-site location for the secure, temporary storage of the containers cannot be determined, the Contractor shall remove the containers from the site no later than the end of each work shift. In no event shall the Contractor allow the removed asbestos and containers to remain on private property, or to be transshipped to an intermediate off-site storage area, or comingled with other materials. The Contractor shall dispose asbestos within 10 days of removal in accordance with the provisions of Section 4.07 of the PSCAA's Regulation III. Transportation vehicles and drivers that move the asbestos waste material from the project to the disposal site shall comply with federal and state labeling, shipment record- keeping, and licensing requirements. The Contractor shall be responsible to track the removed asbestos using the Contracting Agency's prescribed Waste Shipment Record form, and to ensure that the requisite signatures are obtained of the material transfer and disposal process. The material information on the form shall provide a direct correlation between the removed asbestos, the sealed and labeled containers of removed asbestos, and the transported and disposed containers of removed asbestos. The Contractor shall provide the original copy of the completed Waste Shipment Record form(s) to the Engineer within 10 - calendar day following disposal. 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters (Special Provision) Section 2-02.3(3) is supplemented with the following: Prior to removal of pavement, the Contractor shall make a full -depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full -depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. ' City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 103 RFB 16-006 June 2016 SPECIAL PROVISIONS 2-02.3(4) Removal of Drainage Structures (Special Provision) Section 2-02.3(4) is a new section: Where shown in the Plans or where designated by the Engineer, the Contractor shall remove existing catch basins, manholes, pipes, and other drainage features in accordance with Section 2-02 of the Standard Specifications. Removal shall be conducted in such a manner as to prevent damage to surrounding facilities including any existing storm sewers, sanitary sewers, electrical conduits or other facilities to remain. All remaining facilities including but not limited to storm sewers, sanitary sewers, monuments, valves, vaults, and electrical conduits damaged due to the Contractor's operations shall be replaced by the Contractor to the satisfaction of the Engineer at no additional cost to the Contracting Agency. Catch basins, manholes, and other drainage structures designated for removal, including all debris, shall be completely removed. All removed catch basins, manholes, and other drainage structures shall become the property of the Contractor and shall be disposed of in accordance with Section 2-02 of the Standard Specifications. All undamaged frames, grates, and solid covers in a re -useable condition shall become the property of the City of Federal Way and shall be delivered to a location specified by the Engineer. Sawcutting (full depth) of existing asphalt concrete pavement and cement concrete curb and gutter surrounding the structure required for removal will be considered incidental to the removal of the catch basin, manhole, or other drainage structures. Sawcuts shall be in accordance with Section 2-02 of these Special Provisions. Backfilling of catch basins, manholes, pipes and other drainage structures to be removed and replaced shall not be performed until the new structure is installed and shall be in accordance with Section 7-05. Backfilling of a structure to be replaced shall be considered incidental to the construction and installation of the new catch basin, manhole, or other drainage structure. Backfilling of catch basins, manholes, pipes and other drainage structures to be completely removed shall be performed using gravel borrow paid in accordance with the Bid Schedule. Prior to backfilling any voids, the Contractor shall remove pipe as noted in the plans. Pipe shown to be abandoned or ordered by the Engineer to be abandoned shall be filled with CDF in accordance with Section 2-09.3(1)E of the Standard Specifications. Material, labor, tools, and equipment necessary to remove and/or fill any abandoned pipe shall be paid in accordance with the Bid Schedule. The Contractor shall maintain existing drainage, where designated by the Engineer, until the new drainage system is completely installed and functioning. 2-02.3(5) Removal and Relocation of Existing Private Improvements (Special Provision) Section 2-02.3(5) is a new section: City of Federal Way Pacific Highway South HOV Lanes Phase V Page 104 n RFB 16-006 ' June 2016 0 1 SPECIAL PROVISIONS When directed by the Engineer, the removal and relocation of certain specified existing private improvements are to be paid for on the basis of force account in accordance with Section 1-09.6 of the Standard Specifications. For the purpose of providing a common proposal, and for that purpose only, the Contracting Agency has estimated the cost of accomplishing this item of work and has arbitrarily entered that amount in the bid proposal to become part of the total bid by the Contractor. Typical items of work covered by this bid item include: 1. Private Luminaire Relocation 2. Ornamental Structure Modifications 3. Wood Fence Removal and Replacement 4. Flagpole Relocation Removal of improvements which are incidental to the bid items for Clearing and Grubbing and Removal of Structures and Obstructions shall not be paid for separately under this bid item. 2-02.3(6) Removal of PSE Gas Main (Special Provision) Section 2-02.3(4) is a new section: Where indicated on the Plans, Contractor shall remove PSE gas main of the size and type indicated and to the specific limits identified by Puget Sound Energy. Removal and backfill of resulting void shall be as described for drainage pipes in Section 2-02.3(4) herein. 2-02.3(7) Remove Pavement Markings (Special Provision) Section 2-02.3(7) is a new section: Pavement markings shall be removed per 8-22.3(6) of the Standard Specifications. 2-02.3(9) Removing Existing Water Facilities (Special Provision) Section 2-02.3(9) is a new section: The Contractor shall remove the existing water facilities, including mains, hydrants, hydrant laterals, hydrant assemblies, valves, valve boxes, fittings, thrust blocks, water service connections, and other appurtenances as shown and noted in the Plans, as may be directed by the Engineer, and as set forth in these contract provisions. ' City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 105 RFB 16-006 June 2016 SPECIAL PROVISIONS Removal shall be conducted in such a manner as to prevent damage to other facilities, including existing water facilities, storm sewers, sanitary sewers, power poles, underground utilities, or other improvements that are to remain. Any facilities not designated for removal, including but not limited to water facilities, storm sewers, sanitary sewers, power poles, underground utilities, or other improvements, damaged due to the Contractor's operations, shall be repaired or replaced by the Contractor to the satisfaction of the Engineer at no additional expense to the Contracting Agency. Water main removal shall include the pipe and associated valves (except where gate valves are noted for salvaging), fittings, corporation stops, saddles, repair bands, spools, sleeves, couplings, and thrust blocks, if a separate contract bid item is not included for removal of structures and obstructions or for one or more specifically identified components. Hydrant assemblies shall be removed to the branch of the hydrant tee at the water main. See section 7-14.3(7) "Removing Existing Hydrant Assemblies" for additional construction requirements when removing hydrants and hydrant assemblies. Water service connections shall be removed to the corporation stop at a minimum, including saddle and shutoff valve (if present), service line and fittings, meter box and lid, setter, individual service pressure reducing valve (if present and designated for removal on the Plans), including box and lid. Water service connection removal shall also include removal of the portion of customer supply line in right-of-way or easement either shown in the Plans for removal or that conflicts with installation of a new water service connection, including reconnection to the remaining portion of the customer water supply line. In the event that remnant portions of existing water service lines cannot be removed at the corporation stop due to unacceptable disturbance of existing improvements as determined by the Contracting Agency, the service line shall be removed to the maximum extent practical without such disturbance, and the exposed end of the remnant portion of the existing water service line shall be plugged with mortar. Where the water main is to remain in service and the corporation stop of a removed water service connection will not be used, the corporation stop shall be removed, together with the pipe saddle if necessary. A brass plug with rubber grommet or gasket with either the existing or new saddle shall be used to seal the pipe penetration as directed by the Contracting Agency's Inspector. All removed water facilities shall become the property of the Contractor and shall be processed, hauled, and salvaged or disposed in accordance with the contract provisions. If designated on the Plans or Special Provisions, removed hydrants, valves, fittings, and/or special water facility components shall be salvaged to the Contracting Agency, and shall be delivered to a location as specified in the Contract or as may be directed by the Contracting Agency's inspector. Cast iron, ductile iron, or steel pipe may be salvaged by the Contractor, or disposed by the Contractor at a permitted site. Asbestos cement pipe shall only be disposed at a permitted site. Sawcutting (full depth) of existing asphalt concrete pavement and cement concrete curb and gutter, as required for pipe removal will be considered incidental to the removal of the water main. Sawcuts shall be in accordance with Section 2-02.3(3). City of Federal Way Pacific Highway South HOV Lanes Phase V Page 106 RFB 16-006 ' June 2016 1 SPECIAL PROVISIONS Trench excavation for the removal of water facilities shall be unclassified, and as otherwise provided in Section 7-09.3(1), including implementation of shoring or extra ' excavation. Prior to backfilling the excavation, the remaining portion of existing pipe that is to remain out of service or abandoned in place, shall be decommissioned as set forth in Subsection 2-02.3(10). ' Where the remaining portion of the existing water main is to remain in service following removal of the designated water main, hydrant assembly, or water service connection, the Contractor shall perform one or more of the following as applicable and as may be directed by the Engineer: Water Main: • Install permanent cast iron or ductile iron cap or plug with associated fittings, and thrust block if shown on the Plans; or • Install temporary blowoff in accordance with District Standard Plan 10; or • Install temporary blind flange or restrained MJ plug at exposed run or branch of tee to remain if temporary blowoff will not be necessary as determined by the Engineer. Hydrant Assembly: Install temporary or permanent blind flange, or appropriate cap or plug on the branch of the hydrant tee as may be directed by the Engineer. Water Service Connection: Install temporary cap on the corporation stop or permanent plug as specified, or as may be directed by the Engineer. Following satisfactory removal of the water facilities, and water facility decommissioning ' as applicable, the vacant trench or excavation shall be backfilled with suitable native material from the trench excavation and compacted in accordance with Method C compaction as provided in Section 2-03.3(14)C. Native material backfill determined to be unsuitable shall be removed, hauled, disposed at a permitted site, and replaced with suitable material in accordance with Section 7-09.3(8). If insufficient materials are available to complete the trench backfill to subgrade as determined by the Engineer, gravel base for trench backfill shall be placed, compacted in accordance with Method C ' compaction as provided in Section 2-03,3(14)C, and graded to provide a firm, smooth and uniform surface for placement of subsequent surfacing materials to finish grade. ' Completion of the trench backfill and surfacing shall be in accordance with the trench detail included or referenced in the Plans and Contract provisions. Trench backfill may be partially or completely deferred pending complete installation of the new water main subject to the Contractor's coordination in advance with and approval by the Engineer, and the requirements of the jurisdictional road agency. In areas subject to traffic, and/or in areas designated to remain accessible, the Contractor shall be responsible to complete the trench backfill, install temporary steel plates, or otherwise ensure safe access for traffic as provided in the contract provisions and required by the jurisdictional road agency. Following satisfactory testing, or the City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V I Page 107 SPECIAL PROVISIONS permitted duration for the temporary surfacing as may be allowed by the jurisdictional road agency in coordination with Engineer, the Contractor shall remove temporary backfill, steel plates or other temporary provisions, and complete the trench backfill and surfacing. In areas where new water main is placed in the same trench where the existing water main has been removed, pipe removal shall not be considered complete until the new main has been placed, the trench backfilled, and surfacing placed or restored. A Puget Sound Energy representative shall be present during work in the vicinity of power or light poles, and gas main. The Contractor shall coordinate with Puget Sound Energy's designated representative a minimum of two (2) business days in advance of any such work and adjust work hours as necessary to accommodate the representative's schedule. 2-02.3(10) Decommissioning Water Mains (Special Provision) Section 2-02.3(10) is a new section: Where indicated on the Plans, or as may be directed by the Engineer, sections of existing water main that are to remain out -of -service and in-place, shall be decommissioned in accordance with this subsection. At transitions between water main that is designated to be removed and water main that is to remain in-place and out -of -service, or at locations shown on the Plans or directed by the Contracting Agency inspector for locate stations and connecting location wire, the Contractor shall cut the exposed end of the pipe to remain to create a smooth surface on the exposed pipe wall, free of jagged edges, and clear the pipe to remain of debris and water. After confirming that the pipe has been cleared, the Contractor shall install a location wire in the exposed terminus of the pipe to remain. The location wire shall be of sufficient length for a continuous, unspliced connection between locate stations at each end of the out -of -service section of pipe, with a minimum of one (1) foot of surplus (coiled) wire at each locate station as installed to finish grade. The wire shall be installed at sufficient depth between the pipe and locate station or with sufficient slack to prevent disturbance by or allow adjustment of the wire's depth to accommodate installation of future utilities as shown on the Plans. Locate stations shall generally be located outside of traffic areas as shown on the Plans. Spacing between locate station pairs shall not exceed 500 linear feet. A grounding anode with connecting wire to the locate wire termination at the locate station shall be installed at each locate station as described in Section 9-37.3. Following connection of the location wire termini at the locate stations, the Contractor shall check for continuity. If continuity is not confirmed, the Contractor shall correct the installation, including removal of the wire and installation of new location wire if it is determined that there is a fault in the wire. If continuity is confirmed, unless otherwise indicated on the Plans, the Contractor shall fill the pipe to remain in place along its entire length with controlled density fill (CDF) or controlled low -strength material (CLSM) meeting the requirements of Section 2-09.3(1)E. The CDF shall extend beyond and surround the pipe ends to ensure no future settlement. After filling the pipe with concrete City of Federal Way Pacific Highway South HOV Lanes Phase V Page 108 L Ll i Ll RFB 16-006 ' June 2016 t SPECIAL PROVISIONS slurry, and completing the compacted trench backfill, the Contractor shall recheck the location wire for continuity between the pair of locate stations at each terminus. The locate station shall be installed at, and adjusted as necessary to match, finish grade. The Contractor shall protect the locate station pending completion of surfacing and adjustment to finish grade. If neither location wire and locate stations, nor filling with concrete slurry are noted on the Plans, the exposed ends of the remaining portions of existing pipe that are to remain out of service or abandoned in place, shall be filled and sealed with a plug of commercial concrete extending into the pipe a minimum distance of the larger of two (2) feet or three (3) pipe diameters. Care shall be used in placing the concrete in the pipe to ensure that the opening of the pipe is completely filled and thoroughly plugged. After the exposed pipe end has been satisfactorily plugged, the Contractor shall complete placement of compacted trench backfill. 2-02.4 Measurement (Special Provision) Section 2-02.4 is supplemented with the following: Sawcutting will be measured by the square foot of vertical cut face of HMA and/or concrete surfacing. Remove Existing Catch Basin by each regardless of size or type. Remove Existing Storm Sewer Pipe will be measured by the linear foot regardless of size or type. Remove Existing PSE Gas Main will be measured by the linear foot regardless of the type and size of gas main. "Remove [Material] Water Main" and "Remove Steel Casing", or variations thereof, will be measured by the linear foot along the centerline of the water main pipe or steel casing removed, including valves except where noted for salvaging, fittings, and associated corporation stops and saddles for service lines, and processed, hauled, and disposed, trench backfilled and area restored as specified. If the bid item does not designate either the material or the pipe diameter, measurement of the Work under that item shall be irrespective of the material, diameter, or pressure class rating for the pipe. If the bid item does not designate the pipe diameter, measurement of the Work under that item shall be irrespective of the diameter or pressure class rating for the pipe. If the bid item includes one or more pipe diameters or a range of pipe diameters, measurement of the Work shall be for the designated pipe diameter(s) irrespective of the pressure class rating of the pipe. Filling the exposed ends of pipe to remain with concrete, or permanently or temporarily capping or plugging the exposed ends of water main to remain in service, as specified, shall be incidental to the Work and no separate measurement will be made. ' City of Federal Way Pacific Highway South HOV Lanes Phase V IPage 109 RFB 16-006 June 2016 SPECIAL PROVISIONS "Remove Existing Hydrant Assembly" will be measured per each hydrant assembly removed and disposed, with hydrant salvaged to the Contracting Agency. This includes removal of the complete assembly including the tee and installation of a replacement segment of water main except as may otherwise be noted in the plans. In the event that the hydrant lateral is determined to be asbestos cement pipe, separate measurement will be made for removing the hydrant lateral as specified above. "Remove Existing [type] Valve" will be measured per each valve removed and salvaged to the Contracting Agency as shown on the plans. Removal of valves that are not noted in the contract plans for salvaging to the contracting agency will be included in the contract price "Remove [Material] Water Main." When "decommission water main" is included as a Bid item paid per linear foot, measurement for payment will be along the length of pipe that has been decommissioned in accordance with the Contract provisions. When "decommission water main" is included as a lump sum Bid item, no separate measurement will be made. No separate measurement or payment will be made for furnishing and installing the wire, controlled density fill, and locate stations, including connections, continuity testing, and necessary corrective measures as specified. If a Bid item is not included for "decommission water main" the Work specified in this subsection shall be considered incidental to the Bid item or items for water main removal and installation, and no additional payment will be made. 2-02.5 Payment (Special Provision) Section 2-02.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Removal of Structures and Obstructions, Schedule _", lump sum. When the bid item for 'Removal of Structures and Obstructions, Schedule _' appears on the proposal, the lump sum contract price for `Removal of Structures and Obstructions, Schedule _' shall include all costs for work associated with the Bid Schedule indicated. "Sawcutting", per square foot "Remove Existing Catch Basin", per each. "Remove Existing Storm Sewer Pipe", per linear foot. "Remove Existing PSE Gas Main", per linear foot. "Removal and Relocation of Existing Private Improvements", per force account. Payment for removal and relocation of existing private improvements will be as provided in Section 1-09.6, unless such work is explicitly included as a part of another pay item in the contract. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 110 RFB 16-006 June 2016 7 I ISPECIAL PROVISIONS ' "Remove Pavement Markings", lump sum. Payment for Remove Pavement Markings shall include removal of all existing and temporary pavement markings for construction staging and for final permanent pavement marking. "Remove [Material] Water Main," per linear foot. ' "Remove Steel Casing" per linear foot. The unit Contract price per linear foot for "Remove [Material] Water Main," "Remove Steel Casing," or variations thereof, shall be full compensation for all costs incurred to perform the Work described in Section 2-02.3(9). If the Bid Proposal item does not specify the material, pressure class rating, and/or diameter of the pipe to be removed, payment will be in accordance with the unit contract price, regardless of the material, pressure rating, or diameter of the pipe removed and disposed or salvaged as applicable. "Remove Existing Pressure Reducing Valve Station," per each. "Remove Existing Gate Valve," per each. "Remove Existing Hydrant Assembly," per each. The unit Contract price per each for the above remove and salvage items shall be full ' payment for removal and salvage to the Contracting Agency as specified. No measurement or payment will be made for the items to be salvaged that are lost, or damaged by the Contractor's operations. "Decommission [Material] Water Main _ In. Diam.," per linear foot. 'I J 1 The unit Contract price per linear foot for "Decommision [Material] Water Main _ In. Diam." shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Subsection 2-02.3(6) and measured in accordance with Section 2-02.4. If the Bid Proposal item does not specify the material, pressure class rating, and/or diameter of the pipe to be decommissioned, payment will be in accordance with the unit contract price regardless of the material, pressure rating, or diameter of the decommissioned pipe. For the purposes of the current contract, the unit price shall include a maximum of five (5) pairs of locate stations with associated location wire and connections. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.2 Pavement Removal (Special Provision) Section 2-03.2 is replaced with the following: Where shown in the Plans or where designated by the Engineer, the Contractor shall remove asphalt, concrete, and/or Portland cement concrete pavement. The approximate thickness of the pavement is 8 inches along SR 99 with the exception of the center 44 -foot section. The center of the roadway consists of approximately 12 - inches of ACP on a 9 -inch reinforced concrete slab. Adjacent slabs are dowelled together. The depth of ACP on the side streets varies from approximately 6 -inches to 8 - inches of ACP. Additional information on surfacing depths at specific locations is shown City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 111 RFB 16-006 June 2016 SPECIAL PROVISIONS on the geotechnical borings in Appendix H and Existing Pothole Data included in the Plans. Prior to removal, the Contractor shall make a full -depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full -depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. The removed pavement shall become the property of the Contractor and shall be removed from the project. Damage caused to portions of the pavement to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. 2-03.3(10) Selected Material (Special Provision) Section 2-03.3(10) is supplemented with the following: Selected Material when specified or required by the Engineer for use on the project shall meet the requirements of specified in Section 9-03.14(3) for Common Borrow. 2-03.3(14)C Compacting Earth Embankments (Special Provision) Change this section as follows under heading "Moisture Content" The moisture content shall not vary more than 1 percent wet to 3 percent dry of optimum as determined by the tests described in Section 2-03.3(14)D. 2-03.3(14)D Compaction and Moisture Control Tests (Special Provision) Change this section as follows under heading item 1. Materials with less than 30 percent by weight retained on the U.S. No. 4 sieve shall be determined using FOP for AASHTO T180, Method D. 2-03.3(14)E Unsuitable Foundation Excavation (Special Provision) Section 2-03.3(14)E is supplemented with the following: All embankments shall be founded on dense, non -yielding granular foundation soil as approved by the engineer. Remove all organic materials and debris, trash, and all other deleterious material prior to beginning construction of new embankments. Proof roll the foundation to verify dense non -yielding conditions. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 112 RFB 16-006 June 2016 J 1 C L SPECIAL PROVISIONS 2-03.3(14)G Backfilling Section 2-03.3(14)G is supplemented with the following: Remove all water and non -compatible materials from excavations prior to backfilling or attempting to compact embankment soil. Place native soils or provide import Gravel Borrow as required to complete the work. Backfill all embankments in accordance with 2-03.3(14)C, Compacting Earth Embankments, Method C. 2-03.4 Measurement (March 13, 1995 WSDOT GSP) Section 2-03.4 is supplemented with the following: Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. Control stakes will be set during construction to provide the Contractor with all essential information for the construction of excavation and embankments. If discrepancies are discovered in the ground elevations, which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. ' Copies of the ground cross-section notes will be available for the bidder's inspection, before the opening of bids, at the Project Engineer's office and at the Region office. Upon award of the contract, copies of the original ground cross-sections will be furnished to the successful bidder on request to the Project Engineer. 2-03.4 Measurement (Special Provision) ' Section 2-03.4 is supplemented with the following: Roadway Excavation shall not be measured for payment for the removal of "Temporary ' Pavement" to required subgrade depth per the provisions of 5-04.3(22) herein. "Gravel Borrow for Trench Backfill" shall be measured and paid when backfilling ' subsequent to Structure Excavation Class B for Bid Schedule A work only. Backfill for Bid Schedules B -F shall be measured and paid under the items indicated in the Proposal. ' Gravel backfill subsequent to the removal of structures and obstructions shall be measured and paid under the "Gravel Borrow for Trench Backfill" bid item. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 113 SPECIAL PROVISIONS 2-03.5 Payment (Special Provision) Section 2-03.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Gravel Borrow Incl. Haul", per ton. "Gravel Borrow for Trench Backfill Incl. Haul", per ton. "Roadway Excavation Incl. Haul", per cubic yard. "Unsuitable Foundation Excavation Incl. Haul", per cubic yard. (March 13, 1995 WSDOT GSP) Section 2-03.5 is supplemented with the following: All costs in connection with the preparation of waste sites and waste deposits shall be included in the Mobilization. 2-09 STRUCTURE EXCAVATION 2-09.3 Construction Requirements 2-09.3(2) Classification of Structure Excavation (Special Provision) Section 2-09.3(2) is supplemented with the following: 3: Class B for Undergrounding Overhead Utilities. Excavation and backfilling required for undergrounding of overhead utilities including trench excavations for utility conduit, utility vaults and utility handholes. 2-09.3(3)B Excavation Using Open Pits- Extra Excavation (Special Provision) Section 2-09.3(3) B is supplemented with the following: Extra excavation for the construction of Wall 22 along the east side of Pacific Highway South will not be permitted. Prior to excavation, the Contractor5 shall design and provide shoring plans for the construction of wall 22 for the Engineer for review and approval. Shoring shall preserve and protect existing transmission pole and guy anchor. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 114 J RFB 16-006 ' June 2016 1 C L C SPECIAL PROVISIONS 2-09.3(5) Removal of Contaminated Soil (Special Provision) Section 2-09.3(5) is a new section: There are no know locations of contaminated soils withing the project limits; however, if contaminated soils are found locations that may be discovered on the project, the Contractor shall stockpile and test the material. Stockpiled material shall be protected from the weather to prevent migration of soil from the stockpile. Stockpiled material shall be disposed of in an appropriate facility based upon the test results. Removal and disposal of contaminated soils, if necessary, will be paid on the basis of force account in accordance with Section 1-09.6 of the Standard Specifications. For the purpose of providing a common proposal, and for that purpose only, the Contracting Agency has estimated the cost of removal and disposal for this item of work and has arbitrarily entered that amount in the bid proposal to become part of the total bid by the Contractor. 2-09.4 Measurement (Special Provision) The second sentence of the eleventh paragraph of Section 2-09.4 is replaced with the following: Shoring or Extra Excavation Class B will be measured for payment only when structure excavation is four -feet (4') or deeper measured from existing ground surface to the bottom of pipe zone bedding. Shoring or Extra Excavation Class B will measured and paid per square foot based upon the following calculation: Depth: Actual trench depth from existing ground to bottom of pipe zone bedding, only when this dimension is four -feet (4') or greater. Length: Linear foot of trench excavated to a depth of four -feet (4) or greater along the centerline of the structure installed. Depth shall be measured only once, not for both sides of the excavation. Area (sf): Depth x Length Section 2-09.4 is supplemented with the following: ' "Structure Excavation Class B Incl. Haul for Structural Earth Walls" shall be measured according to the neat lines shown in the Structural Earth Wall and Modular Block Wall details in the plans. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 115 SPECIAL PROVISIONS Structure Excavation Class B Incl. Haul for Undergrounding Overhead Utilities shall be measured by the cubic yard. No measurement of material excavated beyond the limits indicated below will be made. For underground utility conduits the limits shall be as follows: Horizontal: Duct Bank Width + Minimum Separation + 6 inches Lower: Three inches below the bottom of the lowest duct bank within the trench. Upper: The top surface of the ground when the structure excavation work begins. A duct bank shall be defined as an array of closely spaced conduits. For vaults and handholes the limits shall be as follows: Horizontal: 18 inches outside the perimeter of the vault or handhole. Lower: 6 inches below the bottom of the vault Upper: The top surface of the ground when the structure excavation begins. Shoring or Extra Excavation Cl. A will not be measured. 2-09.5 Payment (Special Provision) Section 2-09.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: All costs for "Structure Excavation Class B", except for "Shoring or Extra Excavation Class B", shall be included in the unit contract price for the installation of each type and size of culvert, pipe, or structure as specified. "Removal and Disposal of Contaminated Soil", per force account. Payment for excavation, haul, and stockpiling of suspected contaminated soils for testing by the City, including excavating test pits as well as disposal of contaminated soil will be as provided in Section 1-09.6. "Structure Excavation Cl. B Incl. Haul for Structural Earth Walls", per cubic yard. "Structure Excavation Class B Incl. Haul for Undergrounding of Overhead Utilities", per cubic yard. "Structure Excavation Class B Incl. Haul for Water Mains," per cubic yard. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 116 r 11 n 11 u r� RFB 16-006 ' June 2016 SPECIAL PROVISIONS The unit contract price per cubic yard for Structure Excavation Class B Incl. Haul for Undergrounding Overhead Utilities or water mains shall be full pay for all labor, materials, tools, equipment required to sawcut, excavate, dewater, backfill with native materials, and compact trenches for installation of utility conduits, utility vaults, and utility handholes. Sawcutting, reconstruction of surfacing and paving within the limits of structure excavation will be included in the unit price of "Structure Excavation Class B Incl. Haul for Undergrounding Overhead Utilities". "Shoring or Extra Excavation Cl. A" per Lump Sum. ' The lump sum payments for the Shoring or Extra Excavation Cl. A shall full pay for furnishing all labor, tools, equipment, and materials necessary to design and submit the Shoring Plan, construct, maintain, and remove the shoring systems as specified. ' "Shoring or Extra Excavation Class B", per square foot. "Controlled Density Fill", per cubic yard placed. The unit contract price per linear foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. I ' City of Federal Way Pacific Highway South HOV Lanes Phase V 1 END OF DIVISION 2 Page 117 RFB 16-006 June 2016 SPECIAL PROVISIONS 1 DIVISION 3 ' PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3-01 PRODUCTION FROM QUARRY AND PIT SITES 3-01.2 Material Sources, General Requirements ' (March 13, 1995 WSDOT GSP) Section 3-01.2 is supplemented with the following: ' Permits for Pit Operations in King County ' The Contractor is advised that King County may require the Contractor to meet any or all of the following listed conditions before considering issuance of a temporary permit for pit operations within King County: ' 1. Security fences and locking gates shall be installed where deemed necessary by the King County Department of Building. Cable or wire gates are not acceptable. 2. Hours of operation shall be limited to: 7:00 a.m. to 7:00 p.m. ' 3. Access roads shall be improved and maintained to the satisfaction of the King County Department of Public Works. A haul road agreement for County road maintenance may be required. ' All roads shall be swept, washed, or both, by the Contractor at the Contractor's expense as often as the Department of Building deems necessary. Property shall have functional access to an arterial level street. 4. All operations will have to be approved by King County Flood Control for drainage ' plans, Washington State Department of Ecology, and Puget Sound Air Pollution Control Authority. , Those properties near or adjacent to any water body shall have written approval from the State of Washington Department of Fish and Wildlife. The Contractor shall obtain a mining reclamation permit from the State of Washington , Department of Natural Resources for sites of over three acres in size of disturbed land or resulting in pit walls more than thirty feet high and steeper than one to one slope. ' 5. No stockpiling of foreign excavated material is permitted on the site except for those materials to be used in the land rehabilitation of the subject property. ' 6. No signs other than signs required by Chapter 24.42, King County Zoning Code are authorized as a result of the temporary permit. 7. Plans required: a. Scale of Plot Plans Site Size: less than 10 acres 1 inch = 50 feet ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 118 ' ISPECIAL PROVISIONS L C L 10 to 100 acres 1 inch = 100 feet over 100 acres 1 inch = 200 feet b. Contours Show existing and proposed contours at 5 -foot intervals. If existing and proposed contours are superimposed upon one another it must be clear as to which is which. Plans which incorporate a screening process may be required by the County to distinguish said contours. Finished contours must show how the property can be used under the existing zoning. Plans showing daylighting of property to road grade or below with high 2:1 slope walls will no longer be permitted within the R, S, or G zones. The plans must contain large terraces which will permit the lot sizes and roads that are permitted within the zone. c. Sections Show a minimum of two sections in each direction. d. Maximum Slope Cuts shall not be steeper in slope than two horizontal to one vertical unless the owner furnishes a soils engineering or an engineering geology report certifying that the site has been investigated and indicating that the proposed deviation will not endanger any private property or result in the deposition of debris on any public way or interfere with any existing drainage course. e. Fill Slopes No fill shall be made which creates an exposed surface steeper in slope than two horizontal to one vertical. ' f. Benches on Slopes There shall be a 10 foot wide bench sloped into the hillside for every 50 feet in height. ' g. Setbacks Material and vegetation shall be left in its natural state: ' 50 feet from any FP, A, G, S, or R zoned property; 20 foot setback which includes a 6 foot high planted berm along any ' public right-of-way; 20 feet from M, B, or CG zoned property; 10 feet from QM or FR zoned property. Plans shall show type of vegetation existing within the buffer zones. I h. Drainage ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 119 SPECIAL PROVISIONS All drainage facilities shall be designed to carry surface waters to the nearest practical street, storm drain, or natural water -course. Adequate provision shall be made to prevent any surface waters from damaging the face of an excavation or fill. All slopes shall be protected from surface water runoff from above by berms or swales. The Contractor is further advised that King County may require conditions which are in addition to the foregoing list and that the County may reject permit applications at its discretion because of the proposed operations proximity to schools, residential neighborhoods, hospitals, arterials, or for other environmental conditions. When there are discrepancies between the requirements of the State and the County the more stringent specifications shall apply. Should the Contractor fail to comply with any requirements of a temporary permit obtained in the Contracting Agency's name, the Contracting Agency will take the necessary action to meet these requirements and any costs incurred by the Contracting Agency will be deducted from monies due or to become due the Contractor. City of Federal Way Pacific Highway South HOV Lanes Phase V END OF DIVISION 3 Page 120 RFB 16-006 June 2016 L C 1 7 CI �I C ISPECIAL PROVISIONS ' DIVISION 4 BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.1 Description (Special Provision) ' Section 4-04.1 is supplemented with the following: ' Crushed Surfacing shall be placed where shown in the Plans, as a base for sidewalks, driveways, and pavement, at existing driveways to provide temporary access, as backfill for unsuitable foundation excavation, at mailbox supports, or for any other purposes deemed ' necessary by the Engineer. 4-04.3 Construction Requirements ' 4-04.3(4) Placing and Spreading (Special Provision) ' Item 2 of Section 4-04.3(3) and Section 4-04(4), is replaced with the following: 2. Road Mix Method. The road mix method of mixing surfacing material will not be allowed. 4-04.5 Payment ' (Special Provision) Section 4-04.5 is supplemented with the following: ' Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: ' "Crushed Surfacing Base Course", per ton. The unit contract price per ton for "Crushed Surfacing Base Course" shall also include compacting, and removing and hauling to waste when required by the Engineer. ' END OF DIVISION 4 ' City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 121 RFB 16-006 June 2016 SPECIAL PROVISIONS DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT 5-04.1 Description (Special Provision) Section 5-04.1 is supplemented with the following: Asphalt concrete pavement shall be used at the following locations on the project: 1. HMA Cl 1", PG 64-22 and HMA Cl 1/2", PG 64-22: For all asphalt concrete roadway construction and reconstruction per the Typical Roadway section details on the Plans. 2. Commercial HMA: For all asphalt concrete construction or reconstruction behind back of curb where such construction is shown on the Plans or directed by the Engineer. 3. Temporary Pavement: For all temporary asphalt concrete construction and patching as directed by the Engineer. 5-04.3 Construction Requirements 5-04.3(5)A Preparation Of Existing Surfaces (Special Provision) Section 5-04.3(5)A is supplemented with the following: In accordance with Section 1-07.15(1) Spill Prevention, Control and Countermeasures Plan (SPCC), as part of the SPCC the Contractor shall address the mitigating measures to be taken in the event that the paving operation is suspended or terminated prior to the asphalt for tack coat being fully covered. 5-04.3(7)A2 Statistical or Nonstatistical Evaluation Delete this section and replace it with the following: 5-04.3(7)A2 Nonstatistical Evaluation (January 16, 2014 APWA GSP) Mix designs for HMA accepted by Nonstatistical evaluation shall; • Be submitted to the Project Engineer on WSDOT Form 350-042 • 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) and 9-03.8(6). • Have anti -strip requirements, if any, for the proposed mix design determined in accordance with WSDOT Test Method T 718 or based on historic anti -strip and aggregate source City of Federal Way Pacific Highway South HOV Lanes Phase V Page 122 1] C 11 G r RFB 16-006 ' June 2016 ISPECIAL PROVISIONS I compatibility from WSDOT lab testing. Anti -strip evaluation of HMA mix designs utilized that include RAP will be completed without the inclusion of the RAP. ' At or prior to the preconstruction meeting, the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; ' • The proposed mix design indicated on a WSDOT mix design/anti-strip report that is within one year of the approval date • The proposed HMA mix design submittal (Form 350-042) with the seal and certification ' (stamp & signature) of a valid licensed Washington State Professional Engineer. • The proposed mix design by a qualified City or County laboratory mix design report that is within one year of the approval date. ' The mix design will 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 Material Reference Laboratory (AMRL) program. At the discretion of the Engineer, agencies may accept mix designs verified beyond the one year ' verification period with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. I5-04.3(8)AI General (January 16, 2014 APWA GSP) ' Delete this section and replace it with the following: Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. ' Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. ' 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 Project Engineer and must be made in accordance with Section 9-03.8(7). Commercial evaluation may 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. Commercial HMA can be ' accepted by a contractor certificate of compliance letter stating the material meets the HMA requirements defined in the contract. ' 5-04.3(8)A4 Definition of Sampling Lot and Sublot (January 16, 2014 APWA GSP) Section 5-04.3(8)A4 is supplemented with the following: r City of Federal Way RFB 16-006 Pacific Highway South June 2016 ' HOV Lanes Phase V Page 123 SPECIAL PROVISIONS For HMA in a structural application, sampling and testing for total project quantities 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: t i. If test results are found to be within specification requirements, additional testing will be at the engineers discretion. ii. If test results are found not to be within specification requirements, additional testing ' as needed to determine a CPF shall be performed. 5-04.3(8)A5 Test Results (January 16, 2014 APWA GSP) The first paragraph of this section is deleted. 5-04.3(8)A6 Test Methods (January 16, 2014 APWA GSP) Delete this section and replace it with the following: Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If tested, compliance of Va will be use WSDOT Standard Operating Procedure SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11. 5-04.3(12) Joints (January 5, 2004 WSDOT GSP) Section 5-04.3(12) is supplemented with the following: HMA utilized in the construction of joint wedges shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. 5-04.3(13) Surface Smoothness (January 5, 2004 WSDOT GSP) The second sentence of Section 5-04.3(13) is revised to read: The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to centerline. 5-04.3(14) Planing Bituminous Pavement (January 5, 2004 WSDOT GSP) Section 5-04.3(14) is supplemented with the following: The Contractor shall perform the planing operations no more than *** three (3) *** calendar days ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by the Engineer in writing. (August 3, 2009 WSDOT GSP) City of Federal Way Pacific Highway South HOV Lanes Phase V Page 124 L 'I 1 RFB 16-006 ' June 2016 ISPECIAL PROVISIONS ' Section 5-04.3(14) is supplemented with the following: Beveled Edge Planing ' A beveled edge shall be constructed in areas that will not be paved during the same work shift. ' The Contractor shall use a beveled cutter on the mandrel of the planing equipment, or other approved method(s), to eliminate the vertical edge(s). The beveled edge(s) shall be constructed at a 4:1 slope. ' (Special Provision) Section 5-04.3(14) is supplemented with the following: Equipment ' For traveled lane areas, the Contractor shall use asphalt concrete planing equipment with a Triple Wrap Head or an approved equal. The milling head shall be a minimum 72 inches in width, with a maximum tooth spacing of 5/8 inch or as approved by the Engineer. ' Transverse Joints The full depth end of each lane of planing shall be squared off to form a uniform transverse joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5-04.3(12) across the entire width of the transverse edge when traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before opening the lane to ' traffic. The Contractor shall remove the wedge immediately prior to paving. 5-04.3(16) Weather Limitations ' (August 3, 2009 WSDOT GSP) The first sentence of Section 5-04.3(16) is revised to read: ' HMA for wearing course shall not be placed on any traveled way from *** October 15 *** and through March 31 st of the following year without written approval from the Engineer. (******) 5-04.3(22) Temporary Pavement (NEW SECTION) (Special Provision) ' Section 5-04.3(22) is added: ' Temporary pavement is required to open areas to traffic during construction. These areas include the voids created by the removal of existing traffic islands and curbing, paving over excavated roadway and utility trenches to provide paved access to private properties, and ramps for property ' access during cement concrete approach construction. Temporary pavement shall be hot mix asphalt concrete pavement. All temporary paving shall be placed with a minimum thickness of 2 inches. All temporary paving shall be approved by the Engineer before placement. Any areas of temporary pavement to be removed and replaced shall be approved by the Engineer before ' placement. This work shall also include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 125 SPECIAL PROVISIONS Temporary Pavement, Hot mix asphalt will be used for any trench restoration within the traveled way. Whether temporary or permanent, saw cut and treat edges with CSS -1 asphalt emulsion and apply a minimum 3 -inch pavement depth or match existing, whichever is greater. Also, fill voids created by the removal of existing traffic islands and curbing, paving over excavated roadway to temporary access to adjacent properties, and ramps for property access during concrete approach construction. Temporary Pavement, cold mix asphalt is allowed for any temporary paving outside the traveled way. The cold mix shall be approved by the Engineer and placed in a 2 -inch minimum thickness. Placement of temporary pavement without prior approval of the Engineer shall be considered as a benefit of the Contractor and no cost to the owner. Any areas of temporary pavement to be removed and replaced require prior approval by the Engineer. This work shall include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. The Contractor shall excavate and remove temporary pavement to the required subgrade depth to construct and install the proposed pavement section. Excavation and removal of temporary pavement, to subgrade depth, shall be considered included in the unit cost for "Temporary Pavement." 5-04.4 Measurement (Special Provision) Section 5-04.4 is supplemented with the following: Temporary Pavement will be measured by the ton of material actually placed, with no deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. Temporary Pavement is defined as pavement placed and subsequently removed prior to the final hot mix asphalt and base course required by the typical sections on the Plans. 5-04.5 Payment (Special Provision) Section 5-04.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Temporary Pavement", per ton. Included in the cost per ton for "Temporary Pavement" shall be placement & compaction of hot mix asphalt, cold mix asphalt, roadway excavation to proposed subgrade depths and disposal of temporary pavement. "HMA Cl. '/2" PG 64-22", per ton. "HMA for Preleveling Cl. '/2" PG 64-22", per ton. "HMA Cl. 1" PG 64-22", per ton. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 126 RFB 16-006 June 2016 Ll r C 1 SPECIAL PROVISIONS "Commercial HMA PG 64-22", per ton. "Planing Bituminous Pavement", per square yard. 5-05 CEMENT CONCRETE PAVEMENT 5-05.1 Description Section 5-05.1 is supplemented as follows: This work shall also consist of constructing decorative stamped concrete pavement, located in traffic medians, as noted on the Plans, in conformity with the lines, grades, thicknesses, and typical cross-sections shown on the Plans. 5-05.2 Materials Section 5-05.2 is supplemented as follows: Decorative stamped concrete pavement shall be as detailed on Plans. 5-05.3 Construction Requirements Section 5-05.3 is supplemented as follows: Decorative Stamped Concrete Pavement thickness shall be as shown on the Plans. Full depth expansion joints shall be constructed with a maximum spacing of 10 feet, and as detailed on the Plans. 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. Expansion joints shall be provided as shown on the Plans, or in locations to be approved by the Engineer for best appearance. 5-05.3(1)A Decorative Stamped Concrete Pavement Section 5-05.3(1)A is an added new section: Decorative Stamped Concrete Finish shall consist of stamped concrete with a decorative finish consisting of a color hardener, color release agent and clear sealer, as detailed on Plans and as specified in these Special Provisions. Prior to start of pavement work the Contractor shall provide two 5'x5' (25 square feet) samples, as described herein, to be displayed adjacent to samples of 1) a standard, non -stained, non - sandblasted concrete sidewalk and 2) the Decorative Concrete Finish samples. The Engineer ' City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 127 RFB 16-006 June 2016 SPECIAL PROVISIONS I shall then select and approve the one final sample used for Decorative Stamped Concrete I Finish. Each 5 x 5 sample area shall contain two variations. Samples shall vary in application of the 1 release agent and the accent stone staining, as directed by the Engineer, and sealed with approved sealer to determine the final visual quality of the decorative finish. The approved sample shall be the standard for acceptance of the rest of the work installed, ' and shall be protected from damage until final acceptance and approval. Completed work not meeting the visual quality of the approved sample shall be removed and replaced by the ' Contractor at no additional cost to the City. Decorative Stamped Concrete Finish shall be a natural `River Pebble' pattern made from a random interlocking stamp pattern. The surface texture is that of round, smooth river pebbles ' approximately 1 — 4" long, with rounded and worn stone edges. The three patterns interlock and shall be used to create a random pattern with a two step color process, as follows: • Color Hardener - Color "Cream White", shall be a high -opacity, UV resistant, powdered dry -shake color hardener broadcasted onto freshly laid concrete pavement prior to imprinting with stamp pattern to produce long -wearing horizontal surfaces. ' • Color Release Agent - Color "Beige Taupe", shall be a colored powder providing a natural, weathered antique appearance that accents the depth of the pattern and adds ' realistic variation to imprinted concrete. • Clear Sealer — Shall be solvent -borne, clear matte finish, clear curing compound, ' protects the concrete surface from future staining, resistant to blushing, resistant to discoloration and ultraviolet light. Apply sealer at full strength per manufacturer's recommendations. The color hardener and release agent shall be applied evenly to the surface of fresh concrete, ' and sealer applied according to the manufacturer's specifications. Decorative Stamped Concrete Finish areas 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 staining: 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 10% of stones): "Fern Green" • Color 2 (shall cover 20% of stones): "Padre Brown" • Color 3 (shall cover 40% of stones): "Weathered Bronze" t City of Federal Way Pacific Highway South HOV Lanes Phase V Page 128 RFB 16-006 ' June 2016 ISPECIAL PROVISIONS ' • No Color (shall be over 30% of stones): Left without any accent stone staining All Decorative Stamped Concrete Finish shall be sealed with a waterborne, low VOC, ' environmentally sound, clear curing compound and sealer for freshly placed colored concrete flatwork. Sealer shall protect against future staining, resistant to abrasion, deicing salts and UV radiation. ' Color hardener and release agent shall be applied evenly to the surface of fresh concrete, and sealer applied according to the manufacturer's specifications. ' 5-05.4 Measurement Section 5-05.5 is supplemented as follows: Decorative Stamped Concrete Pavement shall be paid for per square yard of installed and ' finished Decorative Stamped Concrete Pavement area. 5-05.5 Payment ' Section 5-05.5 is supplemented as follows: ' Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: ' "Decorative Stamped Concrete Pavement", per square yard. Included in the cost per square yard for "Decorative Stamped Concrete Pavement" shall be all ' labor, materials, costs and equipment necessary to satisfactorily complete the work as defined in the Contract Documents. END OF DIVISION 5 C ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 129 SPECIAL PROVISIONS DIVISION 6 STRUCTURES 6-01 GENERAL REQUIREMENTS FOR STRUCTURES 6-01.2 Foundation Data (August 6, 2001 WSDOT GSP) Section 6-01.2 is supplemented with the following: The Contractor should also review the Summary of Geotechnical Conditions in the Appendix to the Special Provisions. 6-02 CONCRETE STRUCTURES 6-02.3 Construction Requirements 6-02.3(2) Proportioning Materials 6-02.3(2)A Contractor Mix Design Section 6-02.3(2)A is supplemented with the following: (April 30, 2001 WSDOT GSP) When combined aggregate gradation is used for structural concrete, the Contractor's mix design shall include a plot of the combined gradation on the 0.45 power curve showing that the proposed gradation conforms to Section 9-03.1(5). The requirement for the fine aggregate to conform to Section 9-03.1(2) Class 1 or Class 2 gradation is eliminated when using a combined gradation. 6-02.3(5) Acceptance of Concrete 6-02.3(5)B Certification of Compliance Section 6-02.3(5)6 is supplemented with the following: (April 30, 2001 WSDOT GSP) When combined aggregate gradation is used for structural concrete, the Certificate of Compliance shall include: City of Federal Way Pacific Highway South HOV Lanes Phase V Manufacturer plant (batching facility) Contracting Agency contract number Date Time batched Truck No. Initial revolution counter reading Quantity (quantity batched this load) Page 130 C RFB 16-006 ' June 2016 ISPECIAL PROVISIONS ' Type of concrete by class and producer design mix number Cement producer, type, and Mill Certification No. (The mill test number as required by Section 9-01.3) ' Fly ash (if used) brand and type Mix design weight per cubic yard and actual batched weights for: ' Cement Fly ash (if used) ' Aggregate components and moisture contents (each size) Water (including free moisture in aggregates) ' Admixtures brand and total quantity batched Air -entraining admixture ' Water reducing admixture Other admixtures ' 6-02.3(5)C Conformance to Mix Design Section 6-02.3(5)C is supplemented with the following: (January 5, 2004 WSDOT GSP) ' When combined aggregate gradation is used for structural concrete, the specified fine and course aggregate weight tolerance shall not apply. ' 6-02.4 Measurement ' Section 6-02.4 is supplemented as follows: ' "Cement Concrete Fill Wall" will be measured by the cubic yard of concrete placed and accepted. "Cement Conc. Pedestrian Ramp" will not be measured for payment. Handrailing will be paid ' separately in accordance with Section 6-20. 6-02.5 Payment Section 6-02.5 is supplemented as follows: ' Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: ' "Cement Concrete Fill Wall", per cubic yard. Included in the cost per cubic yard for "Cement Concrete Fill Wall" shall be all labor, materials, ' costs and equipment necessary to satisfactorily complete the work as detailed on the Plans and specified herein. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 ' HOV Lanes Phase V Page 131 SPECIAL PROVISIONS "Cement Conc. Pedestrian Ramp" Included in the lump sum price for "Cement Conc. Pedestrian Ramp" shall be all labor, materials, costs and equipment necessary to satisfactorily complete the work as detailed on the Plans and defined in the Contract Documents. 6-07 PAINTING 6-07.1 Description This work shall consist of painting systems and colors for metal elements as shown on the Plans. 6-07.2 Materials Paint materials shall comply with the requirements in Section 9-08 unless described in this section. Powder Coating Paint System The powder coating paint system shall be composed of exterior grade pure polyester TGIC, dry powder including resins, and pigments in accordance with requirements of AAMA 605.2., and shall have the following characteristics: City of Federal Way Pacific Highway South HOV Lanes Phase V Page 132 RFB 16-006 June 2016 Glossy Surface Semi -Gloss Mat Surface Surface 2.5-3.5 Thickness 2.5-3.5 mils/60-90 2.5-3.5 mils/60-90 mils/60-90 Gloss 1 80-90 55-70 15-25 Cross Hatch Pass 100% Pass 100% Pass 100% Adhesion 2 Mandrel 1/8"/3 mm 5/32"/4 mm 3/16"/5 mm Bending (3 Erichsen Cupping 5/16"/8 mm 1/4"/7 mm 3/16"/5 mm ISO 1520 Impression 95 95 95 Hardness 4 City of Federal Way Pacific Highway South HOV Lanes Phase V Page 132 RFB 16-006 June 2016 f'. 1 SPECIAL PROVISIONS Impact Test Up to 160"/Ib Up to 160"/Ib Up to 160"/Ib (5) Pencil 2H (min.) 2H (min.) 2H (min.) Hardness (6) Handrailing — Semi -Gloss System Dry Mill Test OK OK OK Salt Spray 1500 h test, 1500 h test, max. 1500 h test, max. Test (7) max. undercut undercut undercut 1/16"/1 mm 1/16"/1 mm 1/16"/1 mm Humidity 1500 h test, min. 1500 h test, min. 1500 h test, min. Resistance blisters blisters blisters 1/1671 mm (8) 1/16"/1 mm 1/16"/1 mm Key: (1) Gloss According to Gardner 60 degrees, ASTM D 523. (2) Cross Hatch Adhesion, ASTM D 3359, Method B. (3) Mandrel Bending Test, ASTM D 522. (4) Impression hardness, ASTM B 3363. (5) Impact Test, ASTM D 2794; (0.1) inch distortion. (6) Pencil Hardness, ASTM B 3363. (7) Salt spray Resistance Test, ASTM B 117. (8) Humidity Resistance Test, ASTM D 2247. The Contractor shall submit (3) samples of each custom color, finishes for approval. Appropriate metal coupon samples (steel and aluminum) shall be three (3) inches by five (5) inches. Paint colors and paint systems shall be as shown in the Paint Color/Paint System Table for the various items as included in this Section. Paint Color / Paint System Table Specification Item Paint Color Paint System Section "Black" RAL 9004 Polyester Powder Coat 6-20 Handrailing — Semi -Gloss System Galvanizing All steel components and materials shall be galvanized per Section 6-07 Painting of the Standard Specifications. All fabricated steel components and materials to be galvanized per ASTM 123. All steel hardware components and materials to be galvanized per ASTM 153. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 133 RFB 16-006 June 2016 SPECIAL PROVISIONS Aluminum materials surface shall be prepared per ASTM D1730 — 09 and factory powder coated per Section 9-08.2 of the Standard Specifications. 6-07.3 Construction Requirements Apply entire finish system in the shop. Hold back finish system at all welded areas. Bolted connections should be primed with a zinc based primer compatible with the approved paint system. Field touch up painting shall consist of matching specified priming and painting for all damaged and field repaired areas. Field welds and abrasions should be touched up after installation. Touch up ' surface preparation with a zinc based primer compatible with the approved paint system, 2.5 to 3.5 mils DFT. Preparation, cleaning, priming, shop painting and field touch-up for all fabricated decorative exterior metal work will be incidental to the associated bid items. Immediately remove coatings that fall on surrounding areas and surfaces not scheduled to be coated. 6-07.3(11)A Painting or Powder Coating of Galvanized Surfaces Clean surfaces to be powder coated in accordance with manufacturer's written instructions for surface preparation. Install powder coatings in accordance with applicable codes and regulations, manufacturer's written instructions. Applications of powder coating materials shall be performed in shop conditions, except for touch- ups approved in advance by the Engineer. Finished surfaces shall be fully and uniformly coated without pinholes, bubbles, sag, runs, lumps, marks or discoloration. Surface finish shall be of consistent and uniform color, texture, and gloss to match the approved sample. After powder coating has been in place at least fifteen (15) days, and within thirty (30) days of Substantial Completion, check all powder coated surfaces for damage, missed areas and discoloration. Prepare surfaces and touch-up damaged, missed and discolored areas to bring coating system to full dry film thickness, in color and gloss matching that of adjacent coated areas. 6-07.5 Payment The cost for all painting and powder coating finishes shall be included in the related bid items that receive the painting and finishes. No separate payment will be made. 6-10 CONCRETE BARRIER City of Federal Way Pacific Highway South HOV Lanes Phase V Page 134 L i RFB 16-006 ' June 2016 tSPECIAL PROVISIONS ' 6-10.5 Payment (Special Provision) ' Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: ' "Temporary Conc. Barrier"' per linear foot 6-13 STRUCTURAL EARTH WALLS 6-13.1 Description (Special Provision) ' Section 6-13.1 is supplemented with the following: ' The work also consists of constructing Modular Block Walls in accordance with the details in the plans. Modular block walls are defined as SEW walls constructed of standard unit blocks, less than 4' in height, without geogrid reinforcing. ' 6-13.2 Materials Section 6-13.2 is supplemented with the following: (April 1, 2013 WSDOT GSP) Concrete Block Faced Structural Earth Wall Materials ' General Materials Concrete Block ' Acceptability of the blocks will be determined based on the following: 1. Visual inspection. ' 2. Compressive strength tests, conforming to Section 6-13.3(4). ' 3. Water absorption tests, conforming to Section 6-13.3(4). 4. Manufacturer's Certificate of Compliance in accordance with Section 1-06.3. ' 5. Freeze -thaw tests conducted on the lot of blocks produced for use in this project, as specified in Section 6-13.3(4). ' 6. Copies of results from tests conducted on the lot of blocks produced for this project by the concrete block fabricator in accordance with the quality control program required by the structural earth wall manufacturer. ' The blocks shall be considered acceptable regardless of curing age when compressive test results indicate that the compressive strength conforms to the 28 -day requirements, and when all other acceptability requirements specified above are met. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 135 SPECIAL PROVISIONS I Testing and inspection of dry cast concrete blocks shall conform to ASTM C 140, and shall ' include block fabrication plant approval by WSDOT prior to the start of block production for this project. Mortar ' Mortar shall conform to ASTM C 270, Type S, with an integral water repellent admixture as approved by the Engineer. The amount of admixture shall be as recommended by the ' admixture manufacturer. To ensure uniform color, texture, and quality, all mortar mix components shall be obtained from one manufacturer for each component, and from one source and producer for each aggregate. Metallic Soil Reinforcement Reinforcing strips shall be composed of welded wire fabric strips conforming to AASHTO M 55 with wire conforming to AASHTO M 32, and attached to block connector plates conforming to ' ASTM A 36. Reinforcing strips and block connector plates shall be galvanized after fabrication in accordance with AASHTO M 111. Damage to galvanizing shall be repaired with one coat of paint conforming to Section 9-08.1(2)B. ' Geosynthetic Soil Reinforcement Geogrid reinforcement shall conform to Section 9-33.1, and shall be a product listed in Appendix D of the current WSDOT Qualified Products List (QPL). The values of Ta, and T"it as listed in the QPL for the products used shall meet or exceed the values required for the wall manufacturer's reinforcement design as specified in the structural earth wall design calculation and working drawing submittal. The minimum ultimate tensile strength of the geogrid shall be a minimum average roll value (the average test results for any sampled roll in a lot shall meet or exceed the values shown in Appendix D of the current WSDOT QPL). The strength shall be determined in accordance with ASTM D 6637, for multi -rib specimens. The ultraviolet (UV) radiation stability, in accordance with ASTM D 4355, shall be a minimum of 70 percent strength retained after 500 hours in the weatherometer. The longitudinal (i.e., in the direction of loading) and transverse (i.e., parallel to the wall or slope face) ribs that make up the geogrid shall be perpendicular to one another. The maximum deviation of the cross -rib from being perpendicular to the longitudinal rib (skew) shall be no more than 1 inch in 5 feet of geogrid width. The maximum deviation of the cross -rib at any point from a line perpendicular to the longitudinal ribs located at the cross -rib (bow) shall be 0.5 inches. The gap between the connector and the bearing surface of the connector tab cross -rib shall not exceed 0.5 inches. A maximum of 10 percent of connector tabs may have a gap between 0.3 inches and 0.5 inches. Gaps in the remaining connector tabs shall not exceed 0.3 inches. The Engineer will take random samples of the geogrid materials at the job site. Approval of the geogrid materials will be based on testing of samples from each lot. A "lot" shall be defined as all geogrid rolls sent to the project site produced by the same manufacturer during a continuous period of production at the same manufacturing plant having the same product name. The Contracting Agency will require 14 calendar days maximum for testing the samples after their arrival at the WSDOT Materials Laboratory in Tumwater, WA. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 136 RFB 16-006 ' June 2016 r SPECIAL PROVISIONS The geogrid samples will be tested for conformance to the specified material properties. If the test results indicate that the geogrid lot does not meet the specified properties, the roll or rolls which were sampled will be rejected. Two additional rolls for each roll tested which failed from the lot previously tested will then be selected at random by the Engineer for sampling and retesting. If the retesting shows that any of the additional rolls tested do not meet the specified properties, the entire lot will be rejected. If the test results from all the rolls retested meet the specified properties, the entire lot minus the roll(s) which failed will be accepted. All geogrid materials which have defects, deterioration, or damage, as determined by the Engineer, will be rejected. All rejected geogrid materials shall be replaced at no expense to the Contracting Agency. Except as otherwise noted, geogrid identification, storage and handling shall conform to the ' requirements specified in Section 2-12.2. The geogrid materials shall not be exposed to temperatures less than —20F and greater than 122F. G Drainage Geosynthetic Fabric Drainage geosynthetic fabric shall be a non -woven geosynthetic conforming to the requirements in Section 9-33.1, for Construction Geotextile for Underground Drainage, Moderate Survivability, Class B. Proprietary Materials KeySystem I Wall Block alignment pins shall be fiberglass conforming to the requirements of Keystone Retaining Wall Systems, Inc. Block connector pins shall conform to AASHTO M 32, and shall be galvanized after fabrication in accordance with AASHTO M 111. Landmark Retaining Wall Lock bars shall be made of a rigid polyvinyl chloride polymer conforming to the following requirements: Property Value Specification Specific Gravity 1.4 minimum ASTM D 792 Tensile Strength at yield 2,700 psi minimum ASTM D 638 ' Lock bars shall remain sealed in their shipping containers until placement into the wall. Lock bars exposed to direct sunlight for a period exceeding two months shall not be used for construction of the wall. 1 Mesa Wall Block connectors for block courses with geogrid reinforcement shall be glass fiber reinforced high-density polypropylene conforming to the following minimum material specifications: Property Polypropylene City of Federal Way Pacific Highway South HOV Lanes Phase V Specification ASTM D 4101 Group 1 Class 1 Grade 2 IPage 137 Value 73 ± 2 percent RFB 16-006 June 2016 SPECIAL PROVISIONS Fiberglass Content ASTM D 2584 25 ± 3 percent Carbon Black ASTM D 4218 2 percent minimum Specific Gravity ASTM D 792 1.08 ± 0.04 Tensile Strength ASTM D 638 at yield 8,700 ± 1,450 psi Melt Flow Rate ASTM D 1238 0.37 ± 0.16 ounces/10 min. Block connectors for block courses without geogrid reinforcement shall be glass fiber reinforced high-density polyethylene (HDPE) conforming to the following minimum material specifications: Property Specification Value HDPE ASTM D 1248 Type III Class A Grade 5 68 ± 3 percent Fiberglass Content ASTM D 2584 30 ± 3 percent Carbon Black ASTM D 4218 2 percent minimum Specific Gravity ASTM D 792 1.16 ± 0.06 Tensile Strength ASTM D 638 at yield 8,700 ± 725 psi Melt Flow Rate ASTM D 1238 0.11 ± 0.07 ounces/10 min 6-13.2 Materials (Special Provision) Section 6-13.2 is supplemented with the following: UNIT FILL Unit Fill shall consist of clean 1" minus crushed stone meeting the following gradation tested in accordance with ASTM D-422. The percent fracture requirement shall be 75% minimum. The fracture requirement shall be at least one fractured face and will apply to combined aggregate retained on the U.S. No. 4 sieve in accordance with FOP for AASHTO PT 61. Sieve Size Percent Passing 1 inch 100 3/4 inch 75-100 No.4 0-10 No. 50 0-5 A minimum of one (1) cubic foot of Unit Fill shall be used for each square foot of wall face. Unit fill shall be placed within cores of, between, and behind units to meet this requirement. 6-13.3 Construction Requirements City of Federal Way Pacific Highway South HOV Lanes Phase V Page 138 RFB 16-006 ' June 2016 L [I SPECIAL PROVISIONS (Special Provision) Section 6-13.3 is supplemented with the following: If an alternate wall system is proposed by the Contractor and accepted by the Engineer, the Contractor shall be responsible for identifying the limits of excavation for the proposed wall substitution. All costs associated with the expanded excavation limits, including but not limited to shoring for maintenance of driveways, roadway, business signs, luminaires, building foundations, backfill of the expanded excavation area, and restoration shall be included in the unit price for Modular Block Wall or Structural Earth Wall. Only one style of precast concrete block shall be allowed on the project. Once approved, all precast concrete blocks shall be of the same manufacture and style for all modular block and structural earth walls except in locations where an existing wall is being modified or extended. In cases where an existing wall is being modified (Wall 22), the Contractor shall utilize block with similar appearance and size to the existing wall. Contractor shall complete wall terminations using finished face units such that no unfinished edges of block units are visible. This may be accomplished by stepping the wall down to below finish grade with finished face units or creating a small return into the existing grade. These termination features will be measured and paid per square foot at the unit price bid for Structural Earth Wall or Modular Block Wall as applicable. 6-13.3 Construction Requirements (August 3, 2015 WSDOT GSP) Concrete Block Faced Structural Earth Wall Concrete block faced structural earth walls shall be constructed of only one of the following wall systems. The Contractor shall make arrangements to purchase the concrete blocks, soil reinforcement, attachment devices, joint filler, and all necessary incidentals from the source identified with each wall system: Allan Block Wall Allan Block Wall is a registered trademark of the Allan Block Corporation Allan Block Corporation 7424 W 78th Street Bloomington, MN 55439 ' (800) 899-5309 FAX (952) 835-0013 www.allanblock.com Redi-Rock Positive Connection System Redi-Rock Positive Connection System is a registered trademark of Redi-Rock International, LLC Redi-Rock International, LLC ' 05481 US 31 South Charlevoix, MI 49720 (866) 222-8400 City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 139 SPECIAL PROVISIONS FAX (231) 237-9521 www.redi-rock.com Mesa Wall Mesa Wall is a registered trademark of Tensar Corporation Tensar Corporation 2500 Northwinds Parkway Suite 500 Atlanta, GA 30009 (770) 334-2090 FAX (678) 281-8546 www.tensarcorp.com Landmark Retaining Wall System Landmark Retaining Wall System is a registered trademark of Anchor Wall Systems, Inc. Anchor Wall Systems, Inc. 5959 Baker Road, Suite 390 Minnetonka, MN 55345-5996 (877) 295-5415 FAX (952) 979-8454 www.anchorwall.com KeyGrid Wall KeyGrid is a registered trademark of Keystone Retaining Wall Systems, Inc. Keystone Retaining Wall Systems, Inc. 4444 West 78th Street Minneapolis, MN 55435 (800) 747-8971 FAX (952) 897-3858 www.keystonewalls.com 6-13.3(2) Submittals Section 6-13.3(2) is supplemented with the following: (January 3, 2011 WSDOT GSP) The following geotechnical design parameters shall be used for the design of the structural earth wall(s): Wall Type: Cut Walls Soil Wall Retained Foundation Properties Backfill Soil Soil Unit Weight (Pcf) ***$$130$$*** ***$$135$$*** ***$$135$$*** City of Federal Way Pacific Highway South HOV Lanes Phase V Page 140 RFB 16-006 June 2016 SPECIAL PROVISIONS Friction Angle (deg) ***$$36$$*** ***$$38$$*** ***$$38$$*** Cohesion (psf) ***$$0$$*** ***$$0$$*** ***$$0$$*** For the Service Limit State, the wall shall be designed to accommodate a differential settlement of *** $$1/2 inch$$ *** per 100 feet of wall length. For the Extreme Event I Limit State, the wall shall be designed for a horizontal seismic acceleration coefficient kh of *** $$0.44$$ *** g and a vertical seismic acceleration coefficient kv of *** $$0$$ *** g. Wall Type: Fill Walls Soil Wall Retained Foundation Properties Backfill Soil Soil Unit Weight (Pcfl ***$$130$$*** ***$$125$$*** ***$$125$$*** Friction Angle (deg) ***$$36$$*** ***$$33$$*** ***$$33$$*** Cohesion (psf) ***$$0$$*** ***$$0$$*** ***$$0$$*** For the Service Limit State, the wall shall be designed to accommodate a differential settlement of *** $$1/2 inch$$ *** per 100 feet of wall length. For the Extreme Event I Limit State, the wall shall be designed for a horizontal seismic acceleration coefficient kh of *** $$0.44$$ *** g and a vertical seismic acceleration coefficient k„ of *** $$0$$ *** g. 6-13.3(5) Precast Concrete Facing Panel and Concrete Block Erection Section 6-13.3(5) is supplemented with the following: (April 2, 2012 WSDOT GSP) Specific Erection Requirements for Precast Concrete Block Faced Structural Earth Walls Landmark Retaining Wall When placing each course of concrete blocks, the Contractor shall pull the blocks towards the front face of the wall until the male key of the bottom face of the upper block contacts and fits into the female key of the top face of the supporting block below. City of Federal Way Pacific Highway South HOV Lanes Phase V IPage 141 RFB 16-006 June 2016 SPECIAL PROVISIONS 1 A maximum gap of 1/8 -inch is allowed between adjacent concrete blocks, except for the base ' course set of concrete blocks placed on the leveling pad. A maximum gap of 1 -inch is allowed between adjacent base course concrete blocks, provided geosynthetic reinforcement for drains is in place over the gap at the back face of the concrete blocks. Lock bars shall be installed in the female key of the top face of all concrete block courses receiving geogrid reinforcement. Gaps between adjacent lock bars in the key shall not exceed ' 3 -inches. The lock bar shall be installed flat side up, with the angled side to the back of the concrete block, as shown in the shop drawings. Geogrid reinforcement shall be placed and connected to concrete block courses specified to receive soil reinforcement. The leading edge of the geogrid reinforcement shall be maintained within 1 -inch of the front face of the supporting concrete blocks below. Geogrid panels shall be abutted for 100 percent backfill coverage with less than a 4 -inch gap between adjacent panels. ' Backfill shall be placed and compacted level with the top of each course of concrete blocks, and geogrid reinforcement placed and connected to concrete block courses specified to ' receive soil reinforcement, before the Contractor may continue placing the next course of concrete blocks. Mesa Wall For all concrete block courses receiving geogrid reinforcement, the fingers of the block connectors shall engage the geogrid reinforcement apertures, both in the connector slot in the block, and across the block core. For all concrete block courses with intermittent geogrid coverage, a #3 steel reinforcing bar shall be placed, butt end to butt end, in the top block groove, with the butt ends being placed at a center of a concrete block. 6-13.4 Measurement (Special Provison) Section 6-13.4 is supplemented with the following: The modular block wall will be measured by the square foot of completed wall in place. The vertical limits for measurement are from the top of the base leveling pad (or bottom of wall if no base leveling pad is present) to the top of the top course of blocks of the exposed finished face. The horizontal limits for measurement are from the end of wall to the end of wall along the length of the exposed finished face. Unit Fill will not be measured for payment. 6-13.5 Payment (Special Provision) Section 6-13.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Structural Earth Wall", per square foot City of Federal Way Pacific Highway South HOV Lanes Phase V Page 142 RFB 16-006 June 2016 u it L' SPECIAL PROVISIONS "Modular Block Wall", per square foot The unit contract price per square foot for Modular Block Wall shall be full compensation for the complete construction of the retaining wall as shown in the Plans. This includes all other items as may be required to complete the work as specified including but not limited to modular block units, shoring, unit fill, shear connectors, cap units, base leveling pad, backfill, excavation, haul and underdrain. The unit contract price per square foot for the Structural Earth Wall shall be full compensation for the complete construction of the retaining wall as shown in the Plans. This includes all other items as may be required to complete the work as specified including but not limited to modular block units, unit fill, shear connectors, cap units, base leveling pad, and underdrain. See Section 2-09 for shoring requirements. "Backfill for Structural Earth Wall, Incl. Haul", per cubic yard. 6-16 SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS 6-16.3 Construction Requirements (Special Provision) 6-16.3(8) Concrete fascia panel (Special Provision) Section 6-16.3(8) is supplemented with the following: The Contractor shall construct cement concrete fascia as detailed in the Plans utilizing a formliner in accordance with Section 6-02 of these Special Provisions. Contractor shall apply a solvent -based sealer with matte finish, per the manufacturer's directions, to the entire concrete fascia. 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 Contractor shall submit product data and manufacturer for Anti -graffiti Coating to the Engineer for approval at least 14 calendar days prior to beginning construction of the Concrete Fascia Panels. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 143 RFB 16-006 June 2016 SPECIAL PROVISIONS 6-16.5 Payment (Special Provision) Section 6-16.5 is supplemented with the following: "Shaft - 30 Inch Diameter, per linear foot" "Furnishing Soldier Pile — W14 Wide Flange Beams, per linear foot" "Timber Lagging, per square foot" "Prefabricated Drainage Mat , per square yard" "Concrete Fascia Panel", per square foot. All costs in connection with constructing the concrete fascia panels as specified shall be included in the unit Contract price per square foot for "Concrete Fascia Panel", including all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint sealant, underdrain pipe and connection to drain pipe, exterior surface finish, pigmented sealer, formliner, and anti -graffiti coating. "Removing Soldier Pile Shaft Obstructions", estimated. Payment for removing obstructions, as defined in Sections 6-16.3(3), will be made for the changes in shaft construction methods necessary to remove the obstruction. The Contractor and the Engineer shall evaluate the effort made and reach agreement on the equipment and employees utilized, and the number of hours involved for each. Once these cost items and their duration have been agreed upon, the payment amount will be determined using the rate and markup methods specified in Section 1-09.6. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for the item "Removing Soldier Pile Shaft Obstructions" in the bid proposal to become a part of the total bid by the Contractor. If the shaft construction equipment is idled as a result of the obstruction removal work and cannot be reasonably reassigned within the project, then standby payment for the idled equipment will be added to the payment calculations. If labor is idled as a result of the obstruction removal work and cannot be reasonably reassigned within the project, then all labor costs resulting from Contractor labor agreements and established Contractor policies will be added to the payment calculations. The Contractor shall perform the amount of obstruction work estimated by the Contracting Agency within the original time of the contract. The Engineer will consider a time adjustment and additional compensation for costs related to the extended duration of the shaft construction operations, provided: 1. the dollar amount estimated by the Contracting Agency has been exceeded, and 2. the Contractor shows that the obstruction removal work represents a delay to the completion of the project based on the current progress schedule provided in accordance with Section 1-08.3. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 144 u RFB 16-006 ' June 2016 11 1 i SPECIAL PROVISIONS 6-20 HANDRAILING (Special Provision) Section 6-20is a new section: 6-20.1 Description This work shall consist of furnishing, constructing, and placing the handrailing as detailed in the Plans, all in accordance with the applicable subsections of Section 6-06 of the Standard Specifications. 6-20.2 Materials Handrail materials shall meet the following requirements: Aluminum Pipe Railing 6063 T-6 Aluminum OD = 1.9 inches Aluminum Pickets 6063 T-6 Aluminum OD = 0.84 inches Wedge Anchors Wedge anchors shall be supplied by one the following manufacturers: ITW Ramset/Red Head, Wood Dale, IL; Trubolt Wedge Anchor Hilti, Inc., Tulsa, OK; Kwik -Bolt II Stud Anchor The Rawlplug Company, New Rochelle, NY; Rawl -Stud Anchor Wej-It Corporation, Tulsa, OK; ANKRtite Wedge Anchor Approved Equal Adhesive Anchors Adhesive anchor rods shall meet the following specifications: Anchor Rod: Stainless steel threaded rod, diameter as shown. Length as required to provided minimum depth of embedment. Clean and free of grease, oil, or other deleterious material. rAdhesive: Meet ASTM C881. C Two -component, insensitive to moisture, designed to be used in adverse freeze/thaw environmental, with gray color after mixing. Cure Temperature, Pot Life, and Workability: Compatible for intended use and environmental conditions. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 145 RFB 16-006 June 2016 SPECIAL PROVISIONS Nonsag, with selected viscosity based on installation temperature and overhead application where applicable. Packaging: Disposable, self-contained cartridge system capable of dispensing both components in the proper mixing ration and fitting into manually or pneumatically operated caulking gun. Cartridge Markings: Include manufacturer's name, product name, material type, batch or serial number, and adhesive expiration date. Manufacturers and Products: Adhesive Technology Corp., Kent, WA; Anchor -It Fastening Systems, HS 200 Epoxy ITW Ramset/Red Head, Wood Dale, IL; Epcon Ceramic 6 Epoxy Anchor System. Covert Operations Inc., Signal Hill, CA; CIA -Gel 7000 Epoxy Anchors. The Rawlplug Company, New Rochelle, NY; Foil Fast Epoxy Injection Gel System. Hilti, Inc., Tulsa, OK; HIT Doweling Anchor System (HIT C-100). Ackerman Johnson Fastening Systems, Inc., Addison, IL; Poly -All PAC -24 Epoxy. Unitex, Kansas City, MO; Pro-Poxy 300. Approved Equal 6-20.3 Construction Requirements Handrailings shall be constructed as shown on the Plans and in accordance with the these Special Provisions. Before fabricating the railing components, the Contractor shall submit three copies of the fabrication plans to the Engineer for approval. The approval of the shop plans shall be understood to be an acceptance of the character and sufficiency of the details and not a check of the dimensions. Anchor bolts or wedge anchors shall be positioned with a template to ensure that bolts match the hole spacings of the bottom channels or anchorage plates. Handrailing shall be installed true to line and grade. After first setting the railing, the Contractor shall readjust all or part of it, if necessary, to create an overall line and grade pleasing to the eye. 6-20.4 Measurement Handrailing will be measured by the linear foot along the line and slope of the top of the completed and accepted pedestrian railing in place. 6-20.5 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: "Handrailing", per linear foot. The unit contract price per linear foot for Handrailing shall be full compensation for all materials, labor, tools, and equipment necessary to construct the railings as shown in the Plans and as specified herein, including fastening, anchoring, galvanizing, and anodizing as specified. END OF DIVISION 6 City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 146 ISPECIAL PROVISIONS 11 11 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-01 DRAINS 7-01.1 Description (Special Provision) Section 7-01.1 is supplemented with the following: This work consists of reconnecting existing roof leaders, underdrains and footing drains from adjacent development or buildings to the nearest catch basin or suitable outfall point, constructing flow interception trenches with cleanouts, and connecting stormwater media filters and wall drains to the storm drainage system. 7-01.2 Materials (Special Provision) ' Section 7-01.2 is supplemented with the following: ' The only acceptable material for drain pipe shall be Polyvinyl Chloride (PVC) Drain Pipe Drain Pipe, Couplings, and Fittings, meeting the requirements of ASTM D3034 SDR 35. ' The only acceptable material for underdrain pipe shall be Perforated Polyvinyl Chloride (PVC) Underdrain Pipe, meeting the requriements of the Standard Specifications. ' 7-01.3 Construction Requirements (Special Provision) Section 7-01.3 is supplemented with the following: ' 7-01.3(3) Stormwater Interception Trench Stormwater interception trenches shall be constructed as detailed on the Plans and in accordance with Sections 2-09.3 and 7-01.3. The excavation shall be lined with Geotextile for Underground Drainage, Moderate Survivability, and backfilled with Gravel Backfill for Drywells. Cleanouts shall be installed every 150 feet along the trench, set to grade, and consist of a Wye ' and 45 -degree bend, similar to WSDOT Standard Plan B-85.40-00, including cast iron ring and cover and concrete collar, except pipe diameter of the cleanout pipe shall match that of the underdrain pipe. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 147 SPECIAL PROVISIONS Care shall be taken during construction to prevent native or other material from mixing with the ' gravel backfill, and the surface of the completed trench backfill shall be clean and graded level with the adjacent ground. 7-01.4 Measurement (Special Provision) Section 7-01.4 is supplemented with the following: i No specific unit of measurement applies to the bid item "Reconnect Existing Misc. Drainage" ' The length of stormwater interception trench will be the number of linear feet of completed installation measured along the invert. Interception trench installed in excess of the length shown on the Plans or designated by the Engineer will not be paid for. 7-01.5 Payment ' (Special Provision) Section 7-01.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when , included in the proposal: "Drain Pipe 6 In. Diam", per linear foot. The unit contract price per linear foot of drain pipe of the type and size specified shall be full pay for furnishing all labor, tools, equipment, and materials necessary for its complete installation, including, laying pipe, pipe bedding, backfill (with native material), compaction, ' connection to new or existing storm sewers or drainage structures, surface restoration, haul and disposal of trench material to be wasted including unsuitable material, and cleaning. "Reconnect Existing Misc. Drainage" shall be paid per force account and shall include all labor, , tools, equipment, and materials necessary to re-establish miscellaneous drainage connections from existing roof leaders, underdrains and footing drains to suitable outfall point. Connections ' shall be made to the nearest catch basin as indicated on the plans or as approved by the Engineer. "Stormwater Interception Trench", per linear foot. ' The unit contract price per linear foot of "Stormwater Interception Trench" shall be full pay for furnishing all labor, tools, equipment, and materials necessary for its complete installation, including trench excavation, supplying and laying underdrain pipe, gravel backfill for drywell used for bedding and backfill, compaction, connection to new or existing storm sewers or drainage structures, geotextile, haul and disposal of trench material to be wasted including ' unsuitable material, and cleanouts including pipe, fittings, castings, and concrete collar. 7-04 STORM SEWERS I 7-04.2 Materials ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 148 ISPECIAL PROVISIONS ' (Special Provision) Section 7-04.2 is supplemented with the following: Storm sewer pipe used in this project shall consist of Class IV reinforced concrete storm sewer pipe for 12 -inch through 24 -inch diameter storm sewer pipes. Concrete pipe material, gaskets, ' and couplings shall be in accordance with Section 9-05.7 of the Standard Specifications and as modified in these special provisions. 8 -inch diameter ductile iron storm sewer pipe shall meet the requirements of Section 9-05.13 of the Standard Specifications. ' The Contractor shall require the pipe suppliers to furnish certificates signed by their authorized representatives stating the specifications to which the materials or products were manufactured. Certificates indicating non-conformance with these Specifications shall be ' sufficient evidence for rejection. Precast concrete materials shall not be shipped until pipe suppliers have provided documentation that materials have been properly cured. Approval of certificates shall be considered only as tentative acceptance of the materials or products, and such action by the Engineer will not relieve the Contractor of its responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship. ' 7-04.3 Construction Requirements (Special Provision) ' Section 7-04.3 is supplemented with the following: ' Pipe Joints: All concrete pipe joints shall be rubber gasketed; except connections made between dissimilar existing and new pipe materials shall be made utilizing WSDOT Standard Plan B-60.20-00 connection collar. Backfill and compaction: Water settling will not be permitted. Backfill shall be compacted by mechanical tampers in accordance with Section 2-03.3(14)C "Method B" of the Standard Specifications. 7 7 1 Existing storm sewer facilities: The Contractor shall field verify the location and material type of existing storm sewer facilities. All facilities shown on the plan but not noted for removal shall be protected and remain operational throughout construction. 7-04.3(1) Cleaning and Testing (Special Provision) Section 7-04.3(1) is supplemented with the following: City of Federal Way Pacific Highway South HOV Lanes Phase V Page 149 RFB 16-006 June 2016 SPECIAL PROVISIONS Cleaning and testing of storm sewer pipe shall be in accordance with Section 7-04.3(1) of the Standard Specifications, except as modified herein: Prior to testing, storm sewers will be visually inspected by the Engineer's representative either by external physical observation before backfilling, by physical observation from inside the pipe, or by video inspection methods, at the discretion of the Engineer. The contractor shall provide all necessary video inspection and/or safety equipment, including mechanical ventilation, as requested by the Engineer, with all related costs to be included in the unit bid price of the related item. Any departures from the best construction practices, such as pipe line misalignment, presence of foreign matter in the pipes or catch basins, poor catch basin construction, etc., shall be corrected by the Contractor at the Contractor's own expense. Testing will not be authorized until such corrections have been made to the satisfaction of the Engineer. Should high groundwater conditions be encountered, the completed storm sewers may be required to be infiltration tested. Infiltration testing shall be utilized only when ordered by the Engineer. 7-04.3(2) Coordination with Utility Companies (Special Provision) Section 7-04.3(2) is added: It is anticipated that minor adjustments will need to be made by the utility companies to avoid the proposed storm drainage system. Known relocations not to be performed by the Contractor have been shown on the Plans to be performed "by others". The Contractor shall identify any additional utility crossings that may conflict with the storm drainage system and notify the Engineer immediately prior to construction in vicinity of conflicts. The Contractor is responsible for coordinating anticipated relocation work with the respective utility companies. This coordination shall include contacting the utility company representative listed in Section 1-05.14(A) of these Special Provisions at least fifteen (15) working days prior to installing storm drain pipe that may conflict with the utility companies' respective facilities; and coordinating the construction of the storm drainage system with the respective utility construction crews. Coordination with utility companies shall be considered incidental to the Contract and no additional compensation will be made. 7-04.4 Measurement (Special Provision) Section 7-04.4 is supplemented with the following: "Class IV Reinf. Conc. Storm Sewer Pipe _ In. Diam.", shall be measured per linear foot. "Ductile Iron Storm Sewer Pipe _ In. Diam.", shall be measured per linear foot. 7 1 7 0 Excavation, backfill, pipe zone bedding, compaction of the pipe trench backfill (with native ' material), connections between dissimilar existing and new pipe materials, and testing will not be measured as these items are incidental to the drainage pipe pay items. City of Federal Way RFB 16-006 1 Pacific Highway South June 2016 HOV Lanes Phase V Page 150 ' r L r SPECIAL PROVISIONS 7-04.5 Payment (Special Provision) Section 7-04.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Class IV Reinf. Conc. Storm Sewer Pipe _ In. Diam.", per linear foot. "Ductile Iron Storm Sewer Pipe _ In. Diam.", per linear foot. The unit contract price per linear foot of storm sewer pipe of the type and size specified shall be full pay for furnishing all labor, tools, equipment, and materials necessary for its complete installation, including, but not limited to, all pavement removal, trench excavation, dewatering (if required), temporary flow bypass, laying pipe, pipe bedding, backfill (with native material), compaction, connection to new or existing storm sewers or drainage structures, surface restoration, haul and disposal of trench material to be wasted including unsuitable material, cleaning and testing, costs related to maintaining existing drainage system during construction or to provide temporary drainage systems, and temporary patching hot mix to allow for the passage of traffic. If the Engineer determines that the native material is not satisfactory for trench backfill, Gravel Borrow For Trench Backfill Including Haul shall be used and paid for under Section 2-03 in these Special Provisions. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.1 Description (Special Provision) Section 7-05.1 is supplemented with the following: In the first paragraph, replace "Standard Plans" with "City of Federal Way Standard Drawings" Type 1 Catch Basins shall be constructed per City of Federal Way Standard Dwg 4-1. Type 1 L Catch Basins shall be constructed per City of Federal Way Standard Dwg 4-2. Type 2 Storm Manholes shall be constructed in accordance with City of Federal Way Standard Dwgs 4-3 and 4-4. Where shown on the plans and as detailed, or as designated by the Engineer, the Contractor shall adjust catch basins to grade, install solid cover and frame on existing catch basin, install round solid cover with conversion riser as required on existing catch basins, and install heavy City of Federal Way Pacific Highway South HOV Lanes Phase V IPage 151 RFB 16-006 June 2016 SPECIAL PROVISIONS I duty hinged -style manhole frame and lids. All lids and frames shall be locking unless shown as non-locking on plans or directed otherwise by the Engineer. Vaned grates and associated frame (Federal Way Dwgs. 4-6 and 4-10) shall be used for all I catch basins unless noted in the plans or directed otherwise by the Engineer. Storm drain cleanouts shall be provided for retaining wall drainage and connected to the storm ' drainage system at the locations specified on the plans. The cleanout configuration and connection shall be per the plan detail. Place anti -seize compound on all locking lid bolts prior to the final project punch list inspection 7-05.2 Materials (Special Provision) Section 7-05.2 is supplemented with the following: Heavy-duty hinged style ductile castings found in Section 9-05.15 these Special Provisions. iron frame and cover shall meet the requirements for metal of the Standard Specifications and Section 9-05.15(4) of High impact multi-purpose rubber composite adjustment riser: High impact adjustment risers shall be minimum 80% by weight recycled rubber and minimum 10% by volume recycled RFL fiber. Adjustment risers shall be of uniform quality and free from cracks, holes and any other surface defects. Adjustment risers shall be designed for heavy ' duty street traffic and shall meet or exceed minimum load capacity requirements of AASHTO. Manufacturer certification shall be furnished upon request stating that the product meets the requirements of this specification. Risers shall be available in standard thicknesses from '/2 - ' inch to 3 -inches, available flat or tapered and in round, square and rectangular shapes. 7-05.3 Construction Requirements (Special Provision) ' Section 7-05.3 is supplemented with the following: Backfill around catch basins shall be compacted by mechanical tampers in accordance with Section 2-03.3(14)C "Method B" of the Standard Specifications. Catch basin cover frames shall be installed on precast rings or as directed by the Engineer. All bricks shall be installed with full mortar coverage and shall be plastered to a depth of 3/4 inch ' on the outer surface. Catch basin covers shall be adjusted to the rim elevations depicted on the storm profile drawings. A locking vaned grate and associated frame shall be installed on manholes and catch basins ' located where they will accept runoff. Bi-directional locking vaned grates shall be installed at all roadway sag locations and at low points along curb returns. (Reference City of Federal Way Standard Drawings No. 4-10 for standard vaned grate and 4-6 for standard frame). I City of Federal Way RFB 16-006 , Pacific Highway South June 2016 HOV Lanes Phase V Page 152 ISPECIAL PROVISIONS ' All structures not receiving surface runoff shall include round solid locking lids; except rectangular solid locking lids shall be used where indicated on the plans or directed by the Engineer. Catch basins shall include conversion risers to accommodate round lids where ' indicated in the plans or directed by the Engineer. (Reference City of Federal Way Standard Drawing 4-18 for Conversion Riser). All structures, new or existing, located within the proposed travelled roadway shall utilize heavy duty hinged -style round solid locking lids. ' A standard solid locking manhole cover and associated frame shall be installed on manholes and catch basins where they will not accept concentrated runoff and are not located in the travelled roadway. (Reference City of Federal Way Standard Drawings No. 4-12 for solid cover ' and 4-13 for standard frame.). 7-05.3(1) Adjusting Manholes, Valve Boxes and Catch Basins to Grade ' (Special Provision) Section 7-05.3(1) is supplemented with the following: Manholes, valve boxes, catch basins, and other structures shall not be adjusted to final grade ' until the adjacent pavement is completed, at which time the center of each structure shall be carefully relocated from references previously established by the Contractor. The asphalt concrete pavement shall be removed to a neat circular shape for manholes and catch basin ' conversion risers and a neat rectangular shape for catch basins that collect runoff. The edge of the cut shall be 1.5 feet from the outside edge of the cast iron frame of the structure. The base materials and crushed rock shall be removed to the full depth of adjustment plus 2 inches. The manhole and catch basin frames shall be lifted and reset to the final grade, plumb to the ' roadway, and shall remain operational and accessible. (Reference City of Federal Way Standard Drawing 3-55 for Utility Adjustment). ' The Contractor shall adjust the manholes and catch basins with pre -cast grade rings, and mortar and/or high impact adjustment risers with a maximum 2 -inch thickness where required for heavy-duty frames and covers within the travelled roadway (see Section 7-05.3(6)). Metal adjustment rings shall not be used. If more than three grade rings are required to adjust a ' manhole to final grade, including existing grade rings, the Contractor shall remove the existing cone section or top slab, install a pre -cast manhole section of sufficient height to limit the number of grade rings to a maximum of three, and reinstall the cone section or top slab prior to paving operations. Grade adjustment rings and high impact riser installation shall be inspected by the Engineer ' prior to frame installation. Cover and grate frames shall be securely grouted to the structure. Where existing structures are located within the wheel path of a proposed travel lane, catch basins adjusted to grade shall also include conversion risers and heavy duty locking frames and covers and high -impact risers per Section 7-05.3(6). Following frame installation, the edges of the removed asphalt pavement and the outer edge of the reset frame shall be painted with asphalt for tack coat. The entire void around the ' adjustment shall then be be filled with Commercial HMA, placed and compacted in maximum 3 - inch lifts, to match the adjacent pavement surface. The joint between the patch and existing pavement shall then be painted with asphalt for tack coat and immediately covered with dry paving sand before the asphalt for tack coat solidifies. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 153 SPECIAL PROVISIONS See Section 7-05.3 of these special provisions for ring & cover and frame & grate requirements as applicable to both existing and proposed structures. 7-05.3(3) Connections to Existing Manholes (Special Provision) Section 7-05.3(3) is supplemented with the following: The requirements of this section shall also apply to connections to existing catch basins 7-05.3(5) Connection to Existing Pipe (Special Provision) Section 7-05.3(5) is added: The contractor shall connect (or reconnect) existing pipes to the new manholes or catch basins without obstructing flow from upstream locations. 7-05.3(6) Heavy Duty Frame and Cover with High Impact Riser Section 7-05.3(6) is added: J Heavy duty hinged style frame and covers with high -impact adjustment risers, shall be installed in accordance with the requirements of Section 7-05.3(1) and manufacturer installation ' instructions, for all solid -lid drainage structures located within the traveled roadway as noted in the plans. Install a rectangular to round conversion riser per Section 7-05.3(7) of these Special Provisions ' and City of Federal Way Standard Drawing 4-18 for existing or proposed Type 1 or Type 1 L catch basins where required by the plans. High impact adjustment risers with a maximum 2 -inch thickness shall be used for all heavy-duty ' frames and covers within the travelled roadway. 7-05.3(7) Conversion Risers (Special Provision) Section 7-05.3(7) is added: , Where indicated on the Plans, retrofit existing Type 1 and Type 1 L catch basins with a round solid cover by removing existing rectangular frame, removing existing adjustment risers and installing a conversion riser per City of Federal Way Standard Drawing 4-18. If the catch basin will be located within the traveled roadway, install heavy duty frame and cover with high impact riser in accordance with Section 7-05.3(6) of these Special Provisions. Final adjustment to ' grade shall be in accordance with Section 7-05.3(1) of the Standard Plans and these Special Provisions. 7-05.3(8) Catch Basin Type 2 with Flow Restrictor ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 154 7 J 7 7 7 J r SPECIAL PROVISIONS (Special Provision) Section 7-05.3(8) is added: Catch basin Type 2 with flow restrictor shall be constructed in accordance with the requirements of section 7-05.3, the contract Plans, and City of Federal Way Standard Drawing Nos. 4-14 and 4-15. 7-05.3(9) Reconstructing Storm Drainage Structures (Special Provision) Section 7-05.3(9) is added: Reconstruction of existing storm drainage structures shall consist of adjustments to existing Type 2 catch basins or Type 3 manholes that require removal of the top slab to either (1) install or remove manhole sections below the top slab to adjust the height of the manhole (2) rotate the top slab to adjust the horizontal location of the access opening, or (3) replace the top slab with a new top slab having a different access hole location or shape, as indicated on the Plans. In cases where the reconstruction requires rotating the top slab, a new ladder shall be installed to align with the new access riser. The completed storm drainage structure reconstruction shall result in a drainage structure that conforms to Federal Way Standard Drawing Nos. 4-03 and 4- 04 for Type 2 catch basins, or the applicable WSDOT Standard Plans for Manhole Type 3. If the reconstructed storm drainage structure is located within the traveled roadway, install heavy duty frame and cover with high impact riser in accordance with Section 7-05.3(6) of these Special Provisions. Final adjustment to grade shall be in accordance with Section 7-05.3(1) of the Standard Specifications and these Special Provisions. 7-05.3(10) Adjusting Stormfilter Vault to Grade (Special Provision) Section 7-05.3(10) is added: Modifications to the existing Stormfilter vault access risers and covers shall be constructed as detailed on the Plans, and in accordance with the manufacturer's recommendations. 7-05.3(11) Adjusting Flow Splitter Vault to Grade (Special Provision) Section 7-05.3(11) is added: Modifications to the existing flow splitter vault access risers and covers shall be constructed as detailed on the Plans, and in accordance with the manufacturer's recommendations. 7-05.4 Measurement (Special Provision) Section 7-05.4 is supplemented with the following: "Catch Basin Type 2, 54 In. Diam. with Flow Restrictor", will be measured per each. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 155 RFB 16-006 June 2016 SPECIAL PROVISIONS "Catch Basin Type 2, 72 In. Diam. with Flow Restrictor", will be measured per each. Storm drainage/Sanitary Sewer structure, manhole, and other adjustments will be measured per each. "Reconstruct Storm Drainage Structure", will be measured per each. "Connection to Existing Drainage Structure", will be measured per each. "Install Solid Cover on Existing Type 1 Catch Basin", will be measured per each. 7-05.5 Payment (Special Provision) Section 7-05.5 is supplemented with the following: Controlled Density Fill (CDF), per Special Provision 2-09.3(1)E, shall be placed where depicted in the plans, and where authorized by the Engineer, as described in these specifications. Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Catch Basin Type 1", per each. "Catch Basin Type 1 L", per each. "Catch Basin Type 2 48 In. Diam.", per each. "Catch Basin Type 2 54 In. Diam.", per each. "Catch Basin Type 2 54 In. Diam. with Flow Restrictor", per each. "Catch Basin Type 2 72 In. Diam. with Flow Restrictor", per each. The unit contract price per each for all bid items above shall be full pay for furnishing all labor, tools, equipment, and materials necessary to complete each unit according to the Plans and Specifications. This includes all pavement removal and disposal, excavation, dewatering (if required), temporary flow bypass, connections to existing and new pipe, foundation material, bedding, backfill, compaction, surface restoration, testing, and furnishing and placing of all accessories such as traps, steps or ladders, control orifice risers, debris cages, weirs, orifice plates, shear gates, temporary patching hot mix to allow for the passage of traffic, and other items as applicable. Frames and grates or rings and covers (standard duty or heavy duty where called for on the Plans), grade rings and adjustment risers (concrete or high -impact) shall be considered incidental to this bid item and will not be measured for separate payment. "Adjust Existing Storm Drainage Structure", per each. "Adjust Monitoring Well", per each. "Adjust Gas Valve", per each. The bid item "Adjust Storm Drainage Structure", per each, applies to existing storm drainage catch basins and storm drainage manholes that require adjustment to grade by addition or removal of adjustment risers. The unit contract price for "Adjust Existing Storm Drainage Structure," per Each, includes all labor, tools, equipment, and materials necessary to adjust City of Federal Way Pacific Highway South HOV Lanes Phase V Page 156 RFB 16-006 June 2016 J 7 F1 i7 1� ISPECIAL PROVISIONS ' drainage structures to finished grade, temporary patching hot mix to allow for the passage of traffic, restoration of the area around the adjusted structure, and providing new rings and covers or frames and grates. Grade rings and adjustment risers (concrete or high -impact) shall ' be considered incidental to this bid item and will not be measured for separate payment. Payment for "Adjust Storm Drainage Structure", shall include one (1) adjustment to final grade and shall not include interim adjustments. "Reconstruct Storm Drainage Structure", per each. The bid item "Reconstruct Storm Drainage Structure", per each, applies to existing Type 2 catch basins that require removal and replacement of the structure top slab to adjust the height of the structure below the top slab, to provide a top slab with a round rather than rectangular opening, and/or to reposition the access opening. The unit contract price for "Reconstruct Storm Drainage Structure", per each, includes all labor, tools, equipment, and materials ' necessary to remove the structure top slab, install structure risers, install new ladder or replace existing ladder, replace existing top slab or install new top slab, adjust structure to finished grade, temporary patching hot mix to allow for the passage of traffic, restoration of the area ' around the adjusted structure, and providing new rings and covers or frames and grates. Rings and covers (whether standard duty or heavy duty as called for on the profile drawings) as well as frames and grates, grade rings and adjustment risers (concrete or high -impact) shall be ' considered incidental to this bid item and will not be measured for separate payment. "Adjust Stormfilter and Flow Splitter Vaults to Grade", lump sum. ' The lump sum contract price for "Adjust Stormfilter and Flow Splitter Vaults to Grade" shall be full pay for furnishing all labor, tools, equipment, and materials necessary to retrofit the existing Stormfilter vault and flow splitter vault with new access risers, frames, and covers in accordance with the Plans and Specifications. ' "Connection to Existing Drainage Structure", per each. The unit contract price for "Connection to Existing Drainage Structure", per each, applies to ' connecting new storm drain pipe to existing storm drainage catch basins and manholes and includes all labor, tools, equipment, and materials necessary to core drill the existing drainage structure and provide the necessary pipe connection. ' "Install Solid Cover on Existing Type 1 Catch Basin", per each. C r_ The unit contract price for "Install Solid Cover on Existing Type 1 Catch Basin", per each, includes all labor, tools, equipment, and materials necessary to install a new frame with solid cover on an existing drainage structure. Heavy-duty hinged style rings and covers, high -impact risers, and conversion risers required for installing a round cover on a Type 1 catch basin, and adjustment to grade, shall be considered incidental to this bid item and will not be measured for separate payment. 7-06 STORMWATER DETENTION POND (Special Provision) Section 7-06 is added: 7-06.1 Description ' City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 157 RFB 16-006 June 2016 SPECIAL PROVISIONS This section pertains to construction of the stormwater detention pond on S 344th Street. The work to be performed shall consist of the construction of the stormwater detention pond as shown on the Plans and as described in these specifications. This work includes, but is not limited to, site grading, earthwork, compaction, emergency overflow spillway, flow dispersal trench, access road and ramp, control of water, and all other work necessary to complete the work as illustrated in the Plans and these special provisions. 7-06.2 Materials Materials shall meet the requirements of the following sections: Aggregates 9-03 Shoulder Ballast 9-03.9(2) Crushed Surfacing 9-03.9(3) Underdrain Pipe 9-05.2 Timber and Lumber 9-09 Quarry Spalls 9-13.6 Rock Lining 9-13.8 Chain Link Fence and Gates 9-16.1 Construction Geotextile 9-33 7-06.3 Construction Requirements The limits of construction for the stormwater detention pond are shown on the Plans. The pond site may be used for staging and storage of construction materials per Specification Section 1-04.12. If the Contractor elects to use the site for staging, it shall be the Contractor's responsibility to establish and maintain adequate erosion control facilities to meet downstream turbidity limitations as documented in an approved TESC plan and SPCC plan. The limits of clearing and grading for staging and storage of construction materials shall not exceed what is required and delninated on the Plans for construction of the pond. C C 11 u it 7 The construction of the pond shall be completed, including all plantings unless otherwise approved by the Engineer, within one construction season. No stormwater shall be released into the pond , until written acceptance has been provided by the Engineer. 7-06.3(1) Removal and Exclusion of Water ' The Contractor shall remove and exclude water, including stormwater, groundwater, and surface water from all excavations per the provisions of 7-08 herein. ' 7-06.3(2) Earthwork The pond site shall be cleared and grubbed only as necessary to complete the work shown on the Plans. Clearing and grubbing shall be in accordance with Section 2-01.3. The Contractor shall grade the pond to the lines and grades shown on the Plans. Earthwork shall be in accordance with Section 2-03.3. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 158 , ISPECIAL PROVISIONS ' Clearing, grubbing, and excavation as part of detention pond construction shall include the removal of any materials of whatever nature encountered, including all structures and obstructions that would interfere with the proper execution and completion of the work. The Contractor shall furnish, ' place, and maintain all supports and shoring that may be required for the sides of excavations to protect adjacent items to remain. ' The Contractor shall perform a site visit of the detention pond site as specified in the Standard Specifications Section 1-02.4. Any items encountered during construction requiring removal/disposal shall be the responsibility of the Contractor. No additional compensation will be ' made by the Contracting Agency for the removal of surface or subsurface materials or obstacles encountered. All excavated material shall be removed from the project site. Copies of permits for waste sites ' shall be furnished to the Engineer by the Contractor. 7-06.3(3) Flow Dispersion Trench ' The outfall flow dispersion trench shall be constructed as shown on the Plans and in accordance with Sections 2-09.3 and 7-01.3. The notched grade board and posts shall be constructed of ' pressure -treated lumber attached to 4" x 4" posts with galvanized bolts. The flow dispersion trench shall be installed level, with variation of no more than 1/8" in elevation per 10 feet along the top of the grade board. Perforated pipe shall be PVC Underdrain Pipe, installed flat. The excavation shall ' be lined with Geotextile for Underground Drainage, Moderate Survivability, and backfilled with Gravel Backfill for Drywells. 7-06.3(4) Access Road ' Access roads shall be constructed as shown on the Plans and in accordance with Sections 2-03.3, 4-04.3, and 5-04.3. Surfacing for access roads shall be as Shoulder Ballast under the applicable ' specification section. 7-06.3(5) Detention Pond Planting and Irrigation ' The pond site shall be planted and maintained throughout the establishment period as shown on the Plans and in accordance with Section 8-02. Measurement and payment for detention pond ' planting, topsoil, soil amendments, seeding and plant establishment shall be in accordance with Section 8-01 and 8-02. Measurement and payment for irrigation shall be in accordance with Section 8-03 "Automatic Irrigation System". ' 7-06.3(6) Tapered End Sections Tapered end sections for pipes connected to the detention pond shall per WSDOT Standard Plan ' B-80.40.00 with Type 4 Safety Bars. The maximum spacing between safety bars shall be 5 -inches. 7-06.3(7) Chain Link Fence ' The chain link fence around the pond site shall be constructed in accordance with 8-12, herein and per the Plans. The access gate shall be 14 foot minimum clearance width. Chain link fabric shall ' consist of 9-guage wire with black vinyl coating. 7-06.3(8) Emergency Overflow Spillay ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 159 SPECIAL PROVISIONS The emergency overflow spillway shall be constructed as detailed on the Plans. The full width of the emergency overflow spillway shall be armored with Rock Lining, beginning at a point midway across the berm embankment and extending beyond the tow of the pond embankment as shown on the Plans. After placement, the rock lining shall be compacted to be uniformly dense and unyielding. 7-06.3(9) Pond Sign A stormwater pond sign shall be installed where shown on the plans and in accordance with City of Federal Way Standard Drawing 4-19. 7-06.4 Measurement No measurement will be made for the construction of the stormwater detention pond; all costs are incidental to the lump sum bid item. 7-06.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Stormwater Detention Pond", per lump sum. The lump sum contract price for Stormwater Detention Pond shall be full pay for all materials, equipment, and labor necessary to complete the Stormwater Detention Pond in accordance with the Plans and Specifications, including clearing & grubbing, excavation, gravel borrow for fill, control of water, compaction of pond facility to finished grade, support and protection of existing utilities, dewatering, emergency overflow spillway, pipe tapered end sections with safety bars, access road, chain link fence and gate, pond sign, dispersion trench including perforated pipe, grade board, geotextile, and cleanout to grade, material hauling, and material disposal, in accordance with the details to provide a complete installation as shown on the Plans and specified herein. C C Ij No additional compensation will be made by the Contracting Agency for the removal of surface or ' subsurface materials or obstacles encountered. Haul and disposal of materials encountered shall be considered included in the lump sum item. Payment for items associated with the "Stormwater Detention Pond" Lump Sum, but not included in the Lump Sum, will include the following as illustrated in the Bid Proposal: The cost of the Flow Control Structure will be measured and paid under "Flow Control Structure, 54 Inch Diam." bid item included in the Proposal. The pipe within the pond construction area, with the exception of underdrain pipe within the flow dispersal trench, will be measured and paid under the various Storm Sewer pipe bid items included in the Proposal. Storm drainage catch basins within the pond construction area will be measured and paid under the various bid items included in the Proposal. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 160 RFB 16-006 June 2016 ISPECIAL PROVISIONS I The cost of the Modular Wetland stormwater treatment system will be measured and paid under "Modular Wetland 4 x 6 bid item included in the Proposal. ' Irrigation and landscaping associated with the Detention Pond will be measured and paid under the various irrigation and planting bid items included in the Proposal. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements ' (Special Provision) Section 7-08.3 is supplemented with the following: Dewatering The Contractor may encounter groundwater in trench excavation depending on trench depth. ' The Contractor shall not dewater the excavation with wells or well points but shall keep the excavated trench free of water during pipe installation. This may be done with sheet piling and pumping within the excavationor other methods approved by the Engineer. The Contractor shall assess the situation and develop a plan to accommodate construction in groundwater. The Contractor shall be solely responsible for this groundwater/trench excavation control plan. All costs related to trench dewatering shall be included in the related items of work. ' For bidding purposes the Contractor shall assume that the basic trench dewatering method is to be by sheet piling and sump pumping from the excavation with portable pumps. If advanced methods become necessary, compensation for such work shall be per 1-04.4 of the Standard ' Specifications. 7-08.3(3) Backfilling ' (Special Provision) Section 7-08.3(3) is supplemented with the following: Initial backfilling shall be performed only after inspection and approval of the installed pipe. ' Backfill shall be accomplished in such a manner that the pipe is not damaged by impact or overloading. All backfill for pipe trenches shall be mechanically compacted by a power operated mechanical ' tamper(s) as specified in Sections 7-08.3(3) of the Standard Specifications or other mechanical compaction device approved by the Engineer. ' If there is an excess of acceptable backfill material obtained from trench excavation at one location on the project, it shall be used at other locations on the project as directed by the Engineer. Native backfill stockpiles shall be protected to prevent excessive wetting. The cost of ' transporting the excess backfill material shall be considered incidental to the pipe or structure backfilled. ' 7-09 WATER MAINS 7-09.1 Description ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 161 SPECIAL PROVISIONS Revise this section to read: This Work consists of installing water main and appurtenances in accordance with the Plans, these Standard Specifications, and the Special Provisions, at the locations and depths shown and noted in the Plans, and as may be directed by the Engineer. 7-09.2 Materials Revise this section to delete any references to steel, polyvinyl chloride (PVC), and Polyethylene pipe for permanent water supply facilities. Pipe for water main shall only be ductile iron pipe Special Thickness Class 52, or such thicker -walled pipe as shown in the Plans. 7-09.3 Construction Requirements Supplement and revise this section with the following: All construction within public road rights-of-way shall be in conformance with the requirements of the City, County, or State governmental agency having jurisdiction in which the work is performed, as herein specified and as directed by the Engineer. All trench excavation required for the installation of water mains and appurtenances shall be unclassified. All material excavated from trenches and piled adjacent to the trench, or in a roadway or public thoroughfare, shall be piled and maintained so that the toe of the slope of the spoil material is at least two feet (2') from the edge of the trench. It shall be piled in a manner to prevent surface water from flowing into the excavation and in a manner that will cause a minimum of inconvenience to public travel. Free access shall be provided to all fire hydrants, water valves and meters; and clearance shall be left to enable the free flow of storm water in all gutters, conduits and natural water courses. n All public traffic shall be permitted to pass through the Work with as little inconvenience and delay as possible. The Contractor shall keep existing roads and streets adjacent to or within the limits of the Project open to and maintained in a good and safe condition for traffic at all times. The Contractor shall remove any deposits or debris and shall repair any damage ' resulting from its operations. Construction shall be conducted so as to cause as little inconvenience as possible to abutting t property owners. Additionally, convenient access to each facility's driveways and buildings along the line of Work shall be maintained at all times. Upon completion of rough grading or placing any subsequent layer thereon, the surface of any ' road bed disturbed shall be brought to a smooth, even condition, free of bumps and depression, and satisfactory for the use of public traffic. ' Roadways, streets and appurtenances, including driveways and sidewalks, shall be cleaned at the conclusion of each day's operations and at such other times as deemed necessary by the Engineer to ensure the safety of the traveling and pedestrian public and to prevent ' inconvenience to the Contracting Agency, the public and owners of private property adjacent to City of Federal Way RFB 16-006 ' Pacific Highway South June 2016 HOV Lanes Phase V Page 162 ' ISPECIAL PROVISIONS ' the Project. The Contracting Agency reserves the right to restrict the Contractor to various sites and times of construction during the entire Project. All costs to comply with this Section are incidental to the Contract and are the responsibility of the Contractor. The Contractor shall ' include all related costs in the unit or lump sum bid prices of the Contract. On its own responsibility and expense, the Contractor shall provide adequate safeguards, ' safety devices and protective equipment, and take any other needed actions, on its own responsibility or as the Engineer may determine reasonably necessary to protect the life, health and safety of the public and to protect property in connection with the performance of the Work ' covered by the Contract. Where shown on the Plans or otherwise directed by the Contracting Agency, or City, County, or State governmental agency having jurisdiction, the Contractor shall install silt fences meeting the requirements of the Standard Plans where runoff from areas disturbed by construction activities could impact adjacent undisturbed property. All costs to install silt fences are incidental to the Contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the unit or lump sum bid prices of the Contract. ' The types of gravel material which shall be used in trenches or other excavations are divided into several classifications. The descriptions of the materials, the locations where they shall be used, and the method for computing pay quantities are set forth in the following Sections and ' are shown on the Contract Plans. Garden areas shall not be disturbed until after the end of the growing season. ' The Contractor shall comply with all covenants, requirements and stipulations of easement documents which provide the right of the Contracting Agency to perform the Work on private ' property. 7-09.3(5) Grade and Alignment ' Revise this subsection, including title, to read: 7-09.3(5) Grade, Depth and Alignment ' The Contractor shall verify the locations and establish the depth of existing water mains at the points where connections are to be made prior to trenching for the pipelines. A separate contract pay item "Connection to Existing Water Main In. Diam" has been provided for this ' purpose under the current prosect. The profile shall be adjusted so neither a high spot nor a low spot is created adjacent to the ' connection to the existing water mains. The depth of trenching for water mains shall be such as to provide a minimum cover of fourt ' two inches (42") over the top of the pipe, or twelve (12) inches over all valve nuts, whichever is deeper, or as otherwise shown on the Plans. Deeper excavation may be required due to localized breaks in grade, or to install the new main under existing culverts or other utilities where necessary. ' To provide for future street/road widening, this standard minimum cover shall be measured from the ground surface where the proposed water main is to be located, or the adjacent edge of ' pavement, whichever provides the lower water main elevation. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 ' HOV Lanes Phase V Page 163 SPECIAL PROVISIONS Where the profile of the pipeline and ground surface is shown on the Plans, the pipeline shall be laid to the elevation shown regardless of depth. 7-09.3(6) Existing Utilities Supplement this subsection with the following: In addition to those facilities exposed above the ground surface, certain underground utility facilities exist, both known and of record, and unknown. Existing underground utility facilities, where known, are shown on the Plans for convenience only, and the Engineer and Contracting Agency assume no responsibility for proper locations or failure to show utility locations on the Plans. Among others, these utilities include: telephone, telegraph and power lines; natural gas and petroleum product pipelines; sanitary sewer, storm drain/ditches and structures and water lines; traffic and street lighting and signing systems. The locations of the underground utility facilities shown on the Plans have been provided from available records, and may not reflect the exact location of the underground utility facility. The proposed water facilities constituting the Work have been designed to minimize potential conflicts with the existing known underground utility facilities. If the Plans so indicate, certain existing underground utility facilities shall require removing or relocating the underground utility facility by the utility owner before the Contractor begins Work. If said utility owner has not done so by the time Work begins, the Contractor shall immediately notify the Engineer and Contracting Agency in writing. The Contractor shall advise the Utilities Underground Location Center of the commencement of the Work by calling 1-800-424-5555 or 811, providing the proposed construction area and the proposed schedule of work sequence, so the respective participating utilities may field -mark their underground utility facilities, as provided for in RCW 19.122. The Contractor shall also individually advise those utilities and private parties not participating in said one number locator service. The Contractor shall, by letter and copies thereof, demonstrate to the Contracting Agency its efforts to fully inform both the non -participating utilities and private parties and the Utilities Underground Location Center of its activities. Furthermore, the Contractor shall demonstrate full cooperation with each utility and private party involved in the Project. The Contractor shall conform to all other provisions of RCW 19.122. As provided for in RCW 19.122, "reasonable accuracy" in field -locating (marking) underground utility facilities means a field mark within twenty-four (24) inches of the outside dimensions of both sides of an underground utility facility. The minimum horizontal spacing between water mains and storm drains, gas mains, power cable, telephone cable, cable TV, and other underground utility facilities, except sanitary sewers, shall be three (3) feet, measured horizontally. The minimum vertical clearance/spacing between walls of water main pipelines and pipeline/cable/conduits of other utility facilities, except sanitary sewers, shall be six (6) inches. The minimum horizontal spacing between water mains and sanitary sewers shall be ten (10) feet, measured horizontally, unless a closer spacing is shown on the Plans, in which case certain pipe protection provisions are shown. For water mains crossing over sanitary sewers, a minimum vertical clearance/spacing between the walls of these pipelines shall be eighteen (18) inches, as measured at the intersection thereof, unless a narrower clearance/spacing is shown on the Plans, in which case certain pipe City of Federal Way Pacific Highway South HOV Lanes Phase V Page 164 J I RFB 16-006 , June 2016 ISPECIAL PROVISIONS protection measures shall be shown. If these horizontal spacing and/or vertical clearance/spacing requirements cannot be met and are not already provided for in the Plans, the Contractor shall immediately notify the Engineer and Contracting Agency in writing. ' Certain alterations in alignment and grade of the proposed water system may be required if an existing underground utility facility, by field -location, is found to occupy that corridor indicated on ' the Plans to be reserved for construction of the proposed water system, or if the standard spacing cannot otherwise be achieved. The Contractor shall do all necessary excavation and potholing to expose such underground utility facilities to prevent damage to them which may ' otherwise result from the Work. The Contractor shall protect all existing underground utility facilities from damage resulting from the Work. The alignment and grade of the proposed water system shown on the Plans shall only be altered upon the written express approval of the ' Engineer. The Contractor shall also notify those owners of underground utility facilities within close proximity of the proposed water system, within a reasonable period of time prior to construction ' at a particular location, so said owner and the Contractor can coordinate the precautions necessary to facilitate construction of the proposed water system and protect that particular underground utility facility. ' Any damages or disruptions to underground utility facilities resulting from the Contractor's operation shall be reported to the owner of said underground utility facility and to the Contracting Agency. Repairs to the damaged or disrupted underground utility facility shall immediately be made by the owner of said underground utility facility or by the Contractor, at the sole discretion of the owner of said underground utility facility. The cost for repairs to ' damaged or disrupted underground utility facilities shall be borne by the Contractor, unless the underground utility facility was not field -marked within "reasonable accuracy" defined by RCW 19.122. ' Whenever existing drainage channels, ditches, culverts, storm drains or structures are disturbed, the Contractor shall provide suitable means for diverting and maintaining all flows during construction in that area. After construction has been completed in that area, all channels, ditches, culverts, storm drains or structures shall be returned to their original location and functional use. ' Where the proposed water system is in close proximity of existing utility poles, the Contractor shall coordinate construction procedures with the owners of the affected utility poles. The Contractor shall give to the owners of affected utility poles reasonable advance notice so that ' the Contractor and owners of affected utility poles can properly protect the integrity of the utility poles by temporarily holding or moving the utility poles during construction of the proposed water system. To efficiently perform the Work, the Contractor shall be fully responsible to coordinate the Work and make the necessary arrangements, including permits and payment of any associated charges, with the respective owner of underground utility facilities to relocate, move, remove, or alter their underground utility facilities to attempt to minimize or eliminate conflicts during construction of the proposed water system in ways not otherwise shown on the Plans. Any authorized agent of the Contracting Agency or owners of underground utility facilities may enter the site of the water system improvements at any time to repair, rearrange, alter, or City of Federal Way Pacific Highway South HOV Lanes Phase V Page 165 RFB 16-006 June 2016 SPECIAL PROVISIONS connect their facilities. The Contractor shall cooperate with such efforts and shall avoid creating delays or hindrances to those doing the work. As needed, the Contractor shall arrange to coordinate work schedules. All utility facilities, including, but not limited to, water main valve boxes, gas main valve boxes, ' water meter boxes, and the like, shall remain accessible and marked by the Contractor at all times during construction. I All costs to comply with this Section, including any repair necessitated by the Contractor's operations, are incidental responsibility of the Contractor, except as otherwise provided in shall include all related costs in the Contract bid prices. 7-09.3(7) Trench Excavation Revise this subsection to read: and/or restoration of facilities to the Contract and are the ' RCW 19.122. The Contractor All excavation performed on this Project shall be considered unclassified. Excavation shall consist of the removal of any and all material encountered, including cutting and removal of existing surfacing, tree stumps, trees, logs, abandoned railroad ties, piling, riprap, etc., if necessary. Excavation limits for applicable contract bid items are shown on the Plans. The Contractor shall perform all excavation of every description and of whatever materials encountered to the depth indicated on the Plans. All excavations shall be made by open cut unless provided for otherwise. All trenches shall be excavated to true and smooth bottom grades and in accordance with the lines given by the Engineer. The trench bottom shall provide uniform bearing and support for each length of pipe. Bell holes shall be excavated to the extent necessary to permit accurate work in making and inspecting the joints. The banks of the trenches shall be kept as nearly vertical as soil conditions will permit. Where required to control trench width or to protect adjacent structures, the trench shall be sheeted and braced. Trench widths to one (1) foot above the top of the pipe shall not exceed thirty (30) inches maximum or one and one-half (1 1/2) times the outside diameter of the pipe plus eighteen (18) inches, whichever is greater. Standard excavating equipment shall be adjusted so as to excavate the narrowest trench possible. Trench excavation shall be not more than two hundred (200) linear feet ahead of the pipe laying and backfilling operation and all trenches shall be closed up and fully backfilled, leveled, and temporarily patched or graveled, or protected with an anchored steel plate at the end of each day as provided in Section 1-07.23(1). In certain circumstances such as high-risk of trench sidewall cave-in, paralleling in close proximity with another utility which could slough into the open trench, critical street crossings, etc., this distance shall be shortened accordingly by the Contractor. The Contractor shall exercise sound engineering and construction practices in excavating the trench and maintaining it so that no damage will occur to any foundation, structure, utility pole or anchor, pipeline, or other facility because of sloughing or slopes, or from any other cause. If, as a result of the excavation, there is disturbance of the ground which may endanger other property, the Contractor shall immediately take remedial action. No act, representation, or instruction of the Engineer or Contracting Agency shall in any way relieve the Contractor from liability for damages or costs that result from trench excavation. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 166 RFB 16-006 June 2016 C' ISPECIAL PROVISIONS ' Care shall be taken not to excavate below the depth specified. Excavation below that depth shall be backfilled with select backfill material and compacted as specified herein. ' The Contractor shall prevent damage to major tree roots, particularly those equal to or larger than two inches (2") in diameter. ' 7-09.3(7)A Dewatering of Trench ' Revise this subsection to read: Where water is encountered in the trench and other excavations for structures, it shall be removed during pipe -laying and backfilling operations and the trench and/or excavation so ' maintained until the ends of the pipe are sealed and provisions are made to prevent floating of the pipe, or the structure is placed or constructed and provisions are made to prevent it from floating. Trench water or other deleterious materials shall not be allowed to enter the pipe at ' any time. The Contractor shall furnish all equipment necessary to dewater the excavation and shall ' dispose of the water in such a manner as not to cause a nuisance or menace to the public, or damage or cause deterioration of existing improvements or natural features. The dewatering system shall be installed and operated by the Contractor so that the groundwater level outside ' the excavation is not reduced to the extent that adjacent structures or property are endangered or damaged. The release of groundwater to its static level shall be performed in such a manner as to maintain the undisturbed state of the natural foundation soil, prevent disturbances of ' backfill and prevent movement of structures and pipelines. Discharge to existing storm sewer facilities, storm drain system, or containment and discharge of such collected groundwater shall be in accordance with the TESC Plan as reviewed by the Engineer. ' 7-09.3(7)B Rock Excavation Revise this subsection to read: Rock excavation shall cover the removal and disposal of rock that requires systematic drilling and blasting for its removal, and also boulders exceeding two (2) cubic yards in volume. Ledge ' rock, stone larger than and one-half (1'/2) inches, or boulders, shall be removed to provide a minimum clearance of four inches (4") under the pipe, with additional clearance required for pipe bells as necessary to provide uniform bearing and support for each length of pipe and ' permit accurate Work in making and inspecting the joints. Hardpan, hard clay, glacial till, sandstone, silt stone, shale, or other sedimentary rocks which are soft, weathered, or extensively fissured will not be classified as rock excavation, even ' though it may be advantageous to use explosives in its removal. Rock is defined as one which has a modulus of elasticity of more than 200,000 psi or unconfined compressive strength at field moisture content of more than 2,000 psi. ' Materials removed shall be replaced with selected native materials from adjacent trenches or from imported bedding or backfill as designated by the Engineer. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 167 SPECIAL PROVISIONS It is anticipated that solid rock will not be encountered. When such material is anticipated to be encountered, it will be paid for through an established bid item. 7-09.3(7)C Extra Trench Excavation Revise this subsection to read: Changes in grades of new water main, including hydrant laterals, from those shown on the Plans may be necessary because of unmarked or unknown utilities or for other reasons. If, in the opinion of the Engineer, it is necessary to adjust, correct, relocate or in any way change the line and grade, such changes shall be made by the Contractor as specified herein. When pipeline grade is lowered in excess of one foot (1') below the grade indicated on the Plans, the Contractor shall make extra excavation as necessary. J When the pipeline horizontal alignment is changed by more than one foot (1') from the line indicated on the Plans, after the trench has been excavated, the Contractor shall excavate the I trench at the changed location and backfill and compact the previous trench. Additional excavation so required will be classified as extra trench excavation. 7-09.3(8) Removal and Replacement of Unsuitable Materials Revise this subsection to read: When so directed by the Engineer, excavation shall be extended below the structure or pipeline grades to permit the placing of foundation gravel. Whenever in excavating a trench for water mains the bottom of the trench exposes peat, soft clay, quicksand, or other unsuitable foundation material, such material shall be removed to the depth directed by the Engineer and backfilled with foundation material. When determined by the Engineer that silty soils or fine, sandy soils are encountered, Class C foundation material will be required. Silty soils or fine, sandy soils usually flow in the presence of a stream of water. When determined by the Engineer that clays, peats, or other soft materials are encountered that become saturated with water, but do not break down into fine particles and flow, Class A or Class B foundation material will be required. When native excavated material is shown on the Plans or directed by the Engineer to be used for trench backfill, and such material removed from the trench that is determined by the Engineer to be unsuitable for trench backfill shall be removed loaded directly into trucks, and hauled to a waste site permitted to receive such material. Stockpiling of unsuitable material at the Project site will not be allowed. If material is not available within the limits of the Project for backfilling the trench, the Contractor shall furnish suitable material meeting the requirements of Section 9-03.10 " Gravel Base for Trench Backfill," or the aggregate material as shown on the Plans. 7-09.3(9) Bedding the Pipe Revise this subsection, including title, to read: City of Federal Way Pacific Highway South HOV Lanes Phase V Page 168 -7 RFB 16-006 ' June 2016 G SPECIAL PROVISIONS 7-09.3(9) Pipe Zone Bedding and Backfill Gravel backfill for pipe zone bedding shall be placed to depths shown on the Plans, and shall be rammed and tamped around the pipe to 95 percent of maximum density by the use of shovels or other approved hand-held tools, 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 coating. Gravel backfill for pipe zone bedding for pipe zone backfill shall be placed in uniform lifts on each side of and above the pipe as shown on the Plans, and shall be compacted to 90 percent of maximum density. 7-09.3(10) Backfilling Trenches Revise this subsection to read: Trench backfill material, placement and compaction for ductile iron pipe shall be as shown in the Plans. ' When all pipe, fittings, valves, valve boxes and other appurtenances have been properly installed and inspected, the trench shall be backfilled. Prior to backfilling, all shoring or other trench safety system components, and debris shall be removed from the trench. Shoring and ' trench safety system components used by the Contractor shall be removed just ahead of the backfilling operation. Backfill up to twelve (12) inches over the top of the pipe shall be evenly and carefully placed. Materials capable of damaging the pipe or its coating, including, but not ' limited to, large rocks, stumps, logs, brush, broken concrete, frozen dirt clumps, pavement pieces, and other deleterious material, shall be removed from the backfill material. The remainder of the material shall be continually placed from the end of the trench. ' Unless otherwise shown on the Plans or directed by the Engineer, native material excavated from the trenches and excavations shall be used as backfill in the trench section and around structures and special appurtenances, provided that compaction requirements specified ' hereinafter can be satisfied. A warranty is neither expressed nor implied relative to the suitability of the native excavated material for trench backfill and the ability to compact said material as set forth in this section.. ' Material removed from the trench that is unsuitable for backfill shall be replaced with suitable material available within the limits of the Project or with suitable imported material meeting the ' requirements of Section 7-09.3(8), "Removal and Replacement of Unsuitable Materials." ' A neoprene pad or high-density polyethylene foam) shall be placed between the water main and existing pipelines, conduits, or other facilities when encountered during construction and as directed by the Engineer. ' Native excavated material in excess of the quantity for compacted trench backfill shall be removed and disposed as provided in Section 7-09.3(8) "Removal and Replacement of Unsuitable Materials." ' 7-09.3(11) Compaction of Backfill City of Federal Way RFB 16-006 Pacific Highway South June 2016 ' HOV Lanes Phase V Page 169 SPECIAL PROVISIONS Revise this subsection to read: Unless the density of the trench backfill within a road right-of-way is required to be greater by ' the jurisdictional road agency, the trench backfill material shall be compacted to at least ninety-five percent (95%) of the maximum density as specified in Section 2-03.3(14)D Compaction and Moisture Control Tests," for the purposes of this project, the trench backfill , materials and compaction shall be as shown on the Plans." Maximum density and optimum moisture for non -granular materials will be determined using WSDOT Test Method No. 609. Maximum density and optimum moisture for granular materials will be determined using WSDOT Test Method No. 606. In-place density and moisture content will be determined using the Washington Densometer ' method or Nuclear Gauge as outlined in the WSDOT Construction Manual. The backfill material shall be placed in successive layers not exceeding twelve inches (12") in ' loose thickness, and each layer shall be mechanically compacted to the density specified herein as the trench is backfilled. At locations where paved streets, roadway shoulders, driveways, or sidewalks will be constructed or reconstructed over the trench, the backfill shall be spread in layers and be compacted by mechanical tampers. In such cases, the backfill material shall be placed in successive layers not exceeding six inches (6") in loose thickness, and each layer shall be compacted with mechanical tampers to the density specified herein. Mechanical tampers shall be of the impact type as approved by the Engineer. The Contractor shall provide the proper size and type of mechanical compaction equipment and select the proper method of utilizing said equipment to attain the required compaction density. The thickness of layers and the number of passes shall be adjusted to the extent necessary to attain the required compaction density. Impact compactors shall be operated with the least practical amount of pressure or weight applied, and vibratory compactors shall be operated with no more weight applied than the unsupported weight of the machine's pad and boom, all to achieve the required compaction density without overloading the pipe or structure. Moisture content of the backfill material may be adjusted to achieve the required compaction density. This adjustment may be attained by sprinkling the backfill material, or by adding and mixing dry backfill material, or by windrowing the backfill material and allowing it to dry prior to placement in the trench. Contracting Agency, at its sole discretion, may perform compaction tests on the compacted backfill material at any time. Areas to be tested shall be at the direction of the Engineer. The Contractor shall perform all work necessary to allow compaction tests to be conducted. The compaction tests shall be performed by a testing consultant/laboratory selected by the Contracting Agency, and the costs expended for the services of said testing consultant/ laboratory shall be borne by the Contracting Agency. The Contractor at its sole expense, shall remove and recompact material that does not meet the specified compaction requirements; shall promptly and properly refill, regrade, restore, or ' otherwise repair any trench settlement; and shall otherwise remedy any defects that appear in City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 170 ISPECIAL PROVISIONS ' the backfill. Where the required compaction density cannot be achieved on the existing backfill material, the Contractor shall remove and replace said backfill with material able to meet said compaction densities. ' 7-09.3(12) General Pipe Installation ' Supplement this subsection with the following new subsections: 7-09.3(12)A Laying Ductile Iron Pipe, Fittings and Appurtenances Ductile iron pipe shall be laid in accordance with AWWA C-151 and the recommendations of the pipe manufacturer. The pipe shall be laid to the line and grade shown on the Plans, in the Standard Plans, and as may be directed by the Engineer. ' All pipe, fittings and appurtenances shall be carefully checked by the Contractor upon delivery to the project site, as well as just prior to their installation and placement in the trench. I The bottom of the trench shall be finished to grade in such a manner that the pipe will have bearing along the entire length of the barrel. ' The pipe, fittings and appurtenances shall be carefully bedded, joined, and protected. The pipe interior at all times shall be kept free from dirt, gravel, water, and all other deleterious material. The open ends of the pipe, fittings, and appurtenances shall be closed by a watertight plug or ' by other means approved by the Contracting Agency to ensure cleanliness inside the pipe. Except where necessary to make connections with other pipelines, and where otherwise ' authorized by the Engineer, ductile iron pipe shall be laid with bells facing the direction of laying. The bells shall face upward where pipelines are laid on an appreciable slope, as authorized by the Engineer. A non-toxic pipe lubricant, as recommended by the pipe manufacturer and approved for use in potable -water applicatgions, shall be applied to the ' gasket and pipe mating surfaces. Bolts on mechanical joint and flanged pipe, fittings, spools, and appurtenances shall be tightened uniformly to the torque recommended by the manufacturer. All joints in the pipe, fittings, valves, flexible couplings, etc., shall be fully seated with small clearances allowed for pipe expansion. Where flexible couplings are required, the space ' between pipe ends shall not exceed one quarter inch (1/4") to prevent pipe movement. When the space between pipe ends is excessive, short sections of pipe may be inserted as a spacer ring to limit such pipe movement within the coupling or mechanical joint sleeve fitting, to obtain ' the one quarter inch (1/4") spacing limitation provided herein. All fittings and pipe which will come in contact with cement concrete, such as from concrete ' pipe encasement and thrust blocking, shall be protected by a layer of heavy building paper or plastic sheeting. The material shall be wrapped loosely around the pipe and need not be water tight, but no part of the pipe or fittings shall be exposed to the cement concrete. Care shall be exercised during backfilling to prevent the plastic film wrap from becoming punctured or ' otherwise damaged. The Contractor shall comply with other requirements for placing concrete thrust blocking provided in Section 7-09.3(21) "Concrete Thrust Blocking." ' Only mechanical joint sleeve fittings shall be used to connect plain ends of ductile iron pipe and/or spools; flexible couplings shall not be used for this purpose. ' City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 171 RFB 16-006 June 2016 SPECIAL PROVISIONS Fittings shall not be backfilled until first approved by the Engineer for compliance with the Plans and Specifications. Where shown on the Plans or otherwise directed by the Engineer, the Contractor shall install pipe anchor blocks, sacked slope retainer and timber baffles meeting the requirements of the Standard Plans in the backfilled trench where water mains are installed on slopes twenty percent (20%) or greater. 7-09.3(12)B Taste and Odor No water main pipe, fitting, or other appurtenances will be accepted by the Contracting Agency in which an objectionable taste and/or odor is detected in water which has been in contact with the interior surface(s) of said material, either before or after the material has been installed. Taste and odor testing, if determined necessary by the Contracting Agency, shall be conducted through Lakehaven Utility District in accordance with the Lakehaven Utility District's testing procedures and requirements. Such testing shall be subject to the Lakehaven Utility District's schedule. All such testing by Lakehaven Utility District, and resulting corrective actions required by the Contracting Agency to remedy a defect or defects as may be determined by such testing, shall be at the Contractor's sole expense. 7-09.3(13) Handling of Pipe Supplement this subsection with the following: Each pipe, fitting, or other accessory shall be carefully inspected and thoroughly cleaned of any dirt or deleterious material which might be present on the inside prior to its installation. Such cleaning shall be accomplished prior to lowering the pipe or other accessories into the trench; and after the materials are placed in the trench, care shall be taken to keep them internally clean. To minimize risks and expedite the Work, it is suggested that the open ends of stockpiled pipe be plugged, or sealed with a polyethylene bag or equivalent mechanism to prevent the introduction of dirt or deleterious material, and that the pipe be cleaned using, and/or swabbed with a clean foam cube designed for that purpose and saturated in, a one percent (1 %) hypochlorite solution. i The Contractor shall exercise particular care to guard against the entrance of stormwater or sewage into the trench during the course of construction. All sanitary sewers and storm drain t lines, house side sewers, and/or other subsurface drains shall be located prior to excavation. The Contractor shall employ provisions to protect the Work from contamination by deleterious liquids. ' 7-09.3(14) Cutting Pipe Revise this subsection to read: ' Whenever it becomes necessary to cut a length of pipe, the cut shall be made by abrasive saw ' or by special pipe cutter. All pipe ends shall be square with the longitudinal axis of the pipe and shall be reamed or otherwise smoothed so that good connections can be made. Threads shall be cleanly cut. Oxyacetylene torch cutting of ductile iron pipe shall not be allowed. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 172 ' SPECIAL PROVISIONS Flaring of copper tubing shall be accurately and smoothly performed with tools designed specifically for this task. 7-09.3(15) Laying of Pipe on Curves 7-09.3(15)A Ductile Iron Pipe Revise this subsection to read: Long radius curves, either horizontal or vertical, may be laid with standard pipe by deflecting the joints. If the pipe is shown curved on the Plans and no special fittings are shown, the Contractor can assume that the curves can be made by deflecting the joints with standard lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or vertical curve shall not exceed the manufacturer's printed recommended deflections. For the purposes of this project, the maximum allowable deflection shall be three (3) degrees or the manufacturer's recommendation, whichever is least. Where field conditions require deflection or curves not anticipated by the Plans, the Engineer will determine the methods to be used. No additional payment will be made for laying pipe on curves as shown on the Plans, nor for field changes involving standard lengths of pipe deflected at the joints. When special fittings not shown on the Plans are required to meet field conditions, additional payment will be made for special fittings. When rubber-gasketed pipe is laid on a curve, the pipe shall be jointed in a straight alignment and then deflected to the curved alignment. Trenches shall be made wider on curves for this purpose. 7-09.3(16) Cleaning and Assembling Joints Revise this subsection to read: ' Joints shall be "made-up" in accordance with the manufacturer's recommendations. Standard joint materials, including rubber ring gaskets, shall be furnished with the pipe. Materials shall be suitable for the specified pipe sizes and pressures. All parts of the pipe ends, coupling, fittings, and appurtenances shall be cleaned to remove oil, grit, or other foreign matter from the joint. Care shall be taken to keep the joint from contacting the ground. Pipe not furnished with a depth mark shall be marked before assembly to ensure visual observation of the work. 7-09.3(19) Connections 7-09.3(19)A Connections to Existing Mains Revise this subsection to read: City of Federal Way Pacific Highway South HOV Lanes Phase V Page 173 RFB 16-006 June 2016 SPECIAL PROVISIONS No connection to the existing water system shall be made until all provisions for hydrostatic ' pressure testing, as required in Section 7-09.3(23) "Hydrostatic Pressure Test," and disinfection, as required in Section 7-09.3(24) "Disinfection of Water Mains," have been met. At least one connection to the existing water system shall be made within ninety-six (96) consecutive hours of the time that written acceptable results of the most recent bacteriological sampling are available as provided in Section 7-09.3(24)W. "Subsequent Bacteriological Sampling." If at least one connection is not made within the specified time period, additional sampling meeting the requirements of Section 7-09.3(24)0. "Repetition of Flushing and Testing" shall be conducted. Connections to the existing system shall not be made without first making the necessary arrangements with the Contracting Agency at least twenty-four (24) hours in advance. Work shall not be started until all of the materials, equipment and labor necessary to properly complete the work, including that for temporary surface repair, are assembled on the site. When work is once started on a connection, it shall proceed continuously without interruption and as rapidly as possible until completed and under continuous observation by Contracting Agency. All existing mains shall be restored to service overnight and on weekends and holidays. The Contractor shall coordinate its work on connections to the existing system with that of Contracting Agency's main cleaning efforts as provided for in Section 7-09.3(24)X. "Main cleaning." In certain cases, foam rubber cubes used for main cleaning must be inserted into the new system prior to its connection to the existing system. If the connection to the existing system involves temporarily discontinuing water service to customers, the Contractor shall be responsible for notifying the customers affected by the service interruption, as well as the fire protection authority having jurisdiction, per 7-10.3(3). Contracting Agency shall advise the Contractor as to which customers are affected by the service interruption, and shall provide the forms ("door -hangers") to be used for said notification efforts. The Contractor shall fill in the appropriate spaces in said forms. The Engineer may, under certain special circumstances, require this connection work to be performed during times other than normal working hours, at no additional expense to Contracting Agency. i Valves in the existing system, or between the existing system and the new system, shall be operated only by Contracting Agency personnel or by others under the Engineer's specific I direction. The work anticipated for each connection to the existing system is detailed on the Plans. If conditions are subsequently found to differ from those shown on the Plans, revisions to the ' connections to the existing system must first be approved by the Engineer. The interior of all pipe and fittings used to make connections to the existing system shall be ' cleaned of all deleterious material and swabbed and/or sprayed with a clean, one (1) percent hypochlorite solution, mixed in a clean container, before they are installed. If any portion of the new system becomes contaminated during the connection work by the inadvertent entry of ditch ' water or any other reason, the new system shall again be disinfected in accordance with the provisions of Section 7-09.3(24) "Disinfection of Water Mains" before said connection work is continued. ' City of Federal Way RFB 16-006 ' Pacific Highway South June 2016 HOV Lanes Phase V Page 174 ' SPECIAL PROVISIONS When 1) the existing water system is extended with new pipe to connect to a new system; 2) the new water system has successfully passed the hydrostatic pressure and disinfection tests; 3) connection is approved by the Contracting Agency; and 4) the length of pipe from the existing water system to the new water system is sixty feet (60') or less, this section of new pipe shall be cleaned of all deleterious material and swabbed and/or sprayed with a clean, one (1) percent hypochlorite solution before they are installed. If the length of pipe from the existing water system to the new water system is longer than ten (10) feet, but no longer than sixty (60) feet, this section of new pipe shall be subject to bacteriological testing as specified in Section 7-09.3(24) "Disinfection of Water Mains." The Contractor shall install temporary blowoff assemblies as necessary to conduct these tests. Tapping sleeves and tapping gate valve assemblies shall first be tested by air or water at a minimum pressure of one hundred pounds per square inch (100 psi), with no perceptible loss after at least two (2) minutes, after placement onto the existing main and before cutting into the existing main. ' All pipe and fittings exposed by the excavation for a connection to an existing asbestos cement water main shall be bedded with pea gravel meeting the requirements of Section 9-03.25 "Pea Gravel for Asbestos -Cement Pipe Connections." ' Where shown on the Plans or directed by the Engineer, and after completion of connection(s) to existing main(s), the Contractor shall excavate and remove any existing gate valves and other ' fittings from water mains scheduled for removal, or decommissioning. Where shown on the Plans, gate valves and other fittings removed shall be replaced with blind flange(s). Where asbestos -cement water main pipe is encountered and removal of a section thereof is I required, the Contractor shall comply with all applicable statutes, regulations, and requirements for disposal of said removed section of asbestos -cement pipe promulgated by the Puget Sound Air Pollution Control Agency and any other City, County, State, or Federal governmental agency ' having jurisdiction. For the purposes of the current project, the Contractor shall comply with the requirements of these Special Provisions for the removal and disposal of asbestos cement pipe. t All costs to comply with this Section are incidental to the Contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the unit or lump sum bid prices of the Contract. ' 7-09.3(23) Hydrostatic Pressure Test Revise this subsection to read: All water mains and appurtenances, including, but not limited to, water service connection taps, service saddles, corporation stops, and service pipe and fittings, shall be tested in sections of ' convenient length under a hydrostatic pressure equal to 250 pounds per square inch (250 psi), or 150 pounds per square inch (150 psi) in excess of the normal operating pressure, whichever is greater. ' Sections to be tested shall normally be limited to 1,500 feet in length. The Engineer may require that the first section of pipe, not less than 1,000 feet in length, installed by each of the ' Contractor's working crews, be tested in order to qualify the crew and the material. Pipe -laying ' City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 175 RFB 16-006 June 2016 SPECIAL PROVISIONS shall not be continued more than an additional 1,000 feet until the first section has been tested I successfully. Prior to requesting the Engineer to witness the "official" pressure test, the Contractor shall have t all equipment set up, completely ready for operation, and shall have successfully performed an acceptable "pre-test" to assure that the pipe is in a satisfactory condition. All costs to comply with this Section are incidental to the Contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the unit or lump sum bid prices of the Contract. 7-09.3(23)A Testing Extensions from Existing Mains Revise this subsection to read: When 1) the existing water system is extended with new pipe to connect to a new system; 2) the new water system has successfully passed the hydrostatic pressure and disinfection tests; 3) connection is approved by the Contracting Agency; and 4) the length of pipe from the existing water system to the new water system is sixty feet (60') or less, this section of new pipe and fittings shall require no hydrostatic test. However, all pipe and fittings required to effect this connection shall be disinfected according to Section 7-09.3(19)A. "Connections to Existing Mains." Where the length of pipe between the existing water system and the new water system exceeds sixty feet (60'), this section of new pipe shall pass the hydrostatic pressure test and undergo the disinfection procedure, all as specified herein. The Contractor shall install temporary blowoff assemblies as necessary to conduct these tests. Any visible leakage detected from pipe, valves, and fittings required to effect the connection shall be corrected by the Contractor and witnessed by the Contracting Agency, at no additional expense to the Contracting Agency. 7-09.3(23)C Testing Hydrants Installed on Existing Mains Revise this subsection to read: For hydrants installed and connected to existing water mains, and the connection/lateral pipe is sixty (60) feet or less, the hydrant assembly including hydrant tee, connection/lateral pipe, auxiliary gate valve and other fittings, shall not be subject to a hydrostatic pressure test. All pipe, fittings, and appurtenances for the fire hydrant assembly shall be disinfected using the same procedure provided in Section 7-09.3(19)A. "Connections to Existing Mains." Any visible leakage detected from the pipe, valves and fittings for the hydrant assembly shall be corrected by the Contractor and witnessed by the Contracting Agency, at no additional expense to the Contracting Agency, when subjected to the normal working pressure of the existing water system. Where the connection/lateral pipe exceeds sixty feet (60'), the connection/lateral pipe and fittings between the auxiliary gate valve and main hydrant valve shall be subjected to the hydrostatic pressure test and disinfection procedures as specified in Section 7-09.3(24) "Disinfection of Water Mains" and Section 7-09.3(23) "Hydrostatic Pressure Test." 7-09.3(23)D Equipment for Hydrostatic Pressure Test City of Federal Way Pacific Highway South HOV Lanes Phase V Page 176 RFB 16-006 ' June 2016 ISPECIAL PROVISIONS ' Add the following new subsection: 7-09.3(23)D Equipment for Hydrostatic Pressure Test ' All pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and measuring equipment necessary for performing the test shall be furnished and operated by the Contractor and witnessed by the Engineer. A clean container of water from which the pressure pump suction shall draw shall be provided while pumping pressure into the water system being tested. This "make-up" water shall contain a minimum concentration of approximately fifty parts per million (50 ppm) of free chlorine by the addition of a twelve percent (12%) hypochlorite solution. All pumps and other equipment used for this hydrostatic pressure test shall be properly ' disinfected to prevent the introduction of contamination to the section being tested. Gauges used in the test shall be accompanied with certifications of accuracy from a laboratory ' approved by the Contracting Agency. If the gauge proposed for use by the Contractor by its appearance could possibly provide erroneous test results, the Contracting Agency will provide its own gauge for use during the hydrostatic pressure test(s). ' The quantity of water required to restore the pressure (the "make-up" water) shall be accurately determined by pumping through a positive displacement water meter with a sweep unit hand ' registering one gallon per revolution. The meter shall be approved by the Engineer. As an alternative, the Contractor may provide a volumetric graduated container approved by the Engineer to accurately record the quantity of the "make-up" water. ' 7-09.3(23)E Hydrostatic Pressure Test Procedure ' Add the following new subsection: 7-09.3(23)E Hydrostatic Pressure Test Procedure The section of pipeline to be tested shall be backfilled sufficiently to prevent movement of the ' pipe under test pressure. All thrust blocks shall be in place and time allowed for the concrete to sufficiently cure before testing. Where permanent blocking is not otherwise required, the Contractor shall furnish and install temporary blocking and remove it after testing is complete. ' The water system to be tested shall be filled with a chlorinated water solution in accordance with Section 7-09.3(24)S. "Filling Procedure." The chlorinated water solution shall be allowed ' to stand in the water system to be tested a sufficient length of time (approximately twenty- four (24) hours) to allow the escape of air and allow the lining of the pipe to absorb water, all before hydrostatic pressure testing is conducted. ' The test shall be accomplished by pumping the water system to be tested up to the required test pressure, stopping the pump for fifteen (15) minutes, and then pumping the water system to be tested up to the beginning test pressure again. During the test, the water system being ' tested shall be observed to detect any visible leakage. Acceptability of the hydrostatic pressure test shall be determined by two (2) factors: ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 177 SPECIAL PROVISIONS 1. The quantity of chlorinated water solution required to restore the pressure (the "make- up" water) shall not exceed the volume as determined by the formula: L = ND(P)1-1 29,600 in which: L = allowable leakagePmake-up" water volume within a fifteen (15) minute period in gallons N =number of joints in the length of pipeline tested D =nominal inside diameter of the pipe in inches P =average test pressure during the leak test in pounds per square inch (gauge) (PSIG) ( Table 7-09.3(12)-A provides the solution to this formula for different diameters and lengths of water main assuming an average test pressure of 250 psig and an assumed number of joints per 100 feet of water main of seven (7). ) 2. There shall be no appreciable or abrupt loss in pressure during the fifteen (15) minute test period. The hydrostatic pressure test shall be conducted with the hydrant auxiliary gate valve(s) opened and the main hydrant valve(s) closed. At the acceptable conclusion of this hydrostatic pressure test, and when the water system is placed into service, each hydrant will be inspected for visible leakage under working pressure conditions while the hydrant ports are capped and the main hydrant valve is fully opened (to close the hydrant barrel drain valve). Any visible leakage or defects discovered from this visual inspection shall be corrected by the Contractor. TABLE 7-09.3(23)E MAXIMUM ALLOWABLE LEAKAGE/"MAKE-UP" WATER VOLUME (L) FOR 15 -MINUTE HYDROSTATIC PRESSURE TEST L = ND(P)0-1 29,600 ASSUMED AVERAGE TEST PRESSURE (P): 250 PSIG ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN (N): 7 DIAMETER (D) = 4 INCHES LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE-UP" WATER VOLUME DEPTH IN GARBAGE CAN FEET GALLONS QUARTS PINTS CU IN DECIMAL INCHES 16TH INCHES 50 0.007 0.030 0.060 1.728 0.006 0.103 100 0.015 0.060 0.120 3.455 0.013 0.206 150 0.022 0.090 0.179 5.183 0.019 0.308 City of Federal Way Pacific Highway South HOV Lanes Phase V Page 178 u fl i n J RFB 16-006 ' June 2016 ISPECIAL PROVISIONS F 200 0.030 0.120 0.239 6.910 0.026 0.411 250 0.037 0.150 0.299 8.638 0.032 0.514 300 0.045 0.179 0.359 10.365 0.039 0.617 350 0.052 0.209 0.419 12.093 0.045 0.720 400 0.060 0.239 0.479 13.820 0.051 0.823 450 0.067 0.269 0.538 15.548 0.058 0.925 500 0.075 0.299 0.598 17.275 0.064 1.028 550 0.082 0.329 0.658 19.003 0.071 1.131 600 0.090 0.359 0.718 20.730 0.077 1.234 650 0.097 0.389 0.778 22.458 0.084 1.337 700 0.105 0.419 0.838 24.185 0.090 1.440 750 0.112 0.449 0.897 25.913 0.096 1.542 800 0.120 0.479 0.957 27.640 0.103 1.645 850 0.127 0.509 1.017 29.368 0.109 1.748 900 0.135 0.538 1.077 31.095 0.116 1.851 950 0.142 0.568 1.137 32.823 0.122 1.954 1000 0.150 0.598 1.197 34.550 0.129 2.057 1050 0.157 0.628 1.256 36.278 0.135 2.159 1100 0.165 0.658 1.316 38.005 0.141 2.262 1150 0.172 0.688 1.376 39.733 0.148 2.365 1200 0.179 0.718 1.436 41.460 0.154 2.468 I* For a 32 -gallon garbage can with a top diameter equaling approximately 18.5 inches. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V IPage 179 SPECIAL PROVISIONS TABLE 7-09.3(23)E MAXIMUM ALLOWABLE LEAKAGE/"MAKE-UP" WATER VOLUME (L) FOR 15 -MINUTE HYDROSTATIC PRESSURE TEST L = ND(P)1.1 29,600 ASSUMED AVERAGE TEST PRESSURE (P): 250 PSIG ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN (N): 7 DIAMETER (D) = 6 INCHES LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE-UP" WATER VOLUME DEPTH IN GARBAGE CAN FEET GALLONS QUARTS PINTS CU IN DECIMAL INCHES 16TH INCHES 50 0.011 0.045 0.090 2.591 0.010 0.154 100 0.022 0.135 0.179 5.183 0.019 0.308 150 0.034 0.202 0.269 7.774 0.029 0.463 200 0.045 0.269 0.359 10.365 0.039 0.617 * For a 32 -gallon garbage can with a top diameter equaling approximately 18.5 inches. TABLE 7-09.3(23)E MAXIMUM ALLOWABLE LEAKAGE/"MAKE-UP" WATER VOLUME (L) FOR 15 -MINUTE HYDROSTATIC PRESSURE TEST L = ND(P)1-1 29,600 ASSUMED AVERAGE TEST PRESSURE (P): 250 PSIG ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN (N): 7 DIAMETER (D) = 8 INCHES LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE-UP" WATER VOLUME DEPTH IN GARBAGE CAN FEET GALLONS QUARTS PINTS CU IN DECIMAL INCHES 16TH INCHES 50 0.015 0.060 0.120 3.455 0.013 0.206 100 0.030 0.120 0.239 6.910 0.026 0.411 150 0.045 0.179 0.359 10.365 0.039 0.617 200 0.060 0.239 0.479 13.820 0.051 0.823 250 0.075 0.299 0.598 17.275 0.064 1.028 300 0.090 0.359 0.718 20.730 0.077 1.234 350 0.105 0.419 0.838 24.185 0.090 1.440 400 0.120 0.479 0.957 27.640 0.103 1.645 City of Federal Way Pacific Highway South HOV Lanes Phase V Page 180 RFB 16-006 June 2016 ISPECIAL PROVISIONS r L LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE-UP" WATER VOLUME DEPTH IN GARBAGE CAN FEET GALLONS QUARTS PINTS CU IN DECIMAL INCHES 16TH INCHES 450 0.135 0.538 1.077 31.095 0.116 1.851 500 0.150 0.598 1.197 34.550 0.129 2.057 550 0.165 0.658 1.316 38.005 0.141 2.262 600 0.179 0.718 1.436 41.460 0.154 2.468 650 0.194 0.778 1.555 44.915 0.167 2.673 700 0.209 0.838 1.675 48.370 0.180 2.879 750 0.224 0.897 1.795 51.825 0.193 3.085 800 0.239 0.957 1.914 55.280 0.206 3.290 850 0.254 1.017 2.034 58.735 0.219 3.496 900 0.269 1.077 2.154 62.190 0.231 3.702 950 0.284 1.137 2.273 65.645 0.244 3.907 1000 0.299 1.197 2.393 69.100 0.257 4.113 1050 0.314 1.256 2.513 72.555 0.270 4.319 1100 0.329 1.316 2.632 76.010 0.283 4.524 1150 0.344 1.376 2.752 79.465 0.296 4.730 1200 0.359 1.436 2.872 82.920 0.308 4.936 1250 0.374 1.496 2.991 86.375 0.321 5.141 1300 0.389 1.555 3.111 89.830 0.334 5.347 1350 0.404 1.615 3.231 93.285 0.347 5.553 1400 0.419 1.675 3.350 96.740 0.360 5.758 1450 0.434 1.735 3.470 100.195 0.373 5.964 1500 0.449 1.795 3.590 103.650 0.386 6.170 1550 0.464 1.855 3.709 107.105 0.398 6.375 1600 0.479 1.914 3.829 110.560 0.411 6.581 1650 0.494 1.974 3.949 114.015 0.424 6.787 1700 0.509 2.034 4.068 117.470 0.437 6.992 1750 0.523 2.094 4.188 120.925 0.450 7.198 1800 0.538 2.154 4.308 124.380 0.463 7.404 1850 0.553 2.214 4.427 127.835 0.476 7.609 1900 0.568 2.273 4.547 131.290 0.488 7.815 1950 0.583 2.333 4.666 134.745 0.501 8.020 2000 0.598 2.393 4.786 138.200 0.514 8.226 2050 0.613 2.453 4.906 141.655 0.527 8.432 2100 0.628 2.513 5.025 145.110 0.540 8.637 2150 0.643 2.573 5.145 148.565 0.553 8.843 2200 0.658 2.632 5.265 152.020 0.566 9.049 2250 0.673 2.692 5.384 155.475 0.578 9.254 2300 0.688 2.752 5.504 158.930 0.591 9.460 City of Federal Way RFB 16-006 Pacific Highway South June 2016 I HOV Lanes Phase V Page 181 SPECIAL PROVISIONS LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE-UP" WATER VOLUME DEPTH IN GARBAGE CAN FEET GALLONS QUARTS PINTS CU IN DECIMAL INCHES 16TH INCHES 2350 0.703 2.812 5.624 162.385 0.604 9.666 2400 0.718 2.872 5.743 165.840 0.617 9.871 2450 0.733 2.932 5.863 169.295 0.630 10.077 2500 0.748 2.991 5.983 172.750 0.643 10.283 * For a 32 -gallon garbage can with a top diameter equaling approximately 18.5 inches TABLE 7-09.3(23)E MAXIMUM ALLOWABLE LEAKAGE/"MAKE-UP" WATER VOLUME (L) FOR 15 -MINUTE HYDROSTATIC PRESSURE TEST L = ND(P)1-1 29,600 ASSUMED AVERAGE TEST PRESSURE (P): 250 PSIG ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN (N): 7 DIAMETER (D) = 12 INCHES LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE-UP" WATER VOLUME DEPTH IN GARBAGE CAN FEET GALLONS QUARTS PINTS CU IN DECIMAL INCHES 16TH INCHES 50 0.022 0.090 0.179 5.183 0.019 0.308 100 0.045 0.179 0.359 10.365 0.039 0.617 150 0.067 0.269 0.538 15.548 0.058 0.925 200 0.090 0.359 0.718 20.730 0.077 1.234 250 0.112 0.449 0.897 25.913 0.096 1.542 300 0.135 0.538 1.077 31.095 0.116 1.851 350 0.157 0.628 1.256 36.278 0.135 2.159 400 0.179 0.718 1.436 41.460 0.154 2.468 450 0.202 0.808 1.615 46.643 0.174 2.776 500 0.224 0.897 1.795 51.825 0.193 3.085 550 0.247 0.987 1.974 57.008 0.212 3.393 600 0.269 1.077 2.154 62.190 0.231 3.702 650 0.292 1.167 2.333 67.373 0.251 4.010 700 0.314 1.256 2.513 72.555 0.270 4.319 750 0.337 1.346 2.692 77.738 0.289 4.627 800 0.359 1.436 2.872 82.920 0.308 4.936 850 0.381 1.526 3.051 88.103 0.328 5.244 900 0.404 1.615 3.231 93.285 0.347 5.553 950 0.426 1.705 3.410 98.468 0.366 5.861 City of Federal Way Pacific Highway South HOV Lanes Phase V Page 182 RFB 16-006 ' June 2016 ISPECIAL PROVISIONS L L LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE-UP" WATER VOLUME DEPTH IN GARBAGE CAN FEET GALLONS QUARTS PINTS CU IN DECIMAL INCHES 16TH INCHES 1000 0.449 1.795 3.590 103.650 0.386 6.170 1050 0.471 1.885 3.769 108.833 0.405 6.478 1100 0.494 1.974 3.949 114.015 0.424 6.787 1150 0.516 2.064 4.128 119.198 0.443 7.095 1200 0.538 2.154 4.308 124.380 0.463 7.404 1250 0.561 2.244 4.487 129.563 0.482 7.712 1300 0.583 2.333 4.666 134.745 0.501 8.020 1350 0.606 2.423 4.846 139.928 0.521 8.329 1400 0.628 2.513 5.025 145.110 0.540 8.637 1450 0.651 2.602 5.205 150.293 0.559 8.946 1500 0.673 2.692 5.384 155.475 0.578 9.254 1550 0.695 2.782 5.564 160.658 0.598 9.563 1600 0.718 2.872 5.743 165.840 0.617 9.871 1650 0.740 2.961 5.923 171.023 0.636 10.180 1700 0.763 3.051 6.102 176.205 0.656 10.488 1750 0.785 3.141 6.282 181.388 0.675 10.797 1800 0.808 3.231 6.461 186.570 0.694 11.105 1850 0.830 3.320 6.641 191.753 0.713 11.414 1900 0.853 3.410 6.820 196.935 0.733 11.722 1950 0.875 3.500 7.000 202.118 0.752 12.031 2000 0.897 3.590 7.179 207.300 0.771 12.339 2050 0.920 3.679 7.359 212.483 0.790 12.648 2100 0.942 3.769 7.538 217.665 0.810 12.956 2150 0.965 3.859 7.718 222.848 0.829 13.265 2200 0.987 3.949 7.897 228.030 0.848 13.573 2250 1.010 4.038 8.077 233.213 0.868 13.882 2300 1.032 4.128 8.256 238.395 0.887 14.190 2350 1.054 4.218 8.436 243.578 0.906 14.499 2400 1.077 4.308 8.615 248.760 0.925 14.807 2450 1.099 4.397 8.795 253.943 0.945 15.116 2500 1.122 4.487 8.974 259.125 0.964 15.424 I* For a 32 -gallon garbage can with a top diameter equaling approximately 18.5 inches. City of Federal Way RFB 16-006 Pacific Highway South June 2016 ' HOV Lanes Phase V Page 183 SPECIAL PROVISIONS TABLE 7-09.3(23)E MAXIMUM ALLOWABLE LEAKAGE/"MAKE-UP" WATER VOLUME (L) FOR 15 -MINUTE HYDROSTATIC PRESSURE TEST L =ND P o.s 29,600 ASSUMED AVERAGE TEST PRESSURE (P): 250 PSIG ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN (N): 7 DIAMETER (D) = 16 INCHES LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE-UP" WATER VOLUME DEPTH IN GARBAGE CAN FEET GALLONS QUARTS PINTS CU IN DECIMAL INCHES 16TH INCHES 50 0.030 0.120 0.239 6.910 0.026 0.411 100 0.060 0.239 0.479 13.820 0.051 0.823 150 0.090 0.359 0.718 20.730 0.077 1.234 200 0.120 0.479 0.957 27.640 0.103 1.645 250 0.150 0.598 1.197 34.550 0.129 2.057 300 0.179 0.718 1.436 41.460 0.154 2.468 350 0.209 0.838 1.675 48.370 0.180 2.879 400 0.239 0.957 1.914 55.280 0.206 3.290 450 0.269 1.077 2.154 62.190 0.231 3.702 500 0.299 1.197 2.393 69.100 0.257 4.113 550 0.329 1.316 2.632 76.010 0.283 4.524 600 0.359 1.436 2.872 82.920 0.308 4.936 650 0.389 1.555 3.111 89.830 0.334 5.347 700 0.419 1.675 3.350 96.740 0.360 5.758 750 0.449 1.795 3.590 103.650 0.386 6.170 800 0.479 1.914 3.829 110.560 0.411 6.581 850 0.509 2.034 4.068 117.470 0.437 6.992 900 0.538 2.154 4.308 124.380 0.463 7.404 950 0.568 2.273 4.547 131.290 0.488 7.815 1000 0.598 2.393 4.786 138.200 0.514 8.226 1050 0.628 2.513 5.025 145.110 0.540 8.637 1100 0.658 2.632 5.265 152.020 0.566 9.049 1150 0.688 2.752 5.504 158.930 0.591 9.460 1200 0.718 2.872 5.743 165.840 0.617 9.871 1250 0.748 2.991 5.983 172.750 0.643 10.283 1300 0.778 3.111 6.222 179.660 0.668 10.694 1350 0.808 3.231 6.461 186.570 0.694 11.105 1400 0.838 3.350 6.701 193.480 0.720 11.517 111.928 1450 0.867 3.470 6.940 200.390 0.745 City of Federal Way Pacific Highway South HOV Lanes Phase V Page 184 RFB 16-006 ' June 2016 u 11 H SPECIAL PROVISIONS LENGTH OF MAIN MAX ALLOWABLE LEAKAGE/ "MAKE-UP" WATER VOLUME DEPTH IN GARBAGE CAN FEET GALLONS QUARTS PINTS CU IN DECIMAL INCHES 16TH INCHES 1500 0.897 3.590 7.179 207.300 0.771 12.339 1550 0.927 3.709 7.419 214.210 0.797 12.750 1600 0.957 3.829 7.658 221.120 0.823 13.162 1650 0.987 3.949 7.897 228.030 0.848 13.573 1700 1.017 4.068 8.136 234.940 0.874 13.984 1750 1.047 4.188 8.376 241.850 0.900 14.396 1800 1.077 4.308 8.615 248.760 0.925 14.807 1850 1.107 4.427 8.854 255.670 0.951 15.218 1900 1.137 4.547 9.094 262.580 0.977 15.630 1950 1.167 4.666 9.333 269.490 1.003 16.041 2000 1.197 4.786 9.572 276.400 1.028 16.452 2050 1.226 4.906 9.812 283.310 1.054 16.864 2100 1.256 5.025 10.051 290.220 1.080 17.275 2150 1.286 5.145 10.290 297.130 1.105 17.686 2200 1.316 5.265 10.530 304.040 1.131 18.097 2250 1.346 5.384 10.769 310.950 1.157 18.509 2300 1.376 5.504 11.008 317.860 1.183 18.920 2350 1.406 5.624 11.247 324.770 1.208 19.331 2400 1.436 5.743 11.487 331.680 1.234 19.743 2450 1.466 5.863 11.726 338.590 1.260 20.154 2500 1.496 5.983 11.965 345.500 1.285 20.565 * For a 32 -gallon garbage can with a top diameter equaling approximately 18.5 inches. 7-09.3(23)F Repetition of Pressure Test Procedure Add the following new subsection: 7-09.3(23)F Repetition of Pressure Test Procedure Any visible leakage detected shall be corrected by the Contractor regardless of the allowable leakage specified above. Should the water system being tested fail to successfully meet the hydrostatic pressure test as specified, the Contractor shall, at no expense to the Contracting Agency, locate and repair the defects and then re -test the water system as herein specified. The Contracting Agency shall witness said repairs of the defects found. Defective materials or workmanship, discovered as a result of the hydrostatic pressure test, shall be replaced by the Contractor at no expense to the Contracting Agency. Whenever it is necessary to replace defective material or correct the workmanship, the hydrostatic pressure test procedure shall be repeated by the Contractor at its own expense until a satisfactory hydrostatic pressure test is obtained. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 185 RFB 16-006 June 2016 SPECIAL PROVISIONS 7-09.3(24) Disinfection of Water Mains ' Revise this subsection to read: ' All new water mains, water service connection pipelines and appurtenances thereof, and repaired portions of existing water mains, or extensions thereto, shall be filled, flushed, and I disinfected using this procedure. All costs to comply with this Section 7-09.3(24) are incidental to the Contract and are the ' responsibility of the Contractor. The Contractor shall include all related costs in the unit or lump sum bid prices of the Contract. 7-09.3(24)M Chlorinating Connections to Existing Water Mains and Water Service ' Connections Revise this subsection to read: The disinfection procedure for connections to existing mains shall be as specified in Section 7-09.3(19)A. "Connections to Existing Mains." The disinfection procedure for service ' connections shall be as specified in Section 7-15.3(5) "Pressure Testing and Disinfection of Water Service Connections." 7-09.3(24)N Final Flushing and Testing Revise this subsection to read: ' When satisfactory results of the intermediate chlorine residual test(s) have been achieved, the disinfection solution shall be thoroughly flushed and expelled from all parts of the water system ' to be tested, including from the water service connection pipelines. Replacement water shall be fed into the water system to be tested through a flushing box obtained and connected by the Contractor. To ensure expulsion of the solution, chlorine residual tests shall be conducted at the designated non -source sample points, and at the end of each water service connection ' pipeline, and the tests shall show a residual not in excess of that carried in the Contracting Agency's system in the vicinity of the "feed point(s)." Due to the restricted capacity of the flushing box, low flushing velocities should be anticipated. Before flushing has commenced, the hydrant barrel and the flushing box and its appurtenances shall be disinfected using the procedure as that provided in Section 7-09.3(24)S. "Filling Procedure." Flushing overnight will not be permitted. 7-09.3(24)0 Repetition of Flushing and Testing , Revise this subsection to read: Should the first disinfection procedure (consisting of the initial and subsequent bacteriological ' tests constituting one "round" of tests) yield unsatisfactory bacteriological test results, the City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 186 t SPECIAL PROVISIONS disinfection procedure shall be repeated by the Contractor at its own expense until satisfactory results are obtained. Failure to obtain satisfactory test results shall be considered as failure by the Contractor to keep the pipe clean before and during construction, and/or failure to properly disinfect the water system. 7-09.3(24)P Sequence of Hydrostatic Pressure Testing and Water for Testing Add the following new subsection: 7-09.3(24)P Sequence of Hydrostatic Pressure Testing and Water for Testing The hydrostatic pressure test shall be performed after the water system to be tested has been initially filled, but before bacteriological sampling is conducted. The Contractor shall comply with the requirements for this procedure provided in Section 7-09.3(23) "Hydrostatic Pressure Test." The Contracting Agency shall provide a reasonable quantity of water for the testing procedures ' described herein. The Contracting Agency shall first provide approval to the Contractor for use of said water, based upon its determination whether supply in excess of normal domestic demands is available at that particular time. Excessive wasting of water shall not be permitted. The cost for water in excess of a quantity deemed reasonable by the Engineer shall be borne by the Contractor in accordance with the Contracting Agency's latest fee schedule. ' 7-09.3(24)Q Equipment for Main Filling, Flushing and Disinfection Add the following new subsection: 7-09.3(24)Q Equipment for Main Filling, Flushing and Disinfection In order to prevent possible contamination of the water system and to reduce wasting of water, the Contracting Agency shall provide to the Contractor one of two devices each time the Contractor requests water to be supplied to the water system to be tested. For the filling procedure hereinafter detailed in Section 7-09.3(24)S. "Filling Procedure," the Contracting Agency shall provide a backflow prevention device (hereinafter referred to as a "chlorinator ' box") for this purpose. For the chlorine residual testing, flushing and sampling procedures hereinafter detailed in Section 7-09.3(24)T. "Intermediate Chlorine Residual Test," Section 7- 09.3(24)N. "Final Flushing and Testing," Section 7-09.3(24)V. "Initial Bacteriological Sampling," and Section 7-09.3(24)W. "Subsequent Bacteriological Sampling," the Contracting Agency shall provide a different backflow prevention device, hereinafter referred to as the "flushing box." ' The chlorinator box is equipped with an electrically -driven chemical feed pump which can be adjusted to provide a free chlorine concentration of approximately fifty parts per million (50 ppm) at a variety of flow rates. The chlorinator box is also provided with a short section of two and one-half (2'/2) inch diameter inlet hose adaptable to a two and one-half (2'/2) diameter NST hose thread, and is equipped with a meter and double check valve assembly. A power source with a minimum capacity of one hundred ten (110) volts A.C. and five hundred (500) watts shall be supplied by the Contractor to operate the pump. The flushing box is also provided with a short section of two and one-half (2'/z) diameter inlet hose adaptable to a two and one-half inch (2'/2) NST hose thread, and is equipped with a meter and double check valve assembly, but has no chemical feed pump. Both the chlorinator box and flushing box shall be checked out by the Contractor at the Contracting Agency's Water Operations Building on an "as -available" basis, upon execution of an agreement holding the Contracting Agency harmless from any City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 187 SPECIAL PROVISIONS damage to either device while in the Contractor's custody. Other sections of two and one-half (2'/2) diameter hose to be used for connecting either device to the water system to be tested can also be provided to the Contractor on an "as -available" basis. The Contractor shall supply all labor and equipment necessary to load and unload either device at the Water Operations Building. The chlorinator box shall be returned to the Water Operations Building after each day's use by the Contractor. No other method of disinfection/chlorine solution injection will be acceptable, unless, prior to use, the Contractor obtains written approval from the Engineer. The use of dry chlorine compounds inserted into the water system during installation is prohibited and deemed an unacceptable disinfection procedure by the Contracting Agency. To provide access at all extremities of the water system to be tested and in the absence of a permanent blowoff assembly or fire hydrant assembly necessary for filling, disinfecting, and hydrostatically testing the water, the Contractor shall furnish temporary blowoff assemblies meeting the requirements of the Standard Plans, including provisions for temporary thrust restraint. During testing procedures, the Contractor shall furnish a standpipe assembly for permanent blowoff assemblies as that shown for temporary blowoff assemblies in the Plans. All hoses used for connecting the chlorinator box or flushing box will be furnished by the Contracting Agency at the Water Operations Shop buiding. The Contractor shall furnish all hoses, dechlorination equipment and materials, velocity dissipaters, and/or containment vessels for flushing, draining, and disposing the disinfection solution from the water main. In addition, the Contractor shall furnish containers of twelve percent (12%) hypochlorite solution and a chlorine residual testing kit (capable of detecting a range from 0 to no more than 250 ppm free chlorine residual) required for the disinfection procedure. 7-09.3(24)R Sample Collection and Bacteriological Testing Results Add the following new subsection: 7-09.3(24)R Sample Collection and Bacteriological Testing Results Bacteriological samples shall remain in the custody of the Contracting Agency at all times. Sample bottles will be brought to the Project site and samples collected and delivered to the laboratory by the Contracting Agency or an authorized agent thereof. Lakehaven Collections of the first sample shall be limited to Monday, Tuesday and Wednesday between 8:00 a.m.. and 2:00 p.m., excluding holidays. Second day samples shall be limited to Tuesday, Wednesday, and Thursday. between 8:00 a.m.. and 2:00 p.m., excluding holidays. Copies of the written reports of bacteriological tests shall be obtained from the laboratory only by employees of the Contracting Agency or an authorized agent thereof. 7-09.3(24)S Filling Procedure Add the following new subsection: 7-09.3(24)S Filling Procedure Each extremity of the water main system to be tested shall be equipped with a fire hydrant assembly or permanent blowoff assembly, as shown on the Plans. Other pipe extremities shall be equipped with a temporary blowoff assembly meeting the requirements of the Standard City of Federal Way Pacific Highway South HOV Lanes Phase V Page 188 1 C r RFB 16-006 ' June 2016 Ll ISPECIAL PROVISIONS Plans. The end of each water service connection pipeline shall be equipped with a temporary valve to be used during this main filling, flushing, disinfection, and hydrostatic pressure testing procedure, if the meter setter has not been installed. The water system to be tested, including water service connection pipelines, shall be filled with a chlorinated water solution by use of the chlorinator box, so that all parts of the water system ' to be tested shall have an initial free chlorine residual of at least fifty parts per million (50 ppm), but not more than one hundred parts per million (100 ppm). The Contractor shall connect the chlorinator box between the existing water system and a point on the water system to be tested, which is selected by the Contractor and approved by the Engineer. Representatives of the Contracting Agency shall observe this filling process. If water is drawn from a fire hydrant on the existing water system, the flow shall be regulated ' from said hydrant by use of the auxiliary gate valve, with the main hydrant valve fully opened (to close the hydrant barrel drain valve). ' The Contractor shall disinfect the hydrant barrel and the chlorinator box and its appurtenances by infusing a one percent (1%) hypochlorite solution into a hydrant port after the auxiliary gate valve is closed and after the main hydrant valve is opened. This solution shall be discharged ' from the hydrant barrel through the chlorinator box before it is connected to the water system to be tested. t The initial chlorine content shall be tested at pipe extremities and other representative points, the number of which is a function of the size of the water system to be tested, and shall be determined by and at the direction of the Engineer, and witnessed by representatives of the Contracting Agency. These points shall hereinafter be referred to as the "designated non - source sample points." During the filling process, all valves and other appurtenances to the water system to be tested shall be operated by the Contractor. The hydrostatic pressure test shall be undertaken at this time, before proceeding further, in accordance with Section 7-09.3(23) "Hydrostatic Pressure Test". 7-09.3(24)T Intermediate Chlorine Residual Test Add the following new subsection: ' 7-09.3(24)T Intermediate Chlorine Residual Test The disinfection solution shall be retained in the water system to be tested for a period of at least twenty-four (24) hours. After this period, the Contractor shall obtain and connect a flushing box from the existing system to the water system to be tested in order to conduct a test for free chlorine residual. This test shall be performed by the Contractor and witnessed by the Engineer. The test will be deemed acceptable if the residual measured at the designated non -source sample points is no lower than forty parts per million (40 ppm) less than the initial free chlorine residual recorded during the filling procedure. If this residual is not achieved, the Contractor shall clean and/or disinfect the water system by use of the chlorinator box to refill the system with more disinfection solution and provide for a further retention period. The hydrant barrel and flushing ' box and its appurtenances shall be disinfected using the procedure as that provided in Section 7-09.3(24)S. "Filling Procedure." ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 189 SPECIAL PROVISIONS 7-09.3(24)U Discharge of Disinfection Solution Add the following new subsection: 7-09.3(24)U Discharge of Disinfection Solution The environment to which the chlorinated water disinfection solution is to be discharged shall be inspected by the Contractor and if there is any question that the chlorinated discharge will cause damage to the environment, a reducing agent shall be applied to the water to be wasted to neutralize the chlorine residual remaining in the water (such as sodium thiosulfate in burlap sacks placed across the water stream). Disposal may be made to any available sanitary sewer, provided the rate of disposal does not overload the sewer and the disposal is approved by the sewer agency having jurisdiction. Where necessary, Federal, State, and local regulatory agencies should be contacted to determine special provisions for the disposal of heavily chlorinated water. 7-09.3(24)V Initial Bacteriological Sampling Add the following new subsection: 7-09.3(24)V Initial Bacteriological Sampling Bacteriological samples shall be collected by the Contracting Agency from the source(s) and the designated non -source sample points, using the flushing box obtained and connected by the Contractor. The hydrant barrel and the flushing box and its appurtenances shall be disinfected using the procedure as provided in Section 7-09.3(24)S "Filling Procedure." The Contractor shall not disconnect the box nor its appurtenances nor otherwise cause any disturbance prior to the collection of the samples. At least fifteen (15) minutes prior to the scheduled time for collection of the samples, the flow from the source tap(s) and the designated non -source sample points shall be regulated by the Contractor to a flow conducive to the collection of the samples. Bacteriological samples will be analyzed for total coliform bacteria, and for heterotrophic bacteria by the heterotrophic plate count (HPC) analysis. The maximum allowable coliform content of the flushed sample shall be zero (0). The maximum allowable HPC population count in all source samples shall be eighty counts per milliliter (80/ml). The maximum allowable HPC population count for samples from any of the designated non -source sample points shall be no greater than twenty counts per milliliter (20/ml) above the highest HPC population count from a source sample. Ll The HPC population count from any source sample that exceeds eighty counts per milliliter (80/ml) shall be deemed as an indeterminate test and the Contractor shall obtain and connect a flushing box to allow new samples to be drawn for initial bacteriological testing in accordance with the procedures provided herein. 7-09.3(24)W Subsequent Bacteriological Sampling Add the following new subsection: 7-09.3(24)W Subsequent Bacteriological Sampling ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 190 ISPECIAL PROVISIONS A subsequent bacteriological sample shall be collected by the Contracting Agency at each point where an initial bacteriological sample was collected, again using a flushing box obtained and connected by the Contractor. The hydrant barrel and the flushing box and its appurtenances shall ' be disinfected using the procedure as provided in Section 7-09.3(24)S. "Filling Procedure." The Contractor shall not disconnect the box nor its appurtenances nor otherwise cause any disturbance prior to the collection of the samples. At least fifteen (15) minutes prior to the ' scheduled time for collection of the samples, the flow from the source tap(s) and the designated non -source sample points shall be regulated by the Contractor to a flow conducive to the collection of the samples. These subsequent bacteriological samples shall be collected at least twenty-four (24) hours, but no longer than forty-eight (48) hours after the initial bacteriological samples were collected. However, the subsequent bacteriological samples may be collected later than forty-eight (48) ' hours after the initial bacteriological samples were collected upon concurrence of the Contractor. The results of the tests performed by the laboratory on these samples shall meet the same criteria as those allowed for the initial bacteriological samples. No flushing of the water system to be tested will be allowed between initial and subsequent bacteriological sampling procedures. The Contractor may charge the system with the flushing box and run no more than sixty (60) seconds of flow at each designated non -source sample point to purge the ' sample station prior to collecting the test sample. The water system shall be deemed disinfected when written results of both the initial and ' subsequent bacteriological tests, constituting one "round" of tests, meet the criteria herein set forth. Before placing the water system into service, a satisfactory written report shall be received by the Contracting Agency from the certified laboratory evidencing successful tests. ' The Contractor's attention is directed to Section 7-09.3(19)A. "Connections to Existing Mains," which provides for the maximum allowable period when a connection to the existing system is to be made by the Contractor after the water system has been deemed disinfected. t i 1 7-09.3(24)X Main Cleaning Add the following new subsection: 7-09.3(24)X Main Cleaning The Contractor shall flush and drain the section of new main as directed by the Contracting Agency's on-site representative immediately following satisfactory completion of all bacteriological testing. After the main has been flushed to the satisfaction of the Contracting Agency's on-site representative, the Contractor shall connect the new water main improvements to the existing water system and the new water main improvements will be placed into service as approved, and as may be directed, by the Contracting Agency's representative. In the event that the new water system improvements fail pass two (2) "rounds" of initial and subsequent bacteriological tests, the Contractor may request to have the Contracting Agency perform main cleaning. The Contractor must notify the Contracting Agency one (1) week in advance of the time such main cleaning is desired to be performed. The Contractor shall cooperate with the main cleaning efforts. The main cleaning procedure will require the furnishing and installation by the Contractor at its own expense, temporary cube launch facilities at the extremities of the water system to be City of Federal Way Pacific Highway South HOV Lanes Phase V Page 191 RFB 16-006 June 2016 SPECIAL PROVISIONS I tested. For water mains less than or equal to 8 -inch diameter, permanent blowoff assemblies ' meeting the requirements of Section 7-09.3(22) "Blowoff Assemblies," temporary blowoff assemblies meeting the requirements of Section 7-09.3(24)Q. "Equipment for Main Filling, Flushing and Disinfection," and fire hydrants are acceptable for use as cube launch facilities. ' For water mains larger than 8 -inch diameter, the temporary cube launch facility shall consist of ductile iron pipe and fittings connected to each end of the water main, extended to a point between one (1) and three (3) feet above the ground surface with a blind flange tapped ' two-inch (2") and providing the minimum size as follows: 12 -inch water main — 8 -inch cube launch facility ' 16 -inch and 24 -inch water main — 12 -inch cube launch facility The interior of all pipe and fittings used for temporary cube launch facilities shall be cleaned of ' all deleterious material and swabbed and/or sprayed with a clean, one percent (1%) hypochlorite solution mixed in a clean container, before they are installed. At the conclusion of main cleaning, the Contractor shall remove and dispose the temporary cube launch facilities, and restore the water system and ground surface to meet the requirements of the Plans and ' these Specifications, all at its own expense. The Contractor shall repair and restore at its own expense, any damage caused by the main ' cleaning procedure, including, but not limited to, erosion caused by water flow from blowoffs, fire hydrants, and cube launch facilities. This main cleaning procedure shall not relieve the Contractor of its responsibility for ensuring ' the proper disinfection of the water system it installed. 7-09.3(26) Placing New Water Facilities Into Operation ' Add the following new subsection: ' 7-09.3(26) Placing New Water Facilities Into Operation Subsequent to satisfactory completion of hydrostatic pressure testing, disinfection, and bacteriological testing, and taste and odor testing, the Contracting Agency will allow the new ' water facilities to be directly connected to the existing Contracting Agency's water supply system. The Contractor shall complete any remaining connections between the new water facilities and existing water facilities, and the new facilities placed into active service, within 72- ' hours of the satisfactory completion of the water quality testing. Opening of new or existing valves to place the new water facilities into operation shall only be performed by the Contracting Agency. ' Before final acceptance, the new water facilities shall remain in operation for a period of at least ten (10) calendar days. Any leaks or other defects in the Work detected in that period shall be promptly corrected by the Contractor to the satisfaction of the Contracting Agency, at the sole expense of the Contractor. 7-09.3(28) Concrete Thrust Blocking ( ) g Add the following new subsection: ' City of Federal Way RFB 16-006 ' Pacific Highway South June 2016 HOV Lanes Phase V ' Page 192 ISPECIAL PROVISIONS ' 7-09.3(28) Concete Thrust Blocking Conform to The Lakehaven Utility District standard details for general blocking, and vertical blocks herein. All fittings to be blocked as shown on the plans shall be wrapped with 8 -mil ' polyethylene plastic. Concrete blocking shall be properly formed with plywood or other acceptable forming materials and shall not be poured around joints. The forms shall be stripped prior to backfilling. ' Blocking shall be commercial concrete (hand mixed concete is now allowed) and poured in place. 7-09.3(29) Relocate Reduced Pressure Backflow Device Add the following new subsection: ' 7-09.3(29) Relocate Reduced Pressure Backflow Device Preserve and protect existing reduced pressure backflow device during relocation. Reconnect ' backflow device as shown on the contract plans. 7-09.3(30) Tapping Sleeve and Tapping Gate Valve Installation Add the following new subsection: 1 Tapping sleeves and tapping gate valve assemblies shall be installed on existing water mains at points of water main connections (normally denoted as "wet taps" or "tapping tees") shown on the Plans. Tapping sleeves and tapping gate valves shall be installed in accordance with the manufacturer's recommendations using tools and equipment specifically designed for this work. Tapping sleeves and tapping gate valve assemblies shall first be tested by air or water at a minimum pressure of one hundred (100) pounds per square inch, with no perceptible loss after at least two (2) minutes, after installation onto the existing main and before cutting into the existing main. Bedding and backfill material shall be carefully compacted around the assembly after it is installed. The Contractor shall also comply with applicable provisions of Section 7-09.3(19)A "Connections to Existing Mains." 7-09.4 Measurement Revise this section to read: Measurement for payment of pipe for water mains will be by the linear foot of pipe laid and tested, and shall be measured along the pipe through fitting, valves, and couplings. No separate measurement or payment will be made for restrained joints as shown on the Plans. If the Contractor over -excavates the pipe trench, or if otherwise the width of the pipe trench becomes wider than the payment limit shown in the Contract Plans, all material removed and placed outside the excavation payment limit shall be at the Contractor's sole expense. The payment limits shown in the Contract Plans shall be considered for payment purposes only, and are not a warranty that the trenches can be excavated and backfilled to those limits. If a separate bid Proposal item is included, measurement for gravel base for trench backfill shall be based on computed volume within the excavated neat line trench width and depth, not City of Federal Way Pacific Highway South HOV Lanes Phase V Page 193 RFB 16-006 June 2016 SPECIAL PROVISIONS to exceed the neat -line payment limits as shown on the Water Main Trench Detail, and for the ' length measured horizontally along the pipeline where the material is used, as directed by the Engineer. Otherwise, all such Work, including materials as designated on the Plans or necessary to complete the trench backfill to subgrade or finish grade as applicable, shall be ' considered incidental to the bid Proposal items for water facility installation. No separate measurement or payment will be made for furnishing, placing, and compacting ' pipe zone bedding or backfill as shown in the Plans. All costs for the Work shall be included in and be incidental to the bid Proposal items(s) for installation of the respective water facilities. Measurement for shoring or extra excavation cl. B will be as specified in Section 2-09.4, and shall apply to all temporary shoring or equivalent trench stabilization and worker protection methods and materials for the Work under this Contract. Measurement for payment of pipe for water mains will be by the linear foot of pipe laid and tested and shall be along the pipe through fittings, valves, and couplings, and shall be measured on a horizontal plane. Measurement for concrete thrust blocking or concrete thrust restraint will be per cubic yard for all concrete installed for thrust blocking in conformance with the contract documents. 7-09.5 Payment Revise this section to read: Payment will be made in accordance with Section 1-04.1 for each of the following Bid items that are included in the Proposal: "Ductile Iron Pipe for Water Main In. Diam.," per linear foot. The unit Contract price per linear foot for each size of "Ductile Iron Pipe for Water Main In. Diam." shall be full payment for all costs of the Work to complete the installation of the water main as specified in this Section. In the absence of separate bid Proposal items, the following shall be incidental to and included in the unit Contract price(s) for water main as included in the Proposal: ; sawcutting; removing surface improvements including pavement; furnishing and installing neoprene/polyethlene separation pad; protecting existing surface and subsurface improvements that are to remain; excavating the trench including extra trench excavation; removing and replacing unsuitable foundation material; dewatering the trench; furnishing and installing restrained joints, cast iron fittings as shown on the plans; couplings; concrete thrust blocking, and/or polyethylene encasement as shown on the Plans or as may be required for the Work; furnishing and installing pipe zone bedding and backfill; stockpiling including haul and protecting stockpiled excavated trench materials if designated for trench backfill; backfilling the trench with suitable excavated trench materials or classified aggregates materials as shown on the Plans; furnishing and installing supplemental trench backfill; hauling and disposing removed or excess materials, compacting and grading the bedding and backfill; furnishing, installing, maintaining, and removing temporary surfacing; repairing and/or restoring surface and subsurface improvements; furnishing, installing and maintaining temporary erosion and sediment prevention; filling, flushing, draining, hydrostatic pressure testing, disinfecting, bacteriological testing, taste and odor testing, and connecting the new pipeline to the City of Federal Way Pacific Highway South HOV Lanes Phase V Page 194 7 7 1 RFB 16-006 ' June 2016 ISPECIAL PROVISIONS ' existing water system; sequencing of the Work; furnishing, installing, maintaining, and removing temporary water mains and service connection and other associated Work not otherwise specified that will result in complete restoration of the construction area to its original or better condition, and all other incidental costs necessary for a complete installation in full working order, all as herein specified and otherwise shown in the Plans. Furnishing, maintaining, and removing temporary caps, flanges, and blowoffs, and sequencing, notifications, and coordinating with water service customers as necessary shall be incidental to the Work. ' "Additional Cast Iron Fittings," per pound. The unit Contract price per pound for "Additional Cast Iron Fittings" shall be full payment for all costs of the Work to furnish and install additional cast iron fittings not shown on the Plans, but required by the Engineer to provide a complete system, and shall include all costs necessary for a complete installation in full working order, tested and disinfected, as herein specified and otherwise shown on the Plans, including associated thrust or restraint blocks, or restrained joint(s). No additional payment shall be made for fittings and couplings which would be normally anticipated in the Work shown on the Plans, even though said fittings and couplings were not specifically shown on the Plans. ' "Connect to Existing Water Main _ In. Diam.," per each. The unit contract price per each for "Connect to Existing Water Main —In. Diam." shall be full pay for all work, including labor, materials, tools, and equipment to expose the existing water main, install, adjust, provide temporary blowoffs and blocking, and to complete the ' connections of new water main to existing water main as specified herein and as shown and noted in the Plans. Connections made to the main using tapping sleeves shall be paid and included under the "Connect to Existing Water Main In. Diam.," bid item except where connecting to a hydrant or hydrant assembly and shall include the furnishment, installation and live -tap connection to the main. Tapping sleeves and valve assemblies used for 8 In. or 6 In. hydrant assemblies shall be included in pay item "Hydrant Assembly, _ In." ' "Removal and Replacement of Unsuitable Foundation Material," per cubic yard. The unit Contract price per cubic yard for "Removal and Replacement of Unsuitable ' Foundation Material" shall be full payment for all costs for the Work to remove unsuitable material and to furnish, place and compact suitable foundation material as specified in Section 7-09.3(8) "Removal and Replacement of Unsuitable Materials." "Gravel Base for Trench Backfill," per cubic yard. C C The unit Contract price per cubic yard for "Gravel Base for Trench Backfill' shall be full payment for all cost for the Work to furnish, place, and compact gravel base for trench backfill in supplement to native trench backfill, as shown and noted in the Plans, including "Water Main Trench Detail," and as authorized in advance by the Engineer. "Concrete for Thrust Blocking," per cubic yard. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 195 RFB 16-006 June 2016 SPECIAL PROVISIONS Payment for concrete thrust blocking shall cover the complete cost of providing all labor, materials, tools, equipment required to complete the work specified in the contract documents and plans. "Relocate Reduced Pressure Backflow Device," per each. Payment for "Relocate Reduced Pressure Backflow Device" shall cover the complete cost of all labor, materials, tools, and equipment required to complete the relocation as specified in the contract plans. Backfill and reconnecting the device will be considered incidental to the relocation. If the device is damaged during the process, a new device approved by the engineer will be at the contractors expense. "Sampling Station," per each. Payment for "Sampling Station" shall cover the complete cost of labor, materials, tools and equipment required to complete the furnishing and installation of a sampling station as specified in the contract plans. Connection to the main, excavation, backfill, valve boxes, valves, corporation stops, bends, housing and any appurtenance necessary to complete the installation of the sampling station as shown in the contract plans shall be included in the payment for "Sampling Station." "_ In. Cube Launch Assembly," per each. Payment for "_ In. Cube Launch Assembly" shall cover the complete cost of labor, materials, tools and equipment required to complete the furnishing and installation of a cube launch facility as specified in the contract plans. Connection to the main, excavation, backfill, valve boxes, valves, corporation stops, bends, housing, vaults and any appurtenance necessary to complete the installation of the sampling station as shown in the contract plans shall be included in the payment for "_ In. Cube Launch Assembly." 7-10 VACANT Revise this section, including heading, to read: 7-10 TEMPORARY WATER MAINS AND WATER SERVICE CONNECTIONS 7-10.1 Description This work consists of constructing, operating, maintaining, and removing temporary water mains and service connections in support of permanent water system improvements in accordance with the Plans and Specifications. 7-10.2 Materials Materials shall meet the requirements of the following sections: Pipe Ductile Iron Pipe Steel Pipe (4" and Under) Polyvinyl Chloride (PVC) Pressure Pipe (under 4 inches) Polyethylene Pressure Pipe (under 4 inches) Temporary Water Mains Fittings City of Federal Way Pacific Highway South HOV Lanes Phase V Page 196 9-30.1 9-30.1(1) 9-30.1(4)B 9-30.1(5)B 9-30.2(10) 9-30.9(1) 9-30.2 7 RFB 16-006 ' June 2016 Ll J SPECIAL PROVISIONS Ductile Iron Pipe Steel Pipe (4" and Under) Restrained Joints Transition, Reducing and Flexible Couplings For Temporary Water Mains Valves Tapping Sleeve and Valve Assembly End Connections 9-30.2(1) 9-30.2(4)B 9-30.2(6) 9-30.2(12) 9-30.9(1) 9-30.3(2) 9-30.3(8) 9-30.3(9) Gate Valves (2" - 12") 9-30.3(10) Bronze Gate Valves (Under 3") 9-30.3(15) Ball Valves for Temporary Water Main and Service Connections 9-30.9(1) Water Service Connections (2 -inches and Smaller) 9-30.6 Saddles 9-30.6(1) Corporation Stops 9-30.6(2) Polyethylene Tubing 9-30.6(3)B Service Fittings 9-30.6(4) Brass Nipples and Fittings 9-30.6(6) Insulating Service Couplings 9-30.6(8) Temporary Water Service Connections 9-30.9(2) Temporary Pipe and Hose Ramps 9-37.2 The Contractor shall provide to the Engineer the names of the manufacturer(s) of the water distribution materials proposed for inclusion in the Work, which materials shall conform in every respect to these Specifications, and shall provide the Manufacturer's Certificate of Compliance meeting the provisions of the General Conditions, for the materials proposed for inclusion in the Work. As used in this Specification, the term "lot of material delivered to the Work" shall mean a shipment of the water distribution materials as it is delivered to the job site. The Engineer shall have free access to all testing and records pertaining to material to be delivered to the job site. The Engineer may elect to be present at any or all material testing operations. 7-10.3 Construction Requirements The Contractor shall furnish and install temporary water facilities, including a protected connection or connections to active water facilities, temporary water mains and service ' connections, and other temporary improvements as described in this Section and Appendix J when and as shown on the Plans, in accordance with a proposed plan for Temporary Water Service as approved by the Engineer, and as necessary to maintain water service and prevent ' water service disruptions exceeding the threshold time limits set forth in subsections 7-10.3(3) "Allowable Water Service Disruption and Notice," and 7-10.3(4) "Temporary Water Service." Prior to commencing the Work under this Section, the Contractor shall prepare and submit for ' the Engineer's review a proposed plan for temporary water service.. At a minimum, the Plans shall include the proposed general configuration and location of the temporary water mains, specific configuration for a typical temporary water service connection, and provisions for: ' • Protecting the temporary facilities from damage due to traffic, weather, and vandalism. • Accommodating the safe movement of vehicular and pedestrian traffic. t• Controlling discharges without damage to public or private improvements. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 197 SPECIAL PROVISIONS • Responding to temporary water main and service connection issues during work and non - work hours. Generally, temporary water facilities shall be installed in protected areas outside of traffic areas. Where necessary to facilitate the safe movement of vehicles and pedestrians, and to protect the temporary water facilities from damage or disruption, temporary pipe or hose ramps shall be installed. Temporary pipe or hose ramps across traveled public roadways shall be aligned on a slight diagonal from perpendicular to centerline of the roadway to allow for staggered wheel and impact loadings. Any such installation shall be subject to the review and approval of the jurisdictional agency and such supplemental conditions as may be imposed, and shall be accompanied by temporary traffic control signs as shown on the Plans, or reviewed Traffic Control Plan. A Plan or proposed Plan for Temporary Water Service shall limit the number of roadway crossings to the maximum practical extent. The design and installation of the temporary pipe or hose ramps shall provide for the safe movement of traffic across the surface of the ramp, and protect the pipe or hose without displacement, or damage to the pipe, or pavement under the temporary ramp. Open cutting of driveways, roadways, or other paved surface for temporary water facilities will not be allowed except in locations as shown on the Plans for removal and replacement of existing surfacing. In lieu of temporary ramps, the Contractor may pneumatically bore and install temporary water facilities under paved surfaces. The depth of the pneumatic bore shall be sufficient to protect the temporary water facilities and surface improvements from damage, and shall otherwise be aligned both horizontally and vertically to avoid damaging other subsurface or surface facilities or other improvements. Water in the temporary water mains shall be used only to provide temporary water service to Contracting Agency water service accounts. Disruptions of water service shall conform to the coordination and notification requirements of Section 7-10.3(3) "Allowable Water Service Disruption and Notice." L C 1 Following satisfactory completion of the new water main and/or restoration of water service, the Contractor shall remove, dispose and/or salvage the used temporary water facilities, including t temporary pipe and hose ramps, and restore any improvements disturbed by such temporary facilities. 7-10.3(1) Temporary Water Mains , Connection to the existing active water main or main shall be protected by an approved backflow prevention device, whether a chlorination or flush box, as furnished by the Contracting t Agency. The connection configuration shall be in accordance with the "Temporary Water Main Assembly" detail as shown in the Plans and described in this subsection. The Contractor shall be responsible to apply for and obtain the chlorination or flush box from ' the Contracting Agency at the Water Operations building, including payment of the standard deposit. No rental charge will be applied for water use through either the chlorination or flush ' boxes when used in conjunction with Contracting Agency projects. The backflow device shall City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 198 , ISPECIAL PROVISIONS I either be connected to an available fire hydrant or temporary blowoff as identified in the Plans, or approved Temporary Water Service Plan. ' The Contractor shall furnish and install security measures to ensure the integrity of the temporary connection and water mains. At a minimum, the backflow prevention device shall be installed outside the traffic clear zone, and be secured to one or more ecology or equivalent ' concrete blocks with stainless steel aircraft cable and high-strength steel padlock(s). Temporary anchors and insulation shall be placed along the temporary water mains as necessary to secure the pipe, and minimize the potential for freezing or other damage. ' The Contractor shall furnish and install manifolds, fabricated or cut -in tees, control valves, and temporary water main blowoff assembly as shown on the Plans or the approved Temporary Water Service Plan to isolate and control flow to, and drainage form or flushing of the main or mains. Temporary water main blowoff assemblies shall be placed and secured in a similar manner as the backflow prevention device. Handling of temporary water main materials shall be in accordance with Section 7-09 and AWWA C651. Prior to placing the temporary water main and connected temporary water service connection stubs into service, the water main shall be hydrostatically tested to a minimum pressure of 150 psi, and disinfected and subjected to bacteriological testing as otherwise provided in ' Section 7-09. If authorized by the Contract Agency inspector, the method for chlorination as provided in Section 4.5 of AWWA C615-14, modified to include use of a flushing cube as furnished by the Contracting Agency, may be used to disinfect the temporary water main. ' 7.10.3(2) Temporary Water Service Connections The Contractor shall furnish and install temporary water service connections as shown on the Plans, or the approved Temporary Water Service Plan, as necessary to maintain water service to customers in accordance with subsections 7-10.3(3) "Allowable Water Service Disruption and Notice," and 7-10.3(4) "Temporary Water Service," and as provided in this subsection. ' Temporary water service lines shall have a minimum nominal diameter of one (1) inch, or the dimension shown on the Plans, whichever is larger. The temporary water service line shall be connected to the temporary water main at a fabricated tee, or corporation stop and saddle. If ' connected at a fabricated tee, a ball valve or curb stop valve shall be installed after the tee to control the flow to the service line. The temporary water service lines shall be terminated with a temporary cap pending confirmation of sound connections, and flushing to clear and disinfect the temporary service lines prior to connection to the back (customer) side of the meter setter. A 90 -degree street el ' or swing joint shall be used with short segment of pipe and appropriate connector as shown on the Plans or as necessary to complete the connection to the meter setter. The meter will be removed in advance by the Contracting Agency. Following confirmation of sound connections, and completion of disinfection and flushing to the satisfaction of the Contracting Agency inspector, the Contractor shall complete the temporary connection to the back (customer) side of the meter setter. The Contractor shall perform and coordinated with the Contracting Agency inspector any subsequent flushing of the temporary ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 199 SPECIAL PROVISIONS service connection and customer supply line as determined by the Contracting Agency inspector. 7-10.3(3) Allowable Water Service Disruption and Notice For single family residential properties and irrigation service - the contractor shall coordinate and confirm with the engineer a minimum of 48 -hours (2 business days) in advance of any anticipated water service disruption less than 4 -hours during a calendar day or 24-hour period, and prepare and hand -deliver lakehaven-furnished notification forms to each affected water system customer a minimum of 24 -hours prior to such disruption as may be authorized by lakehaven. The contractor shall coordinate and confirm with the engineer a minimum of 72 - hours (3 business days) in advance of any anticipated water service disruption exceeding 4 - hours during a calendar day or 24-hour period, and prepare and hand -deliver lakehaven- furnished notification forms to each affected water system customer a minimum of 48 -hours prior to such disruption as may be authorized by lakehaven. For multi family and commercial properties - for service connections other than single-family residential and irrigation, water service shall not be disrupted during business hours unless the contractor has coordinated with the potentially affected property and business owners a minimum of five -(5) business days in advance of the proposed water service disruption, and obtains written agreement to allow such water service disruption from those same property and business owners a minimum of (3) days in advance of the proposed water service disruption Water service disruptions of a maximum of one (1) hour may be allowed during business hours, exclusive of restaurant and food preparations businesses, for service transfers or connections, and subject to the following advance coordination and notifications requirements. The contractor shall coordinate and confirm with the engineer a minimum of 72 -hours (3 business days) in advance of water main shut-off or service disruption in accordance with the schedule submitted to and reviewed by the engineer, and subject to the city of federal way's authorization(s) as applicable. The contractor shall prepare and hand -deliver district furnished notification forms ("door hangers") a minimum 48 -hours (2 business days) in advance of such authorized water service disruption. The notices shall include the anticipated timing of the water service disruption. In the absence of such written authorization (s), the contractor shall perform the work requiring water service disruption(s) during non -business hours, and/or install temporary water service(s), as necessary to complete the work. The Contracting Agency will provide the locations or addresses of the affected buildings and premises. 7-10.3(4) Temporary Water Service The Contractor shall be responsible to develop a proposed plan to provide temporary water service for any scheduled work requiring a water main or meter shutoff exceeding the limitations set forth in 7-10.3(3). Such plan, as a prerequisite for performing the scheduled work, shall be submitted for the Engineer's review a minimum of (7 business days) prior to the time that the Contractor needs to commence work to complete the proposed temporary service(s). Acceptance of a proposed plan for temporary water service shall be at the sole discretion of the Engineer and the Contractor shall not presume that a proposed plan will be accepted. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 200 r J J 7 C RFB 16-006 t June 2016 ISPECIAL PROVISIONS ' 7-10.4 Measurement If included as bid Proposal item, no specific unit of measurement shall apply to the lump sum item for "Construction Sequencing and Temporary Water Service." ' 7-10.5 Payment Payment will be made in accordance with Section 1-04.1 for the following Bid item when it is included in the Proposal: "Construction Sequencing and Temporary Water Service," lump sum. The lump sum Contract price for "Construction Sequencing and Temporary Water Service" shall be full payment for all costs of the Work to sequence the Work as provided in Section 7-10, and to furnish, install, maintain, remove the temporary water facilities as set forth in this Section. Additionally, the lump sum price shall include full payment to perform work at night as necessary, work multiple crews at once and to coordinate with and notify water service customers and the jurisdictional land use agency as applicable.. ' 7-12 VALVES FOR WATER MAINS ' 7-12.1 Description Revise the first paragraph to read: Valves for water mains shall be suitable for a public potable water system environment, and for installation in a plumb (vertical position) position andntended to be installed in a normal position on buried and non -buried pipelines for water distribution and transmission systems. ' 7-12.2 Materials Revise the first paragraph to read: Materials shall meet the requirements of the following Sections: ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 201 Concrete Blocks 9-12.1 Concrete Brick 9-12.2 Valves 9-30.3 Valve Boxes 9-30.3(4) Valve Marker Posts 9-30.3(5) ' Combination Air Release/Air Vacuum Valves 9-30.3(7) Tapping Sleeve and Valve Assembly 9-30.3(8) ' End Connections Resilient -Seated Gate Valves (4" - 12") 9-30.3(9) 9-30.3(10) Gate Valves (14"-24") 9-30.3(11) ' Bronze Gate Valves Check Valves 9-30.3(15) 9-30.3(16) Pressure Reducing and Pressure Relief Valves 9-30.3(17) Precast Concrete Vaults 9-30.8(1) ' Steel Casing for Boring, Jacking and Direct Burial 9-30.8(2) Flow Strainers 9-30.8(3) Pressure Gauges 9-30.8(4) ' Precast Concrete Vaults 9-30.8(5) ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 201 SPECIAL PROVISIONS 7-12.3 Construction Requirements Supplement this section with the following: Trench excavation, bedding and backfill materials and requirements shall conform to the provisions of Section 7-09 "Water Mains." 7-12.3(1) Installation of Valve Marker Post Revise this section to read: Valve marker posts shall be furnished and installed at the locations shown on the Plans and in accordance with the Standard Plans. Valve marker posts shall be placed at the edge of the right-of-way opposite the valve and be set with twenty (20) inches of the post exposed above grade. The exposed portion of the valve marker post shall be painted with two (2) coats of Sherwin-Williams industrial enamel paint, Gloss Safety Yellow No. B54Y37. The Contractor shall then note the size of the valve, and the distance in feet and inches to the valve from the valve marker post, with black paint on the face of the post, using stencils which will produce letters two (2) inches high. 7-12.3(2) Valve Installation Add the following new subsection: Gate valves shall be resilient -seat gate valves unless otherwise shown on the Plans. All valves shall be inspected upon delivery in the field to ensure proper working order before installation. They shall be set and connected to the pipe in the manner as set forth in the AWWA standard for the type of connecting ends furnished. The valves shall be carefully inspected for injury to the outer protective coatings. At all places where the coating has been ruptured or scraped off, the damaged area shall be cleaned to expose bare metal, and the area cleaned shall then be recoated with two (2) or more field coats of approved protective coating. Upon delivery to the Project, all valves shall be opened to prevent the collection of water in the valve while being stored. The interiors of the valves shall be cleaned of all deleterious material and shall be carefully inspected in both the open and closed position prior to installation. The valve operating stem shall be set plumb when installed, unless otherwise shown in the Plans. As provided for in Section 7-09.3(5) "Grade, Depth and Alignment," the depth of trench excavation shall be such that the minimum cover over any valve operating nut is one (1) foot. No valve shall be placed in such a location as to be within any roadside ditch, drainage ditch, drainage channel, or other low area that collects intermittent drainage water. Valves not flanged to fitting groups shall be provided with concrete thrust blocking meeting the requirements of the Standard Plans. Backfilling and compaction around the valves shall be as specified in Section 7-09.3(10) "Backfilling Trenches" and Section 7-09.3(11) "Compaction of Backfill." After installation, all valves shall be subjected to hydrostatic pressure testing and disinfection procedures as specified in Section 7-09.3(24) "Disinfection of Water Mains" and Section 7-09.3(23) "Hydrostatic Pressure Test." Should any defects in the design, materials, or workmanship appear during these tests, the Contractor shall correct such defects with the least possible delay and to the satisfaction of the Contracting Agency. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 202 RFB 16-006 June 2016 J ISPECIAL PROVISIONS ' 7-12.3(3) Valve Box Installation Add the following new subsection: ' For gate valves 12" and less - Valve boxes shall be set plumb and centered over the valve or valve operator where the axis of the valve box is common with the projected axis of the valve stem, in a manner that the valve box does not transmit shock or stress to the valve. The valve box bottom section shall be installed in a manner as to be supported by an Ethafoam® collar not less than two (2) inches in thickness. The bottom section shall not rest directly upon the body of the valve or the water pipeline. Backfill shall be carefully tamped around the valve box bottom and top sections to a distance of three (3) feet on all sides of it or to the undisturbed trench wall, if it is closer. The valve box ' cover shall be set flush with the existing or proposed finished grade for streets, sidewalks, driveways, and or other flexible or rigid pavement surface, whichever is applicable, with the lug slots oriented such that the lugs of the cover are parallel with the water main. Where valves are located in sections designated to receive more than one surfacing course of either aggregate or ' pavement, and the intermediate surface courses will be opened to traffic prior to placement of the final lift of surfacing material; the Contractor shall install the valve box extension to allow adjustment to match the grade and surface of each intermediate and the final layer, and shall ' adjust the valve box extension to match each such intermediate and final grade and surface. No deleterious material and debris shall be left within the valve box. Cast iron pipe shall be provided and installed between valve box bottom and top sections for deep valve installations. Cut ends shall be squared, beveled, and deburred prior to installation. ' For gate valves 14" and larger - Valve boxes for 14" & larger valves shall be installed per the detail in the plans. High impact riser sections shall meet 9-30.8(4) High Impact Riser Sections section. ' 7-12.3(4) Asphalt Valve Box Protective Pad Installation Add the following new subsection: All valves with valve boxes located outside a paved surface shall be provided with an asphalt valve box protective pad. The asphalt valve box protective pad shall be constructed to the ' dimensions shown and otherwise in accordance with the Standard Plans. Valve boxes shall be adjusted to match the finish grade and surface without depressions. ' 7-12.3(5) Air Vacuum Valve Assembly Installation Add the following new subsection: Combination air release and vacuum valve assemblies shall be installed at locations shown on the Plans and in accordance with the Standard Plans. The actual tap on the water main shall be at the actual high point of the constructed water main. The standpipe and the box which contains the valve shall be located outside the traveled portion of the roadway, preferably behind the curb and sidewalk at property line intersections. All piping shall be continuously sloped to permit escape of any entrapped air within the water mains. ' 7-12.3(7) Pressure Reducing Valve Station Add the following new subsection: City of Federal Way RFB 16-006 Pacific Highway South June 2016 ' HOV Lanes Phase V Page 203 SPECIAL PROVISIONS 7 Pressure reducing valve stations shall be constructed at the locations shown on the Plans, and ' in accordance with the Standard Plans and the details for the particular installation shown on the Plans. ' Grubbing the structure site, building and later removing shoring, pumping or draining excavated areas, protecting excavated materials from the weather, and placing and compacting backfill shall all meet the requirements of Division 2-09 "Structure Excavation" for structure excavation, Class A. The bedding material for the vault shall be placed on firm soil. If the foundation is deemed inadequate by the Engineer, the Contractor shall excavate and remove from the Project the unsuitable material and furnish and place foundation material Class A or Class B meeting the requirements of Section 7-09.3(8) "Removal and Replacement of Unsuitable Foundation Material." The vault shall be installed level and plumb and shall be water tight. The access cover shall be seated properly to prevent rocking. The pressure reducing valves, strainers, pressure relief valve, isolation gate valves, and pipe, fittings, and other appurtenances shall be constructed in accordance with the applicable AWWA and Uniform Plumbing Code requirements. The side sewer connection shall per Lakehaven Utility District's side sewer installation details and SS -07 standard plan. Concrete inlets, frame and covers shall be per WSDOT standard plans, see appendix D. The grading and restoration shall be per the contract plans. The vault access hatch shall extend six inches (6") above the finished grade when the vault is located in a non -traffic area and the backfill material shall be sloped up to meet the hatch frame. The access hatch shall be flush with the finished grade when the vault is located in a traffic area. The Contractor shall slope the pavement away from the hatch when the vault is located in a traffic area. The hinge to the access hatch shall be on the right side of the ladder (oriented when climbing). The exterior standpipes for the vault vent and pressure relief valve outlet shall be located as shown on the Plans. The vault shall meet the size requirements shown on the plans and meet the requirements of the standard detail. The vault shall be installed so that all vault joints, penetrations of pipe and other appurtenances, etc., are water tight. Pressure gauges shall conform to the requirements of Section 9-30.8(3) "Pressure Gauges." The Contractor operation, and manufacturer. shall be required to submit four (4) copies of all applicable installation, maintenance manuals from the pressure reducing and pressure relief valve 7-12.3(9) Steel Casing (Special Provision) Section 7-12.3(9) is added: City of Federal Way Pacific Highway South HOV Lanes Phase V Page 204 7 RFB 16-006 ' June 2016 ISPECIAL PROVISIONS ' Where steel casing is required by the plans, the casing pipe shall meet the material requirements listed above. Casing spacers shall be installed near the ends of the casing pipe or at each ten feet of the casing pipe, whichever is less. Sand backfill between the casing and ' carrier pipe shall be required. In order to prevent the sand from being washed from the casing, the ends of the casing shall be cemented after installation. 7-12.4 Measurement Revise this section to read: Measurement of valves shall be per each for each type and size installed as specified in this ' Section, except those gate valves, resilient -seated gate valves, check valves, pressure reducing valves, and pressure relief valves which are specifically included in other items of work. ' Measurement of pressure reducing valve vault stations shall be per each installed pressure reducing valve vault station that has successfully completed its commissioning period. ' 7-12.5 Payment Revise this section to read: Payment will be made in accordance with Section 1-04.1 for each of the following Bid items that are included in the Proposal: ' "Steel Casing _ In. Diam," per linear foot. The contract bid price for "Steel Casing _ In. Diam." shall be full compensation for all labor, ' material, tools and equipment necessary to satisfactorily complete the work as defined in the Contract Documents and details, including all incidental work. "Split Steel Casing 20 In. Diam.," per linear foot. The contract bid price for "Steel Casing _ In. Diam." shall be full compensation for all labor, ' material, tools and equipment necessary to satisfactorily complete the work as defined in the Contract Documents and details, including all incidental work. This includes install a steel casing around an existing 8" diameter water pipe that is to remain in service during casing ' installation. "Gate Valve, In.," per each. ' "Gate Valve, In. — Spur Gearing," per each "Spur -Gear Gate Valve Box." per each ' The contract bid price for "Spur -Gear Gate Valve Box" shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as defined in the ' Contract Documents and details. This work includes, but is not limited to frame and cover, standard and high impact riser sections, caulking, grout, backfill, and conversion riser or flat top slab for bearing. ' "Pressure Reducing Valve Station No. " per each. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 205 SPECIAL PROVISIONS The unit Contract price per each for "Pressure Reducing Valve Station No. ," shall be full pay for furnishing all labor, materials, tools, and equipment necessary for the construction of the complete pressure reducing valve station as shown on the Plans (pay limits shown on the plans) and in the Standard Plans and herein specified including, but not limited to, structural excavation, backfilling, compacting the backfill material, grading around the valve station as shown in the contract plans, surface restoration, vault bedding, furnishing and setting the vault, access hatch, access ladder, vault drain, pressur discharge pipe, pressure relief catch basin and associated frame/cover, drain pipe, installation and backfill, side sewer connection and all pipes, fittings, excavation and backfill necessary to make the side sewer connection, pressure reducing valves, pressure relief valve and blowoff per plans (if applicable), pipe supports, vault thrust blocks, gate valves, pressure gauges, basket strainers, painting, , protection of existing utilities, handling, cutting, installing, and cleaning the pipe and assembling joints, filling, flushing, and disinfecting the pipe and fittings, hydrostatic pressure testing, core drilling and all connections to the water mains, and shall include all costs necessary for the complete installation in full working order, tested and disinfected. Any fittings not shown on the plans to align the pipe entering the pressure reducing valves shall be paid under "Additional Cast Iron Fittings." "Modify Existing Steel Casing," per each. The unit contract price per each "Modify Existing Steel Casing," shall be full pay for furnishing all labor, materials, tools and equipment necessary to cut the existing steel casing pipe, repack with sand once the connection has been made, install additional casing spacers and reseal the end with cement concrete. If the Bid Proposal item does not specify the diameter of the steel casing to be modified, payment will be in accordance with the unit contract price, regardless of the diameter of the pipe modified. Removing of the existing steel casing will be paid under 2-02 "Remove Steel Casing." 7-14 HYDRANTS 7-14.2 Materials Revise this section to read: Materials shall meet the requirements of the following Sections: Hydrants 9-30.5 End Connections 9-30.5(1) Hydrant Dimensions 9-30.5(2) Hydrant Extensions 9-30.5(3) Hydrant Restraints 9-30.5(4) Traffic Flanges 9-30.5(5) Guard Posts 9-30.5(6) Hydrant Nozzles 9-30.5(7) Operating Nuts 9-30.5(8) Pipe for Water Main 9-30.1 Ductile Iron Pipe 9-30.1(1) Fittings 9-30.2 Ductile Iron Pipe 9-30.2(1) Restrained Joints 9-30.2(6) City of Federal Way Pacific Highway South HOV Lanes Phase V Page 206 RFB 16-006 June 2016 C ISPECIAL PROVISIONS ' Bolted, Sleeve -Type Couplings for Plain End Pipe 9-30.2(7) Valves 9-30.3(11) Gravel Backfill for Drywells 9-03.12(5) ' Construction Geotextile for Underground Drainage 9-33 Low-density Polyethylene Foam 9-30.8(5) ' 7-14.3 Construction Requirements Supplement this section with the following: Trench excavation, bedding, and backfill materials and requirements shall conform to the provisions of Section 7-09 "Water Mains." Following completion of the installation, relocation, reconnecting, extending or removing a fire ' hydrant or fire hydrant assembly, the surface or surfacing in the area affected by the Work shall be constructed in accordance with the Plans, and/or restored to pre -construction conditions. ' Hydrant laterals shall be constructed with six-inch (6") or eight -inch (8") diameter ductile iron pipe Special Thickness Class 52 and have restrained joints. See contract plans for hydrant lateral sizes. A thrust block shall be placed at the hydrant tee as shown in the plans; tie rods or ' shackle rods shall not be used to provide thrust restraint for the hydrant lateral. The lateral shall be extended perpendicular from the connecting main at the hydrant tee to the fire hydrant, and be constructed with as few joints as possible. Where the distance between the hydrant tee and the hydrant is less than an integral number of standard minimum standard laying lengths of pipe from the pipe manufacturer, the number of joints between the hydrant ' valve and the hydrant shall be limited to the next larger integral number of laying lengths minus one (1), except where the Plans show or the Contracting Agency inspector determines that bends are necessary. Where more than one segment of pipe is required such as at bends, the minimum pipe length between fittings shall be two (2) feet. The length of the hydrant lateral ' shall not exceed fifty (50) linear feet, unless otherwise shown on the Plans, or approved by the Engineer. I7 -14.3(l) Setting Hydrants Revise this subsection to read: Fire hydrants shall be installed at the locations shown on the Plans and in accordance with the Standard Plans. Hydrants shall not be installed within three (3) feet of the traveled portion of the travelled way. In addition, a minimum three-foot (3') radius unobstructed, level working area ' shall be provided around all hydrants. Hydrants shall be installed plumb (vertical) with the hydrant pumper (steamer) port facing the street, or the most likely approach and location of a fire truck while pumping at the hydrant, and as may be directed by the Contracting Agency's ' Inspector. The hydrant bury depth, defined by AWWA C502-14 as the distance to the nearest six (6) inches from the finished ground surface to the bottom of the connecting pipe, shall be a nominal ' 3.5 to 4.5 feet, except as otherwise shown on the Plans or directed by the Contracting Agency's Inspector. ' The bottom of the traffic safety flange shall be set between three (3) inches and six (6) inches above the finished grade at the base of the fire hydrant. The level of the clear zone around the ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 207 SPECIAL PROVISIONS fire hydrant shall match the back edge of sidewalk, or outside edge of pavement for the travelled way in rural road sections. All hydrants shall be set on a concrete block as shown in the Standard Plans. The hydrant barrel drain shall waste into a pit of porous gravel material meeting requirements of Section 9-08.12(5) "Gravel Backfill for Drywells." The Contractor shall ensure that the drain is not covered or otherwise constrained from draining. The gravel shall be separated from the backfill material by construction geotextile for underground drainage. Fire hydrants installed in unimproved areas not shown in the Plans to be surfaced with flexible or rigid paving materials shall have a concrete collar as shown in the Standard Plans and as specified hereunder. Concrete shall be Class 3000 as specified in subsection 6-02.3(2)B, and shall be a minimum of two (2) feet in diameter, centered on the hydrant, by 0.5 -foot thick. The concrete shall be placed against and separated from the hydrant barrel by a 3/8 -inch thick premolded joint filler conforming to subsection 9-04.1(2). In areas adjacent to paved roadway shoulder, sidewalks, or walkways, and the fire hydrant is less than five (5) feet from the edge of such paved surface, the concrete collar shall be installed as a rectangular section with minimum two (2) feet from the center of the hydrant to the edge of the concrete, and extended to the meet the edge of the paved surface. When the collar is placed adjacent to Portland cement concrete pavement, a 3/8 -inch premolded joint filler conforming to subsection 9-04.1(2) shall be installed between the two vertical surfaces. Concrete finishing shall be in accordance with subsection 8-04.3(1) at a minimum, or shall match the adjoining finished concrete surface. All fire hydrants shall be inspected upon delivery in the field to ensure proper working order before installation. After installation, auxiliary gate valves, fittings, other appurtenances, and fire hydrants up to the main hydrant valve shall be subjected to the hydrostatic pressure test as specified in Section 7-09.3(23) "Hydrostatic Pressure Test." The fire hydrant itself shall be subjected to the normal working pressure of the water system after it is placed into service and any detectable leakage from any portion of the hydrant assembly shall be corrected by the Contractor at its own expense. After installation, fire hydrants, auxiliary gate valves, and other appurtenances thereto shall be subjected to disinfection procedures as specified in Section 7-09.3(24) "Disinfection of Water Mains." If the fire hydrant itself is not subject to disinfection as a designated non -source sample point, the fire hydrant shall be filled with a clean, one percent (1%) hypochlorite solution with the auxiliary gate valve closed and the main hydrant valve fully opened (to close the hydrant barrel drain valve). Fire hydrants shall not be backfilled until first approved by the Engineer for compliance with the Plans and Specifications. Standard hydrant bury depth shall be 3.5 to 4.5 feet. A non-standard bury depth may be allowed. 7 11 After all installation and testing procedures are satisfactorily completed, the exposed portion of the fire hydrant, except the Storz adapter, shall be painted with two (2) coats of Sherwin/Williams industrial enamel paint, Gloss Safety Yellow No. B54Y37. Any fire hydrant not in service shall be so identified by covering with a burlap or plastic bag ' properly secured. 7-14.3(2) Hydrant Connections Revise this subsection to read: ' City of Federal Way RFB 16-006 , Pacific Highway South June 2016 HOV Lanes Phase V ' Page 208 SPECIAL PROVISIONS Fire hydrant connections or laterals shall consist of six-inch (6") or eight -inch (8") ductile iron pipe from the water main to the fire hydrant, and shall include an auxiliary gate valve set vertically and placed in the connection or lateral in accordance with the Standard Plans. The ' ductile iron pipe shall be Special Thickness Class Class 52, or the thickness class used for the adjacent water mains, whichever is greater. 7-14.3(2)A Hydrant Restraints Revise this subsection to read: The thrust created in the fire hydrant connection or lateral shall be restrained at the joints using a thrust restraint system provided for in Section 9-30.5(4) "Hydrant Restraints" and as shown in the Standard Plans. Shackle or tie rods or thrust blocks shall not be used to restrain thrust. I 7 -14.3(2)B Auxiliary Gate Valves and Valve Boxes Revise this subsection read: ' The auxiliary gate valve and valve box shall be installed in accordance with Section 7-12.3(2) "Valve Installation" and Section 7-12.3(3) "Valve Box Installation." The auxiliary gate valve shall be installed in a manner compatible with the hydrant connection/lateral thrust restraint system. ' An asphalt valve box protective pad shall also be installed where required in accordance with Section 7-12.3(4) "Asphalt Valve Box Protective Pad Installation." A valve marker post for the auxiliary gate valve shall not be installed. ' 7-14.3(2)C Hydrant Guard Posts Revise this subsection to read: ' Fire hydrant guard posts shall be constructed at the locations shown on the Plans and in accordance with the Standard Plans. The exposed portion of each fire hydrant guard post shall be painted with two (2) coats of Sherwin/Williams industrial enamel paint, Gloss Safety Yellow 'No.1354Y37. 7-14.3(5) Reconnecting Existing Hydrants ' Revise this subsection to read: Existing fire hydrants shall be reconnected where shown on the Plans. The location and ' elevation of the existing fire hydrant shall remain unchanged, but the existing fire hydrant connection is changed to connect with a new hydrant lateral tee installed in a new water main. ' Fire hydrant reconnections shall meet the requirements of Section 7-14.3(1) "Setting Hydrants" through Section 7-14.3(2)C "Hydrant Guard Posts," as applicable. The existing hydrant lateral tee shall be left in place or removed in accordance with the criteria set forth in Section 7-14.3(7) ' "Removing Existing Hydrant Assemblies." Thrust restraint systems as provided for in Section 9-30.5(4) "Hydrant Restraints" shall be used to restrain thrust in the fire hydrant connection/lateral where possible. Any other method for ' thrust restraint shall be expressly approved by the Engineer prior to its installation. 7-14.3(6) Hydrant Extensions ' Revise this subsection to read: ' City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 209 RFB 16-006 June 2016 SPECIAL PROVISIONS I The Contractor shall furnish and install fire hydrant vertical barrel extensions where required due to an unanticipated greater -than -normal water main depth, or the surface grade is raised or lowered. The fire hydrant barrel extensions, operating stems for the hydrant main valve, and traffic flanges shall conform to AWWA C502 in design, material, and workmanship. After ' installation, the extended fire hydrant shall be painted as specified in Section 7-14.3(1) "Setting Hydrants," and shall be subjected to a hydrostatic pressure test and disinfection procedure as specified in Section 7-09.3(24) "Disinfection of Water Mains" and Section 7-09.3(23) "Hydrostatic Pressure Test." The bottom of the traffic safety flange shall be set between three (3) inches and six (6) inches above the finished grade at the base of the fire hydrant 7-14.3(7) Removing Existing Hydrant Assemblies Add the following new subsection: (NEW SUBSECTION) ' 7-14.3(7) Removing Existing Hydrant Assemblies Existing fire hydrant assemblies shall be removed and/or decommissioned where shown on the Plans, or as may be directed by the Engineer. I The existing hydrant lateral tee shall be left in place or removed in accordance with the below criteria. 1 1. If the water main to which the tee is connected is to remain active, and a flange connection exists on the branch of the tee, all pipe, fittings, valves, etc., connected to the tee shall be removed from the branch of the tee. A blind flange shall then be installed on the exposed branch of the tee. 2. If the main to which the tee is connected is to remain active, and a flange connection does ' not exist on the branch of the tee, the tee shall be removed from the water main which will remain in service. Then a new section of pipe shall be inserted into the water main in place of the removed tee. 3. If the main to which the tee is connected is scheduled to remain in place and out -of -service (deactivated), the tee shall not be disturbed unless otherwise required by adjacent work, , and the hydrant lateral and valve shall be removed. 4. If the main to which the tee is connected is scheduled for temporary reactivation for a short ' duration (such as until all water service connections and fire hydrants are transferred to a new water main), the branch of the tee shall be plugged or capped, and the hydrant lateral and valve shall be removed after the fire hydrant is removed from service ' 5. If the main to which the tee is connected is scheduled to be removed, the tee shall be disconnected from the hydrant lateral and removed with the main. The remaining portion of ' the hydrant lateral and valve shall either be removed or decommissioned as provided in `6' below. 6. If a portion of the hydrant assembly is designated on the Plans, or directed by the Contracting ' Agency inspector, to not be removed, the following shall apply for decommissioning components to remain: City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 210 ' SPECIAL PROVISIONS • An open branch of the hydrant tee shall be terminated as provided above, or decommissioned with a plug of concrete if connected to a permanently deactivated water main. • A hydrant valve shall have the valve box removed or a mud plug installed. • An open (exposed) end of the hydrant lateral shall be decommissioned using a concrete plug a minimum of three (3) pipe diameters in the exposed end of the pipe. The Contractor shall remove, dispose, or salvage the existing fire hydrant, auxiliary gate valve, and valve box. Fire component designated on the Plans shall be salvaged to the Contracting Agency. The Contractor shall be responsible to load and haul the salvaged component to the location designated by the Contracting Agency, and to coordinate with the Contracting Agency inspector the timing of such haul, access to the designated site, and off-loading of the salvaged component by the Contracting Agency. 7-14.3(8) Hydrant Assemblies Add the following subsection: Where shown on the Plans, or as may be directed by the Engineer, the Contractor shall furnish and install a hydrant assembly in accordance with these Specifications, and the Standard and Contract Plans. Installation of the hydrant tee fitting, auxiliary valve, and lateral main, and the hydrant shall be in accordance with the respective sections of the specifications. All such work shall be incidental to "Hydrant Assembly, _ In.", and no separate measurement or payment will be made. When a separate bid Proposal item is included, all costs for furnishing and installing one or more restrained joint fittings, as determined necessary by the Contracting Agency's inspector to avoid conflicts with other utilities or obstructions not shown on the Plans, shall be included in and incidental to the lump sum or unit price per pound for "Additional Cast Iron Fittings". 7-14.3(9) Hydrants,_ In. Diam Add the following subsection: Where shown on the Plans, or as may be directed by the Engineer, the Contractor shall furnish and install a hydrant in accordance with these Specifications, and the Standard and Contract Plans. Installation of the hydrant auxiliary valve (no tee), reducers/increasers, hydrant pipe, blocking and the hydrant shall be in accordance with the respective sections of the specifications. The existing tee to the main shall be preserved and connected to. All such work shall be incidental to "Hydrant, _ In.", and no separate measurement or payment will be made. When a separate bid Proposal item is included, all costs for furnishing and installing one or more fittings, as determined necessary by the Contracting Agency's inspector to avoid conflicts with other utilities or obstructions not shown on the Plans, shall be included in and incidental to the lump sum or unit price per pound for "Additional Cast Iron Fittings". 7-14.4 Measurement Revise this section to read: Measurement for setting hydrant assemblies or hydrants„ reconnecting existing hydrant assemblies, and abandoning existing hydrant assemblies will be made per each. ' City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 211 RFB 16-006 June 2016 SPECIAL PROVISIONS If a bid item is included in the Proposal, measurement of a vertical hydrant extension will be made per linear foot or portion thereof exceeding either the standard bury depth, or the bury depth shown on the Plans and as directed by the Contracting Agency's inspector. If a bid Proposal item is not included for "Hydrant Extension" all costs to perform the Work as specified shall be considered incidental to the bid Proposal items for fire hydrants and water main installation. 7-14.5 Payment Revise this section to read: Payment will be made in accordance with Section 1-04.1 for the following Bid items that are included in the Proposal: "Hydrant Assembly, _ In.," per each. The unit Contract price per each for "Hydrant Assembly, _ In." shall be full pay for all work to furnish and install a fire hydrant assembly as described in this Section and on the contract plans, including, but not limited to, excavating; installing the hydrant assembly components, placing and compacting pipe zone bedding and backfill, asphalt valve box protective pad, and fire hydrant guard posts (if required); testing, disinfecting, and ensuring the satisfactory operation of the installed hydrant assembly; painting, and restoring the surface in areas not scheduled to receive other surface improvements. Payment shall also include bends, reducers and associated restrained joints, and pipe segments as identified in the Plans, or as may be determined necessary by the Contracting Agency inspector to avoid conflicts with other utilities or objects. If included as a unit Proposal item, all costs for the Work to furnish and install additional fittings and associated restrained joints shall be incidental to and included in unit Proposal price per pound for "Additional Cast Iron Fittings." No separate measurement or payment will be made for the connecting segments of ductile iron pipe. "Hydrant, _ In.," per each. The unit Contract price per each for "Hydrant, _ In." shall be full pay for all work to furnish and install a fire hydrant as described in this Section and on the contract plans, including, but not limited to, connecting to the preserved mainline tee, excavating; installing the hydrant assembly components, placing and compacting backfill, asphalt valve box protective pad, and fire hydrant guard posts (if required); testing, disinfecting, and ensuring the satisfactory operation of the installed hydrant assembly; painting, and restoring the surface in areas not scheduled to receive other surface improvements. Payment shall also include bends, reducers and associated restrained joints, and pipe segments as identified in the Plans, or as may be determined necessary by the Contracting Agency inspector to avoid conflicts with other utilities or objects. If included as a unit Proposal item, all costs for the Work to furnish and install additional fittings and associated restrained joints shall be incidental to and included in unit Proposal price per pound for "Additional Cast Iron Fittings." No separate measurement or payment will be made for the connecting segments of ductile iron pipe. "Reconnecting Existing Tapping Hydrant," per each. The unit Contract price per each for "Reconnecting Existing Tapping Hydrant" shall be full pay for all work to remove and save the existing hydrant and auxiliary valve, furnishing a new tee to the main, reconnecting the existing fire hydrant and auxiliary valve as described in this Section, including, but not limited to, excavating; removing and reinstalling the hydrant assembly City of Federal Way Pacific Highway South HOV Lanes Phase V Page 212 RFB 16-006 June 2016 i SPECIAL PROVISIONS components as applicable; components as applicable, placing and compacting pipe zone bedding and backfill, asphalt valve box protective pad, and fire hydrant guard posts (if required); testing, disinfecting, and ensuring the satisfactory operation of the reset hydrant; painting, and restoring the surface in areas not scheduled to receive other surface improvements. "Hydrant Extension, Vertical," per linear foot. The unit Contract price per linear foot for "Hydrant Extension, Vertical" shall be full pay for all work to extend or shorten the fire hydrant vertically as described in this Section including, but not limited to, excavating; removing and installing the hydrant assembly components as applicable; components as applicable, placing and compacting backfill, asphalt valve box protective pad, , and fire hydrant guard posts (if required); testing, disinfecting, and ensuring the satisfactory operation of the reset hydrant; painting, and restoring the surface in areas not scheduled to receive other surface improvements. 7-15 SERVICE CONNECTIONS 7-15.1 Description Revise this section to read: This work consists of installing water service connections from the Contracting Agency water main to and including a meter box or vault with lid, meter setter, and connection to the customer supply line for the premise or purpose served. Service connections shall be constructed at the locations shown on the Plans and in accordance with the Standard Plans.. 7-15.2 Materials Revise this section to read: Materials shall meet the requirements of the following Sections: Water Service Connections 9-30.6 Saddles 9-30.6(1) Corporation Stops 9-30.6(2) Polyethylene Tubing 9-30.6(3)B Service Fittings 9-30.6(4) Meter Setters 9-30.6(5) Bronze Nipples and Fittings 9-30.6(6) Meter Boxes 9-30.6(7) Insulating Service Couplings 9-30.6(8) "U" Branch Connections 9-30.6(9) Service line bedding and backfill 9-03.13 7-15.3 Construction Requirements Revise this section to read: 7-15.3 Construction Requirements City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 213 RFB 16-006 June 2016 SPECIAL PROVISIONS (NEW SUBSECTION) 7-15.3(1) Installing Water Service Connections All service connections to water mains shall be made using saddles as specified, and be of the size and type as shown on the Plans and compatible with the water main pipe. Service pipelines (lines) shall be installed perpendicular to the main unless shown otherwise in the Plans. Locate wire shall be installed with water service lines that are not installed perpendicular to the water main. The depth of trenching for the water service line shall be a minimum of three (3) feet of cover over the top of the pipe, or the depth of the water main to which the service line is connected, whichever is deeper, and except in the immediate vicinity of and at transitions to the water main or meter setter. Additional depth may be necessary to avoid obstructions and/or to meet jurisdictional agency requirements. Particular care shall be exercised to ensure that the main is not damaged by the Work undertaken to install the service connection. Excavating and backfilling for service connections shall be as specified in Section 7-09, except that the service line shall be installed under pavement, curbs, gutters, and sidewalks by boring or other methods approved by the jurisdictional road agency. Where applicable, existing service lines shall be used to pull new service lines in order to avoid disturbing existing roadway pavement, curbs, gutters, or sidewalks. Open cut trenching of pavement, curbs, gutters, or sidewalks will not be allowed unless the Plans provide for removal, reconstruction or overlay of the pavement, or removal or reconstruction of the curb, gutter and sidewalk at that location, and approval is obtained from the jurisdictional agency. The Contractor shall be solely responsible for compliance with such terms and conditions as may be imposed by the jurisdictional agency as prerequisite for allowing open trenching of such surfaces in areas not otherwise shown on the Plans for removal or improvement. In areas outside the limits of pavement, curbs, gutters or sidewalks that are to remain, and in the absence of other surface or subsurface constraints, or in the event that the Contractor is unable to complete installation of a replacement water service line that is under pavement, curb, gutter, or sidewalk by pulling the new line concurrently with removal of the existing (disconnected) service line, or by boring, open trench excavation may be allowed subject to the review of the jurisdictional road agency and Engineer. The trench section shall be as shown in the Standard Plans for water mains except that the neat -line trench width shall be eight (8) inches wide, or the outside diameter of the water service line (or lines) plus two (2) inches, plus an additional one (1) inch separation between each service line when placed in a single trench, whichever is larger. Service lines shall be cut using a tool or tools specifically designed to leave a smooth, even, and square end on the piping material to be cut. Cut ends shall be reamed to the full inside diameter of the pipe. Pipe ends to be connected using couplings which seal to the outside surface of the pipe shall be cleaned to a sound, smooth finish before the couplings are installed. The meter box shall be adjusted to the finished grade after the surface has been acceptably restored. Where shown in the Plans, existing service connections shall be reconnected to the new main. Where only the service line is being renewed, the existing corporation stop and service saddle may be used subject to the Engineer's review. In the event that a service connection is abandoned at the main, and the water main is to remain in service, and the corporation stop will City of Federal Way Pacific Highway South HOV Lanes Phase V Page 214 RFB 16-006 June 2016 1] 7 C J ISPECIAL PROVISIONS ' not be used, the corporation stop shall be removed, together with the pipe saddle if necessary. A brass plug with rubber grommet or gasket with either the existing or new saddle shall be used to seal the pipe penetration as directed by the Engineer. ' The location of existing service lines and customer supply lines shall be verified in the field by the Contractor. The Contractor shall notify affected customers of the service interruption in ' accordance with Section 1-08.4(3). Pipe to extend or replace an existing customer supply line beyond the meter box (setter) shall be polyethylene pipe, except as necessary for the transition to the remaining portion of the ' customer supply line beyond the point of connection. Insulating couplings shall be used at any connection between galvanized or iron pipe and copper pipe. All fittings, appurtenances, and other miscellaneous materials on the sections of existing pipe that have been removed shall ' become the property of the Contractor. Typically, water meters shall only be furnished and installed by the Contracting Agency. At ' locations shown on the Plans or where directed by the Engineer, the Contractor shall install a Contracting Agency -furnished water meter within the meter setter. Furnishing of meters for installation, whether by the Contracting Agency or the Contractor, shall be contingent on ' satisfactory completion of the water main and service connection, and submittal of a satisfactory service application where applicable for new installations. Where shown on the Plans, or approved by the Engineer, "double meter installation" may be allowed consisting of a ' single tap and service line connecting to two (2) separate meter setters, boxes, and supply line connections, including associated fittings. ' All piping and fittings for the water service connections shall be left exposed until they have been inspected by the Contracting Agency and approval for backfill has been expressly provided by the Contracting Agency. After the meter setter is installed, the Contractor shall flush water through the new water service connection pipeline and meter setter to remove ' sediment and debris, a minimum of two (2) minutes, or longer if necessary to achieve clean water acceptable to the Engineer and to ensure the service connection has full -flowing capacity. ' Typical meter box locations are outside of vehicle or pedestrian traffic areas and in an accessible area of the right-of-way or easement side of the connecting water main. In the event that a meter box is shown on the Plans to be installed in a traffic area, or a non -traffic area is ' not available for installation of the meter box as determined by the Engineer, a meter box and lid rated for HS20-44 axle loadings shall be installed in accordance with the Standard Plan detail for traffic meter box and lid. as shown in the Standard Plans. ' The Contractor shall adjust the meter box to the finished grade after the surface has been acceptably completed or restored. ' (NEW SUBSECTION) 7-15.3(3) Replacing Existing Service Connections This work consists of furnishing and installing a new service saddle, corporation stop, service ' line, fittings, meter setter, meter box, reconnecting to the customer supply line downstream of the meter box, and decommissioning and removing the old service connection tap, service line, setter, meter box and exposed portion thereof, where shown on the Plans and in accordance ' with the Standard Plans. This work shall conform to applicable provisions of Section 7-15.3(1) "Installing Water Service Connections." For a "double installation," the work shall include ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 215 SPECIAL PROVISIONS two (2) meter setters, two (2) water meter installations, two (2) meter boxes, reconnections to two (2) customer supply lines downstream of the meter boxes, and abandoning and removal of exposed portions of the old double service connection, or removal of two (2) old service connection taps and exposed portions of two (2) old single service connections, as applicable. The Contractor shall provide notification of service disruption to the affected customers as specified in Section 1-08.4(3)A. The Contractor shall install a new water service connection prior to disrupting service to the affected customer. The Contractor shall flush water through the new water service connection pipeline and meter setter inlet to remove sediment and debris. Flushing velocities shall be sustained for a minimum of two (2) minutes, or longer if necessary to achieve clean water acceptable to the Contracting Agency and to ensure the service connection has full -flowing capacity. The Contractor shall then reconnect the new water service connection to the customer supply line downstream of the old meter box location, installing the pipeline in a route approved by the Contracting Agency to a depth necessary to provide at least two (2) feet of cover over the pipe. Pipe material used to extend and effect the reconnection of the customer supply line shall be the same as that used for the service line. The new pipe size shall be one -inch (1 ") or the size of the existing customer supply line, whichever is greater. Insulating couplings shall be used at any connection between dissimilar metal pipelines. Compression couplings can be used to connect pipes of the same material. The Contracting Agency's inspector, or the Contractor as may be directed by the Contracting Agency's inspector, shall then relocate the water meter from the existing meter setter to the new meter setter. In certain circumstances the Contracting Agency will furnish a new meter to be used for the new water service connection. Removed water meters shall remain the property of the Contracting Agency. All costs for removing and installing water meters as may be directed by the Contracting Agency inspector shall be incidental to the other bid Proposal items. If the existing water service connection is on a water main which will remain in service, the existing water service connection pipeline shall be severed at the existing corporation stop, the corporation stop removed from the service saddle, and the tap on the service saddle plugged with a brass pipe plug. If the existing water service connection is on a water main which will not remain in service, the existing water service connection pipeline shall be severed at the existing corporation stop and the corporation stop shall be permanently closed. If the existing water service connection is "direct -tapped" without a service saddle on a water main which will remain in service, the corporation stop shall be removed, a service saddle installed centered over the tapped hole, and the tap on the service saddle plugged with a brass pipe plug. The Contractor shall remove and dispose of the old meter setter and meter box and salvage to the Contracting Agency that material which the Contracting Agency has determined can be reused. After installing the water meter in the new meter setter, the Contractor shall flush through the nearest outside faucet of the premise served, for a minimum of two (2) minutes, to remove air and deleterious material, or a sufficient time until clarity of the water is acceptable to the Contracting Agency. The Contractor shall then reinstate water service to the affected customer. (NEW SUBSECTION) 7-15.3(4) Pressure Testing and Disinfecting Water Service Connections City of Federal Way Pacific Highway South HOV Lanes Phase V Page 216 C RFB 16-006 1 June 2016 ISPECIAL PROVISIONS ' All water service connection components, including the customer supply line, fittings, and appurtenances, shall be pre -disinfected prior to installation, except that disinfection of the service connection components from the water main tap to the end of the service line prior to ' the connection to the meter setter may be disinfected and flushed with the disinfection solution used to disinfect the water main subject to the determination of the Contracting Agency Inspector. ' All new water service connections, including those replacing existing service connections, shall be subjected to the hydrostatic pressure test up to the meter stop on the meter setter in t accordance with Section 7-09.3(23) "Hydrostatic Pressure Test." The service connection pipeline and fittings used to effect a reconnection as specified in Section 7-15.3(2) "Reconnecting Existing Service Connections" shall be tested at the working pressure of the water main before backfilling. Any visible leaks or other defects shall be corrected by the ' Contractor and witnessed by the Contracting Agency at no additional expense to the Contracting Agency. Any visible leaks detected on the customer supply line installed by the Contractor shall be corrected by the Contractor, and witnessed by the Contracting Agency, at no ' additional expense to the Contracting Agency. (NEW SUBSECTION) ' 7-15.3(5) Removing and Decommissioning Existing Service Connections Where a water service connection will not remain connected to a water main, or where shown on the Plans or as may be directed by the Engineer, the Contractor shall remove, dispose ' and/or salvage the existing service connection tap, meter setter(s), meter box(es), and appurtenances. ' Water meters will either be removed by the Contracting Agency inspector, or shall be removed by the Contractor as may be directed by the Contracting Agency inspector, prior to removal of any other water service components in and including the meter box and lid. All such removed meters shall remain the property of the Contracting Agency and shall be directly delivered to the ' custody of the Contracting Agency inspector. If the existing water service connection is on a water main which will remain in service, the ' existing water service connection pipeline shall be severed at the existing corporation stop, the corporation stop removed from the service saddle, and the tap on the service saddle plugged with a brass pipe plug. If the existing water service connection is on a water main which will not ' remain in service, the existing water service connection pipeline shall be severed at the existing corporation stop and the corporation stop shall be permanently closed. If the existing water service connection is "direct -tapped" without a service saddle on a water main which will remain ' in service, the corporation stop shall be removed, a service saddle installed centered over the tapped hole, and the tap on the service saddle plugged with a brass pipe plug. ' Where water service connections will not remain connected to an active water main, or where shown the Plans, or when the Contracting Agency inspector determines that a portion of water service connection designated for removal is not accessible ' Excavating and backfilling, for removing and decommissioning water service connections shall be as specified in the applicable portions of Section 7-09 "Water Mains." ' 7-15.4 Measurement ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 217 SPECIAL PROVISIONS Revise this section to read: Measurement of water service connection installations, reconnections of existing service connections, and replacements of existing service connections will be made per each for each size of water service connection installed and tested. No differentiation will be made for the depth of the water main to which connection is made or the depth of the water main where an existing service connection is to be abandoned and disconnected. No differentiation will be made for the depth to which the water service connection pipe must be laid to conform to the requirements of the jurisdictional road agency, nor the method used to install said pipeline either by boring methods, or by 'open -cut" and surface restoration methods. Unless specific Contract Bid items are provided, no differentiation will be made for traffic -rated meter boxes. A single (not double) service line shall be presumed unless a specifically shown in the Plans and specifically included as a bid Proposal item. No differentiation will be made for the length of service connection installed, see contract plan and profiles for lengths of service lines and depths of connections to water mains. The size noted for a service connection is the size of the water meter for the service connection, and not necessarily the size of the service connection pipeline or water main tap. Measurement of customer supply line if included as a separate bid Proposal item, will be by the linear foot of pipe laid and tested and shall be along the pipe through fittings, valves, and couplings. The measurement will be on a horizontal plane along the route shown on the Plans, or as may be approved by the Contracting Agency Inspector. The measurement shall exclude the first ten (10) feet of pipe commencing at the outlet of the meter setter, which portion of the customer supply line shall be included in the price for replacement of existing service connections. The measurement shall terminate at the point of reconnection of the new customer supply line with the old customer supply line. No differentiation will be made for the depth to which the customer supply line must be laid, nor for the size of the pipe utilized. Measurement of removing and decommissioning of existing service connections will be made per each. No differentiation will be made for the size of the water service connection to be abandoned, the depth of the water main from which the service line is to be disconnected. 7-15.5 Payment Revise this section to read: Payment will be made in accordance with Section 1-04.1 for the following Bid items that are included in the Proposal: "Service Connection In. Setter (2 In. Service Pipe)," per each. "Service Replacement In. Setter (2 In. Service Pipe)," per each. The unit Contract price per each of the above items as included in the Contract Bid Proposal shall be full pay for all work to install the 2" service line from the main to the setter, service connection, or service replacement including, but not limited to, excavating, backfilling, compacting the backfill, clearing and grubbing, , protection of existing utilities, bedding and backfilling the pipe, backfilling the trench, all surface and subsurface facility restoration, temporary asphalt trench patch or surfacing, dewatering the trench, handling, cutting, laying, City of Federal Way Pacific Highway South HOV Lanes Phase V Page 218 RFB 16-006 1 June 2016 SPECIAL PROVISIONS ' and cleaning the pipe, and assembling joints of pipe and fittings, tapping the water main, hydrostatic pressure testing, flushing, disinfection, removing and decommissioning existing service connection tap, boring of a new service connections, and reconnecting customers' ' customer supply line (if applicable) with a maximum of ten (10) linear feet of new pipe, and all other incidental costs necessary for a complete installation in full working order, tested and disinfected, as herein specified and otherwise shown on the Plans. ' "Customer Supply Line," per linear foot The unit Contract price per linear foot for "Customer Supply Line" shall be full pay for all work to ' complete the installation of the customer supply line from ten (10) linear feet beyond the customer side of the setter to the point of connection to the remaining portion of the customer supply line, including, but not limited to, clearing and grubbing, removal of existing surface ' improvements, protection of existing utilities, excavating, backfilling, compacting the backfill, bedding the pipe, temporary asphalt trench patch or surfacing, dewatering the trench, handling, cutting, laying or installing the pipe within a casing pipe, and cleaning the pipe, assembling ' joints of pipe and fittings, flushing, disinfection, and all other incidental costs necessary for a complete installation in full working order, tested and disinfected, as herein specified and otherwise shown on the Plans ' New Section 7-21 is added: 7-21 CATCH BASIN INSERTS FOR OIL CONTROL 7-21.1 Description ' 7-21.1(1) Work Included ' This section covers work necessary to furnish and install FlexStorm® catch basin inserts for oil control including fittings, appurtenances, and all hardware necessary for a complete installation. Required locations of catch basin inserts are shown on the plans. ' 7-21.1(2) Submittals A. Submittals for the catch basin inserts shall include the following items in accordance with Division 1, GENERAL REQUIREMENTS. 1. General manufacturer's drawing for typical catch basin insert installation including locations, sizes, dimensions (insert and CB), elevations, piping for each insert to be ' installed. 2. Complete materials list. ' 3. Manufacturer's recommended installation and maintenance procedures. 4. Manufacturer's certificate of satisfactory installation and warranty. 7-21.2 Materials Catch Basin Insert for oil control shall be FlexstormTM Pure Inlet Filter System with Post ' Construction (PC) bag type, as manufactured by Inlet & Pipe Protection, Inc., a subsidiary of ' City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 219 RFB 16-006 June 2016 SPECIAL PROVISIONS I Advanced Drainage Systems (ADS), 24137 W. 111th St — Unit A, Naperville, IL 60564, (866) 287- I 8655, www.inletfilters.com. Catch basin insert frame and bag shall be sized to fit the grate size and clear opening dimensions the catch basin where the installation will occur, which includes both Type 1 and Through -Curb inlets per City of Federal Way Drawing Nos. 4-6 and 4-8. All metal parts shall be corrosion resistant. ' 7-21.2(1) Warranties A. Manufacturer shall warrant all products to be free from defects in materials and ' workmanship for a minimum of 1 year from the date of installation. Manufacturer shall inspect and repair and replace defective parts during warranty period at no additional cost I to Owner. 7-21.3 Construction Requirements ' 7-21.3(1) General A. Installation of catch basin insert and appurtenances shall be in accordance with the ' manufacturer's drawings and recommended installation procedures. It is the Contractor's responsibility to verify a particular insert model will fit in the specified catch basins prior to installation. ' B. Catch basin inserts shall be designed to fit a standard catch basin grate that it is contained in, be independent of the catch basin itself and be supported from the frame, i.e. not ' requiring a permanent fastened attachment to the catch basin. C. When catch basin inserts are installed properly, the maximum height of the grate above the ' top of the frame shall not exceed 3/16 inch and the grate shall be non rocking. The insert ' shall not extend below the top of the catch basin outlet pipe, obstructing its flow. June 2016 D. Contractor shall exercise extreme care in the site storage, transport, and installation of the ' catch basin inserts, and appurtenant hardware. Damage as a result of improper handling or installation shall be the sole responsibility of Contractor and shall be repaired in accordance with manufacturer recommendations at no additional cost to Owner. ' E. The installation of the catch basin inserts of either type shall occur after the road surface has been paved and surrounding area stabilized. The catch basin insert shall be cleaned ' and filter media for spill control replaced at no cost to the owner if installed and contaminated prior to stabilization. 7-21.3(2) Installation Warranty t Manufacturer's representative shall observe installation of the catch basin inserts and shall provide a certificate of satisfactory installation to the Owner prior to operation. 7-21.4 Measurement Catch basins inserts for oil control shall be measured per each insert installed. I Page 220 1 ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 220 1 ISPECIAL PROVISIONS ' 7-21.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Catch Basin Insert for Oil Control", per each ' The unit contract price for Catch Basin Insert for Oil Control shall be full pay for furnishing all labor, tools, equipment, and materials necessary to complete each unit according to the Plans and Specifications, including submittals, cleaning and furnishing and placing mounting hardware, frame, ' filter bag, and other items as specified. ' 7-22 STORMWATER MEDIA FILTERS (Special Provision) Section 7-22 is added: t7-22.1 Description ' This work shall consist of installing Contech Filterra® and/or MWS Linear Modular Wetland Units for water quality treatment as shown on the Plans. ' 7-22.1(1) Submittals A. Submittals for the stormwater filters shall include the following items in accordance with Division 1, GENERAL REQUIREMENTS. ' 1. Shop Drawings for each stormwater media filter system installation including size, location, inlet and outlet inverts, appurtenant piping; bedding, backfill, concrete top slab, lid details, and anchorage tiedown system details. The concrete top slab design shall provide H-20 loading for each system. 2. Complete materials list. ' 3. Manufacturer's recommended installation and maintenance procedures. 4. Manufacturer's certificate of satisfactory installation and warranty. 7-22.2 Materials ' 7-22.2(1) Filterra Units Filterra stormwater media filter units shall consist of Precast Filterra® units, as manufactured by ' Contech Engineered Solutions, 9025 Centre Pointe Dr. Suite 400, West Chester, Ohio 45069 (800) 338-1122. ' Filterra® units shall have a General Use Level Designation (GULD) for Enhanced treatment from the State of Washington Department of Ecology through the TAPE program. ' Each Filterra® unit consists of a precast concrete vault; underdrain system consisting of underdrain stone, perforated pipe, and cleanout; filter media; top slab with integrally -cast tree frame and grate, ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 221 SPECIAL PROVISIONS I cleanout cover, and galvanized angle nosing; mulch; and plant material. Conduits shall be precast I into the vault walls as detailed on the Plans to accommodate irrigation supply lines. Filterra® Top Slab: Standard Flat Top Supplied Filterra® units shall include inspection and maintenance by the supplier, or a supplier - approved contractor, for a minimum period of one year, consisting of two scheduled visits. The ' maintenance visits shall include the following tasks: 1. Filterra® unit inspection. 2. Foreign debris, silt, mulch & trash removal. ' 3. Filter media evaluation and recharge as necessary. 4. Plant health evaluation and pruning or replacement as necessary. ' 5. Replacement of mulch. 6. Disposal of all maintenance refuse items. ' 7. Maintenance records updated, stored, and submitted to the City of Federal Way Surface Water Management Division. Prior to each maintenance visit, the Federal Way Surface Water Utility shall be notified and allowed ' to inspect the facility and observe the maintenance of the Filterra® Bioretention System by the supplier or supplier -approved contractor (contact Theresa Thurlow, Surface Water Management ' Division: 253-835-2750). 7-22.2(2) Modular Wetland Units Modular Wetland stormwater media filter units shall consist of MWS Linear Modular Subsurface Flow Wetland Systems, as manufactured by Bio Clean Enviornmental Services, Inc., 2972 San Luis Rey Road, Oceanside, CA 92058, (760) 433-7640, or Modular Wetland Systems, Inc., , P.O. Box 869, Oceanside, CA 92049, (760) 433-7650. Modular Wetland units shall have a General Use Level Designation (GULD) for Enhanced ' treatment from the State of Washington Department of Ecology through the TAPE program. Each Modular Wetland unit consists of a precast concrete vault containing a pretreatment chamber, ' bioriltration chamber, and discharge chamber. The pretreatment chamber houses perforated cartridge media filters, and is used for pretreating stormwater before it enters the bioriltration chamber. The pretreatment chamber has a pervious floor connected to the underdrain system, to function as a drain down system. The biofiltration chamber has a periphial void area around the t filtration media cells and a centralized and vertically extending underdrain to collect filtered water from each cell. Treatment media within the biofiltration chamber consists of a sorptive media mix which does not contain any organic material and a layer of plant establishment media. Pretreated stormwater flows horizontally through the biofiltration material from the exterior void to the underdrain at the center. Treated water collected by the underdrain flows horizontally to the discharge chamber, which houses a flow control orifice plat that restrictes flows greater than the ' treatment flow rate. The discharge chamber also contains a drain down filter to treat drain down flows that are not treated by the biofiltration chamber. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 222 ' ISPECIAL PROVISIONS ' Supplied Modular Wetland units shall include inspection and maintenance by the supplier, or a supplier -approved contractor, for a minimum period of one year, consisting of two scheduled visits. The maintenance visits shall include the following tasks: 1. Modular Wetland@ unit inspection. 2. Cleaning pretreatment chamber. ' 3. Pretreatment media evaluation and replacement as necessary. 4. Disposal of all maintenance refuse items. 5. Maintenance records updated, stored, and submitted to the City of Federal Way Surface Water Management Division. Prior to each maintenance visit, the Federal Way Surface Water Utility shall be notified and allowed to inspect the facility and observe the maintenance of the Modular Wetland unit by the supplier or supplier -approved contractor (contact Theresa Thurlow, Surface Water Management Division: 253-835-2750). ' 7-22.2(3) Stormwater Treatment System Bedding and Backfill 1 A. Bedding and backfill materials for stormwater media filter unit installation shall be in accordance with Section 7-05.3. ' 7-22.2(4) Warranties A. Manufacturer shall warrant all products to be free from defects in materials and workmanship for a minimum of 1 year from the date of installation. Manufacturer shall inspect and repair or replace defective parts during warranty period at no additional cost to Owner. ' 7-22.3 Construction Requirements 7-22.3(1) Filterra Unit Installation ' Filterra@ units shall be constructed as detailed in the Plans and in accordance with these Special Provisions and the manufacturer's installation instructions. ' Each unit shall be constructed at the locations and elevations according to the sizes shown on the approved Plans. Any modifications to the elevation or location shall be at the direction of and approved by the Engineer. If the FilterraO unit is stored before installation, the top slab shall be placed on the box using the 2x4 wood provided, to prevent any contamination from the site. All internal fittings supplied (if any), must be left in place as per the delivery. The unit shall be placed on a compacted sub -grade with a minimum 6 -inch gravel base. The unit ' shall be placed such that the unit and top slab match the grade of the curb in the area of the unit. Compact undisturbed sub -grade materials to 95% of maximum density at +1- 2% of optimum moisture. Unsuitable material below sub -grade shall be replaced to the site Engineer's approval. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 223 SPECIAL PROVISIONS J The 4 -inch outlet pipe from each unit shall be connected to an adjacent catch basin as shown on ' the Plans, using 6 -inch diameter drain pipe, as specified in Section 7-01 of these Special Provisions, with a maximum of two 45 -degree bend fittings. Once the unit is set, the internal wooden forms and protective mesh cover shall be left intact. Remove only the temporary wooden shipping blocks between the box and top slab. The top lid shall be sealed onto the box section before backfilling, using a non -shrink grout, butyl rubber or similar waterproof seal. The boards on top of the lid and boards sealed in the unit's throat must NOT be removed. The Supplier (Contech or its authorized dealer) will remove these sections at the time of activation. Backfilling shall be performed in a careful manner, bringing the appropriate fill material up in 6 -inch lifts on all sides. Precast sections shall be set in a manner that will result in a watertight joint. Installation of Filterra® unit shall conform to ASTM specification C891 "Standard Practice for Installation of Underground Precast Utility Structures". The contractor is responsible for inlet protection/sediment control and cleaning around each Filterra unit. The curb and gutter adjacent to each Filterra unit shall be cast in place following installation of the Filterra unit, providing a depressed gutter section as detailed in the Plans. Dowel bars from the pre -cast Filterra unit shall be bent to extend into the cast -in-place depressed gutter as detailed on the Plans. Throat protection device provided with Filterra unit shall remain in place until the site is stabilized and the Filterra unit is activated by Filterra supplier. The contractor shall verify that the elevation of the next downstream catch basin is lower than the gutter elevation adjacent to the Filterra unit. 7-22.3(2) Modular Wetland Unit Installation Modular Wetland units shall be constructed as detailed in the Plans and in accordance with these Special Provisions and the manufacturer's installation instructions. I Each unit shall be constructed at the locations and elevations according to the sizes shown on the approved Plans. Any modifications to the elevation or location shall be at the direction of and I approved by the Engineer. The contractor shall exercise care in the storage and handling of the Modular Wetland unit and all ' components prior to and during installation. Any repair or replacement costs associated with events occurring after delivery is accepted and unloading has commenced shall be born by the contractor. The unit shall be placed on a compacted sub -grade with a minimum 6 -inch gravel base. The unit ' shall be placed such that the unit and top slab match the grade of the curb in the area of the unit. Compact undisturbed sub -grade materials to 95% of maximum density at +1- 2% of optimum moisture. Unsuitable material below sub -grade shall be replaced to the site Engineer's approval. Once the unit is set, the internal wooden forms and protective silt fabric cover must be left intact Wetland Media pre-installed). The top lid(s) shall be sealed onto the box section before backfilling, using a non -shrink grout, butyl rubber or similar waterproof seal. The boards on the top of the lid and boards sealed in the unit's throut must not be removed. The supplier will remove these ' sections at the time of activation. City of Federal Way RFB 16-006 1 Pacific Highway South June 2016 HOV Lanes Phase V Page 224 ' ISPECIAL PROVISIONS ' Outlet connections shall be aligned and sealed in accordance with the Plans and approved shop drawings. The correct outlet will be marked on the Modular Wetland unit. The outlet connection pipe for 4x4 Modular Wetland Units shall be 6" diameter drain pipe, as specified in Section 7-01 of ' these Special Provisions, with a maximum of two 45 -degree bend fittings. The inlet and outlet connection pipes for 4x6 and 4x15 Modular Wetland units shall be reinforced concrete storm sewer pipe with size and orientation as shown on the Contract Plans. Backfilling shall be performed in a careful manner, bringing the appropriate fill material up in 6 -inch lifts on all sides. Precast sections shall be set in a manner that will result in a watertight joint. ' Installation of the Modular Wetland unit shall conform to ASTM specification C891 "Standard Practice for Installation of Underground Precast Utility Structures". If not pre-installed, the contractor shall install Wetland Media in accordance with the manufacturer's ' insallation instructions. Plants for Modular Wetland units (where specificed) shall be supplied and installed by the Contractor. ' The curb and gutter adjacent to each Modular Wetland unit shall be cast in place following installation of the Modular Wetland unit, constructing a depressed gutter section and fabricated steel curb hood as detailed in the Plans. It is the responsibility of the Contractor to provide curb and ' gutter transition to the Modular Wetland unit for positive stormwater flow into the system through the thoat, pipe or grate opening. 7-22.3(3) Installation Warranty Manufacturer's representative shall observe installation of the stormwater filters and shall provide a certificate of satisfactory installation to Owner prior to operation. t7-22.3(4) Operational Testing t The manufacturer's representative shall participate in and observe operational testing of the stormwater treatment systems for design performance. All observed problems shall be rectified prior to Owner acceptance. ' 7-22.4 Measurement ' Stormwater Media Filters will be measured per each. Modular Wetlands will be measured per each. ' 7-22.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Stormwater Media Filter (Filterra or Modular Wetland Unit)", per each ' The unit contract price per each for Stormwater Media Filter (Filterra or Modular Wetland Unit) shall be full pay for furnishing all labor, tools, equipment, and materials necessary to install a Filterra or Modular Wetland unit of the size indicated on the Plans, at locations where the Plans indicate that 1 either a Filterra unit or Modular Wetland unit is acceptable, in accordance with the Plans and City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 225 SPECIAL PROVISIONS Specifications. One manufacturer shall provide all stormwater media filters paid for by the Stormwater Media Filter (Filterra or Modular Unit) bid item. The unit contract price per each for Stormwater Media Filter (Filterra or Modular Wetland Unit) shall also include excavation, plant material (where applicable), gravel base, grates and lids, backfill, compaction, adjustment to finished grade, depressed gutter, curb hood (for Modular Wetland), facility activation, and one year of inspection and maintenance by supplier. "Modular Wetland 4 x 4 ", per each "Modular Wetland 4 x 6 ", per each "Modular Wetland 4 x 15 ", per each The unit contract prices per each for Modular Wetland of the size indicated shall be full pay for furnishing all labor, tools, equipment, and materials necessary to install each Modular Wetland unit according to the Plans and Specifications, including excavation, plant material (where applicable), gravel base, lids and risers, backfill, compaction, depressed gutter, curb hood, facility activation, and one year of inspection and maintenance by supplier. Shoring shall be paid as specified in 2-09.5. Drain Pipe or Storm Sewer Pipe used for outlet connection pipes shall be paid as specified in 7- 01.5 and 7-04.5, as applicable. Gravel borrow used for backfill when the engineer has determined that native material is not satisfactory for backfill shall be paid in accordance with 2-03.5. City of Federal Way Pacific Highway South HOV Lanes Phase V END OF DIVISION 7 Page 226 RFB 16-006 June 2016 ISPECIAL PROVISIONS DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3 Construction Requirements 8-01.3(1) General Section 8-01.3(1) is supplemented with the following: (April 1, 2002 WSDOT GSP) Offsite Storm water The Contractor shall, prior to disruption of the normal water course, intercept the offsite storm water and pipe it either through or around the project so it is discharged at its pre -construction outfall point in such a manner that there is no increase in erosion below the site. The method for performing this work shall be included in the Contractor's temporary erosion control plan. Section 8-01.3(1) is supplemented with the following: (*****) The Contractor shall be compliance responsible for all Work required for with the Construction p q ' Stormwater General Permit (CSWGP) including annual permit fees. In this section, replace the term "Temporary Erosion and Sediment Control Plan" (TESC) with "Stormwater Pollution Prevention Plan" (SWPPP). ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 227 Storm water is known to enter the project site at the following locations: ' ***19+90 LT Private Drain 23+97 LT Public Storm Drain 24+90 RT Public Storm Drain ' 39+45 RT Private Drain 41+95 RT Private Drain 52+60 RT Public Storm Drain ' 56+00 LT Private Drain 58+50 RT Private Drain 65+65 RT Private Drain 66+90 RT Private Drain 67+45 RT Public Storm Drain 67+50 LT Private Drain 68+50 RT Roadside Ditch ' 70+00 RT Private Drain 74+30 RT Private Drain 79+20 RT Public Storm Drain ' 81+25 LT *** Public Storm Drain The Contractor shall, prior to disruption of the normal water course, intercept the offsite storm water and pipe it either through or around the project so it is discharged at its pre -construction outfall point in such a manner that there is no increase in erosion below the site. The method for performing this work shall be included in the Contractor's temporary erosion control plan. Section 8-01.3(1) is supplemented with the following: (*****) The Contractor shall be compliance responsible for all Work required for with the Construction p q ' Stormwater General Permit (CSWGP) including annual permit fees. In this section, replace the term "Temporary Erosion and Sediment Control Plan" (TESC) with "Stormwater Pollution Prevention Plan" (SWPPP). ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 227 SPECIAL PROVISIONS I The first through eighth paragraphs of 8-01.3(1) are deleted and replaced with the following: ' (January 5, 2015) The Contractor shall install a high visibility fence along the site preservation lines shown in the ' Plans or as instructed by the Engineer. Throughout the life of the project, the Contractor shall preserve and protect the delineated area, acting immediately to repair or restore any fencing damaged or removed. Controlling pollution, erosion, runoff, and related damage requires the Contractor to perform temporary Work items including but not limited to: a. Providing ditches, berms, culverts, and other measures to control surface water. b. Building dams, settling basins, energy dissipaters, and other measures, to control downstream flows. c. Controlling underground water found during construction. d. Covering or otherwise protecting slopes until permanent erosion -control measures are working. 7 To the degree possible, the Contractor shall coordinate this temporary Work with permanent I drainage and erosion control Work the Contract requires. All sediment control devices including, but not limited to, sediment ponds, perimeter silt fencing, or other sediment trapping BMPs shall be installed prior to any ground disturbing activity. Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose more erodible earth than as listed below: Western Washington Eastern Washington (West of the Cascade (East of the Cascade Mountain Mountain Crest Crest May 1 through 17 April 1 17 September 30 Acres through Acres October 31 October 1 5 November 1 5 through Acres through Acres April 30 March 31 8-01.3(1)A Submittals Section 8-01.3(1)A is revised to read: A Stormwater Pollution Prevention Plan (SWPPP) shall be prepared by the Contractor and submitted for approval to the Engineer. The plan shall consist of the Contractor's complete strategy to meet the requirements of the Department of Ecology's NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated With Construction Activity (General Permit). The SWPPP shall include and modify as necessary the Site Preparation and Erosion Control Plan drawings provided as part of the Contract Plans. The Contractor shall prepare review and modify the SWPPP as necessary to be consistent with the actual work City of Federal Way Pacific Highway South HOV Lanes Phase V Page 228 RFB 16-006 June 2016 r ISPECIAL PROVISIONS schedule, sequencing, and construction methods that will be used on the project. The Contractor's SWPPP shall meet the requirements of the general permit. The Contractor's modifications to the SWPPP shall also incorporate the content and requirements for the Spill Prevention, Control and Countermeasures (SPCC) Plan in accordance with Section 1- 07.15(1). ' The SWPPP shall document all the erosion and sediment control Best Management Practices (BMPs) proposed, whether permanent or temporary. The plan shall document installation procedures, materials, scheduling, and maintenance procedures for each erosion and ' sediment control BMP. The Contractor shall submit the SWPPP for the Engineer's approval before any work begins. The Contractor shall allow at least five working days for the Engineer's review of the initial SWPPP or any revisions to the modified SWPPP. Failure to approve all or part of any such plan shall not make the Contracting Agency liable to the ' Contractor for any work delays. The Contractor may not begin work without an approved Contractor's SWPPP. The Contractor shall complete and modify the SWPPP to meet the Contractor's schedule and method of construction. All TESC Plans shall meet the requirements of the current edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be adapted as needed throughout construction based on site inspections and discharge samples to maintain compliance with the CSWGP. The Contractor shall develop a schedule for implementation of the SWPPP work and incorporate it into the Contractor's progress schedule. ' In addition, the SWPPP shall outline the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. Prior to beginning any concrete or grinding work, the Contractor shall submit the plan, for the Engineer's review and approval. As a minimum, the SWPPP shall include all the SWPPP requirements identified in the General Permit, including: Narrative discussing and justifying erosion control decisions (12 elements) 1 Drawings illustrating BMPs types and locations Engineering calculations for ponds and vaults used for erosion control A schedule for phased installation and removal of the proposed BMPs, including: A. BMPs that will be installed at the beginning of project startup. B. BMPs that will be installed at the beginning of each construction season. C. BMPs that will be installed at the end of each construction season. D. BMPs that will be removed at the end of each construction season. E. BMPs that will be removed upon completion of the project. An Ecology template is available to the Contractor for producing the SWPPP, using project - specific information added by the Contractor. The template and instructions are available at: http://www.ecV.wa.gov/programs/wq/stormwater/construction/ Turbidity and pH Exceedances ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 ' HOV Lanes Phase V Page 229 SPECIAL PROVISIONS I Following any exceedances of the turbidity or pH benchmarks, the Contractor shall provide the I following at no additional cost to the Contracting agency: 1. The necessary SWPPP revisions and on-site measures/revisions including additional ' source control, BMP maintenance, and/or additional stormwater treatment BMPs that are necessary to prevent continued exceedance of turbidly and/or pH benchmarks. 2. The regulatory notification to the Dept of Ecology and to the Engineer of any monitoring results requiring regulatory notification. 3. The additional daily sampling and reporting measures described in the General Permit to verify when project site runoff is in compliance. 8-01.3(1)B Erosion and Sediment Control (ESC) Lead The second and third paragraphs in Section 8-01.3(1)B are revised to read: (January 5, 2015 WSDOT GSP) The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not limited to: 1. Installing and maintaining all temporary erosion and sediment control Best Management Practices (BMPs) included in the TESC Plan to assure continued performance of their intended function. Damaged or inadequate TESC BMP's shall be corrected immediately. 2. Updating the TESC Plan to reflect current field conditions. 3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs) to Ecology in accordance with the CSWGP. 4. Develop and maintain the Site Log Book as defined in the CSWGP. As a part of the Site Log Book, the Contractor shall develop and maintain a BMP tracking table to show that identified TESC compliance issues are fully resolved within 10 calendar days. The table shall include the date an issue was identified, a description of how it was resolved, and the date the issue was fully resolved. The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site erosion and sediment control BMP's, and all stormwater discharge points at least once every calendar week and within 24 -hours of runoff events in which stormwater discharges from the site. Inspections of temporarily stabilized, inactive sites may be reduced to once every calendar month. The Erosion and Sediment Control Inspection Form (WSDOT Form 220-030) shall be completed for each inspection and a copy shall be submitted to the Engineer no later than the end of the next working day following the inspection. (April 3, 2006 WSDOT GSP) Submittals Section 8-01.3(1)A is supplemented with the following: City of Federal Way Pacific Highway South HOV Lanes Phase V Page 230 RFB 16-006 June 2016 f. Ll 7 ISPECIAL PROVISIONS Prior to beginning any concrete or grinding work, the Contractor shall submit a plan, for the Engineer's review and approval, outlining the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the ' pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. ' 8-01.3(1)E Detention/Retention Pond Construction (Special Provision) ' The Contractor will be responsible for meeting the SWPPP requirements as specified in the Construction Stormwater General Permit and these specifications. ' The Bid Item "Temporary Detention/Retention SWPPP Control Facilities" shall include the cost of providing temporary detention/retention facilities as illustrated in the Contractor's SWPPP Plan as well as modifications, additions and removals of such facility as dictated by the Contractor's sequence of work and may include, but are not limited to: a. If storm treatment vaults are utilized for construction sediment traps, the Contractor shall ' replace any used cartridges or filter media with new cartridges or filter media and dispose of used materials at no additional cost to the City. b. Temporary detention/retention facilities such as ponds, tanks, or other facilities. c. If any permanent stormwater facilities are utilized for SWPPP compliance, the facility shall be restored to final condition prior to final acceptance. d. Temporary facilities such as wheel wash stations or similar. ' No additional compensation shall be made for construction, alteration, removal, maintenance, and any additional requirements necessary for Temporary Detention/Retention SWPPP Control Facilities. No additional compensation shall be made for conflicts with existing or proposed improvements or construction sequencing of work when facilities are utilized to meet permit requirements. 8-01.3(1)G Monitoring Requirements (Special Provision) Section 8-01.3(1)G is a new section: Monitoring of stormwater shall be conducted for comparisons to benchmark values for turbidity and pH as described in the General Permit. The Contractor shall provide weekly stormwater monitoring of the project stormwater discharge locations for turbidity and pH as required for sites which disturb 5 acres or more as described in the General Permit. In addition, the Contractor shall: 1. Review project maps, project definition, and the proposed construction schedule to ' understand when and where construction activities have the greatest potential to impact specific water quality parameters. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 231 SPECIAL PROVISIONS 2. Assume ten discharge locations to be monitored. Establish three specific project sampling locations for sampling and monitoring at each discharge location to determine background, outfall, and downstream water quality conditions. The Contractor shall assume the following project discharge locations will require monitoring: a. Station 17+88, 39' RT: Existing 18" storm drain flowing south under S 359th Street. b. Station 30+10, 44' LT: Existing 12" storm drain flowing southwest into a ' private stormwater management facility at Heated Storage at the Crossings. C. Station 35+87, 55' RT: Existing 48" storm drain flowing southeast towards , City of Federal Way S 356th Street regional stormwater facility. d. Station 53+62, 82' LT. Existing 18" storm drain flowing west along S 348th ' Street. e. Station 64+05, 42' LT: Existing 12" storm drain outfall to swale. This outfall ' will be removed as part of construction. f. S 344th Street: Existing storm drainage system flowing west into detention I vault at Station 493+55, 18' RT. g. S 344th Street: Proposed dispersion trench discharge from proposed detention pond at Station 494+16, 67' LT. h. Station 79+45, 74' LT: Existing 12" storm drain flowing west along S 340th I Place. Station 81+52, 64' LT: Existing 24" storm drain flowing west towards City of Federal Way Kitts Pond regional stormwater facility. j. Station 83+85, 15' RT: Existing 18" storm drain discharging to west to undeveloped parcel. 4. Develop a map to be included in the SWPPP for approval that identifies the Contractor's proposed sampling station locations. Keep the map with the monitoring and reporting forms so personnel responsible for monitoring, recording and reporting can understand the locations and access the sampling stations. 5. Establish a sampling schedule such that monitoring is conducted weekly during storm events that exceed 0.5 inches of rainfall within 24 hours, while the project is active. 6. Establish procedures that adapt to unanticipated events such as severe storms, schedule adjustments, modified construction techniques, etc. Submit any modifications to the procedures to the Project Engineer for approval. 7. Calibrate equipment according to manufacturers' recommendations and according to their specified schedule. If data appears suspect, perform additional calibrations immediately. Payment for stormwater monitoring and related reporting and recordkeeping will be made under the lump sum item SWPPP. Turbidity and pH Exceedances City of Federal Way Pacific Highway South HOV Lanes Phase V Page 232 i 1 RFB 16-006 ' June 2016 ISPECIAL PROVISIONS Following any exceedances of the turbidity or pH benchmarks, the Contractor shall provide the following at no additional cost to the Contracting agency: ' The necessary SWPPP revisions and on-site measures/revisions including additional source control, BMP maintenance, and/or additional stormwater treatment BMPs that are necessary to prevent continued exceedance of turbidly and/or pH benchmarks. ' The regulatory notification to the Dept of Ecology and to the Engineer of any monitoring results requiring regulatory notification. ' The additional daily sampling and reporting measures described in the General Permit to verify when project site runoff is in compliance. 8-01.3(2) Seeding, Fertilizing, and Mulching 8-01.3(2)B Seeding and Fertilizing ' Section 8-01.3(2)B is supplemented by the following: All areas noted for Restoration Seed Mix shall received Moderate Term Mulch per Section 8- 01.3(2) and 9-14.4(2)A of the Standard Specifications. ' 8-01.3(2)B Seeding and Fertilizing Section 8-01.3(2)B is supplemented with the following: 1 IJ Sufficient quantities of fertilizer shall be applied to supply the following amounts of nutrients: Total Nitrogen as N - 80 pounds per acre. Available Phosphoric Acid as P205 - 20 pounds per acre. Soluble Potash as K20 - 40 pounds per acre. 50 pounds of nitrogen applied per acre shall be derived from isobutylidene diurea (IBDU), cyclo -di -urea (CDU), or a time release, polyurethane coated source with a minimum release time of 6 months. The remainder may be derived from any source. The fertilizer formulation and application rate shall be approved by the Engineer before use. 8-01.3(2)D Mulching Section 8-01.3(D) is supplemented with the following: Mulch shall be applied at the manufacturer's / suppliers recommended rate. The Contractor shall follow manufacturer's / suppliers recommended quantities of mulch in pounds to tank capacity in gallons. 8-01.3(8) Street Cleaning (Special Provision) Supplement City of Federal Way Pacific Highway South HOV Lanes Phase V Page 233 RFB 16-006 June 2016 SPECIAL PROVISIONS The Contractor shall make, at the Contractor's expense, whatever arrangements may be necessary to ensure an adequate supply of water required for erosion and dust control. The Contractor shall also furnish all necessary hose, equipment, attachments and accessories for the adequate irrigation of planted areas as may be required to complete the work as specified. The Contractor shall provide for cleaning all surfaced roadways that have become dirty as a result of the execution of this project. This shall be done at the completion of each day's activities or more often if so directed by the Engineer. Street sweepers shall be the only acceptable method used to clean. Flushing will not be permitted. 8-01.3(15) Maintenance (January 5, 2015 WSDOT GSP) The fifth paragraph of Section 8-01.3(15) is deleted. 8-01.4 Measurement Section 8-01.4 is supplemented with the following: All areas noted for Restoration Seed Mix shall be measured and paid for under "Seeding and Fertilizing" and "Mulching with Moderate -Term Mulch". No specific unit of measurement shall apply to the lump sum item "Temporary Detention/Retention SWPPP Control Facilities. No separate measurement for SWPPP, weekly monitoring or daily monitoring will be made 8-01.5 Payment Section 8-01.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Stormwater Pollution Prevention Plan", per lump sum The lump sum contract price for the "Stormwater Pollution Prevention Plan" shall be full pay for all costs associated with complying with the Special and General Conditions of the General Permit; including creating, submitting, modifying and maintaining the SWPPP; design and submittal of erosion and sediment control BMPs including providing, maintaining on site the standby equipment and materials to comply with the General Permit; providing all stormwater monitoring and reporting, and other specified SWPPP requirements. "Temporary Detention/Retention SWPPP Control Facilities," per Lump Sum. The Lump contract price for the "Temporary Detention/Retention SWPPP Control Facilities" shall be full compensation for all costs associated with labor, materials, and equipment the Contractor elects to utilize under the conditions of these special provisions. "ESC Lead", per day. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 234 t RFB 16-006 ' June 2016 J SPECIAL PROVISIONS "Biodegradable Erosion Control Blanket", per square yard. "Inlet Protection', per each. "Stabilized Construction Entrance", per square yard. "Silt Fence", per linear foot. "Wattle", per linear foot. "Temporary Curb", per linear foot. "High Visibility Fence", per linear foot. "Seeding and Fertilizing", per acre "Mulching with Moderate Term Mulch", per acre 8-02 ROADSIDE RESTORATION 8-02.1 Description The first paragraph of Section 8-02.1 is revised to read: This work shall consist of furnishing and placing topsoil, sod, mulch, seeding restoration, planting trees, shrubs, and ground covers in accordance with these Specifications and as shown in the Plans or as directed by the Engineer. Landscape construction is anticipated to begin after all curbs, sidewalks, walls, and associated roadside work is completed. Landscape materials shall not be installed until weather permits ' and installation has been authorized by the Engineer. If water restrictions are anticipated or in force, planting of landscape materials may be delayed until the restrictions are lifted. Throughout planting operations, the Contractor shall keep the premises clean, free of excess soils, plants, and other materials, including refuse and debris, resulting from the Contractor's work. At the end of each work day, and as each planting area is completed, it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to the satisfaction of the Engineer. No flushing will be allowed. At the conclusion of work, the Contractor shall remove City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 235 8-02.2 Materials Section 8-02.2 is supplemented with the following: ' Topsoil Type A 9-14.1(1) Seed 9-14.2 Bark or Wood Chip Mulch 9-14.4(3) Sod 9-14.6(8) Fine Compost 9-14.8 8-02.3 Construction Requirements Section 8-02.3(1) is supplemented with the following: Landscape construction is anticipated to begin after all curbs, sidewalks, walls, and associated roadside work is completed. Landscape materials shall not be installed until weather permits ' and installation has been authorized by the Engineer. If water restrictions are anticipated or in force, planting of landscape materials may be delayed until the restrictions are lifted. Throughout planting operations, the Contractor shall keep the premises clean, free of excess soils, plants, and other materials, including refuse and debris, resulting from the Contractor's work. At the end of each work day, and as each planting area is completed, it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to the satisfaction of the Engineer. No flushing will be allowed. At the conclusion of work, the Contractor shall remove City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 235 SPECIAL PROVISIONS surplus soils, materials, and debris from the construction site and shall leave the project in a condition acceptable to the Engineer. 8-02.3(3) Roadside Work Plan Section 8-02.3(2) is supplemented with the following: The Roadside Work Plan shall be submitted to the Engineer one week prior to initiating proposed work. The use of chemical herbicides shall be considered on a case-by-case basis. The contractor must submit, as part of the Work Plan, the intent to use chemical herbicides to the Engineer for approval prior to use. 8-02.3(4)A Topsoil Type A Section 8-02.3(4) A is supplemented with the following: Topsoil Type A shall conform to Section 9-14.1(1) of these Special Provisions and shall be supplied by a Contractor's supplied source, and as approved by the Engineer. 8-02.3(5) Planting Area Preparation Section 8-02.3(5) is supplemented with the following: Thoroughly scarify subgrade in planting, hydroseeding and sod areas to a minimum depth of six inches (6"). For Planter areas that become compacted due to construction use, such as staging areas and access roads, the Contractor shall loosen and cultivate to a minimum depth of twelve inches (12") prior to planting operations. Remove all construction debris and rocks over two inches (2") in diameter prior to the placement of topsoil. Scarified subgrade shall be inspected and approved by the Engineer prior to placement of topsoil. Upon approval of subgrades by the Engineer, Topsoil Type A shall be placed to a compacted depth of twelve inches (12") in Planter areas and four inches (4") in sod lawn areas or as indicated on Plans. Topsoil shall be installed in two lifts in Planter areas. 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 then be installed. Lightly compact soil and establish a smooth and uniform finished grade that protects against obstruction to surface drainage and ponding. Materials shall be placed so that after settlement of finished grades the top of the sod soil level will be even and half inch (1/2") below the top of sidewalks in lawn areas. For bark -mulched areas, finish grade of topsoil shall be one one inch (1") plus the specified depth of mulch below top of curb or sidewalk. No cultivation shall occur in areas within the drip line of existing vegetation scheduled to remain or any other areas which appear to have a significant number of existing tree roots. 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. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 236 Ll RFB 16-006 ' June 2016 C ISPECIAL PROVISIONS 8-02.3(8) Planting Section 8-02.3(8) is supplemented with the following: Bare root stock shall be planted only from October to February. All trees, shrubs, and ground cover shall be planted as detailed on the Plans. Loosen tree planting pit subsurface to a depth of eight to twelve inches (8" - 12") and shrub planting pit four to six inches (4-6"), then scarify sides prior to planting. Sufficient planting soil shall be placed around the plant and compacted so as to insure that the location of the ground line at the top of the rootball 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 ' rootball or roots. Plant trees in planting pits as detailed on plans. 7 r Balled and burlapped plants shall be placed in the planting pits with the burlap intact; 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 the planting process. When the pit is backfilled halfway, place the specified quantity of fertilizer, 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 '/2 hour notify Engineer; tree planting pits which do not drain properly may require drainrock sump to facilitate drainage. Fill pits with additional soil to finish grade and continue backfilling as detailed on plans. 8-02.3(10) Fertilizers Section 8-02.3(10) is supplemented with the following: Fertilizer shall be a standard commercial grade of organic or inorganic fertilizer as specified in Section 9-14.3. All fertilizers shall be furnished in standard unopened containers with weight, name of plant nutrients and manufacturer's guaranteed statement of analysis clearly marked, in accordance with State and Federal law. Trees and shrubs shall be fertilized at a rate according to manufacturer's recommendations. Fertilizer shall be considered incidental to and included in the lump sum contract prices in the Contract. 8-02.3(11) Bark or Wood Chip Mulch Section 8-02.3(11) is supplemented with the following: City of Federal Way Pacific Highway South HOV Lanes Phase V Page 237 RFB 16-006 June 2016 SPECIAL PROVISIONS Bark Mulch shall be placed over all planting beds to a depth no less than two (2) inches. Thoroughly water and hose down plants with a fine spray to wash the leaves of the plants immediately after application. Bark Mulch shall meet the requirements of Section 9-14.4(3) Bark or Wood Chips of these Special Provisions. 8-02.3 (13) Plant Establishment Section 8-02.3(13) is supplemented with the following: Plant establishment shall consist of insuring resumption and continued growth of all planted material including trees, shrubs, grasses, ground cover, lawn, sod and seeded areas for a period of one (1) year. This shall include, but is not limited to, labor and materials necessary for removal and replacement of any rejected plant material planted under this contract. 8-02.3(17) Protection of Private Property and Property Restoration (Special Provision) r 11 r 1 New Section 1 Property restoration shall consist of fine grading and restoration of adjacent landscaped areas; adjustment and/or replacement of private irrigation systems; slope restoration behind sidewalks; timber edgings; installing and replacing private wood and chain link fencing, and other work not currently identified on the plans, as directed by the Engineer. The Contractor is specifically reminded that any unnecessary damage caused by construction activities will be repaired at the Contractor's expense. Restore all disturbed areas to original condition or better. Grass areas shall be restored with hydroseed where directed. Removal of tree roots outside the limits of construction, as directed by the Engineer and under the supervision of a certified arborist, shall be paid for under "Property Restoration". Topsoil shall be Type A and mulch shall be Bark or Wood Chip Mulch, per these Special Provisions. All materials shall conform to Sections 9-14 Erosion Control and Roadside Planting and 9-15 Irrigation System of the Standard Specifications. The force account provided for property restoration also includes any adjustments and or replacements of existing irrigation systems not covered under Section 8-03 Irrigation Systems of the Special Provisions. This work shall also consist of modifying existing landscape lighting systems as may become necessary by these improvements. The Contractor is advised that protecting existing private irrigation and lighting systems from damage does not constitute a basis for claim or extra work. "Property Restoration" has been City of Federal Way Pacific Highway South HOV Lanes Phase V Page 238 J 0 u RFB 16-006 ' June 2016 ISPECIAL PROVISIONS ' provided as a basis for modifications or improvements to private lighting systems and irrigation systems that may become necessary, but could not be foreseen prior to construction. 8-02.4 Measurement Section 8-02.4 is supplemented with the following: The pay quantities for the plant materials will be determined by count of the number of t satisfactory installed trees, shrubs, groundcover and other landscape materials accepted by the Engineer. ' "Topsoil Type A", "Bark Mulch" and "Fine Compost" will be measured by the cubic yard in the haul conveyance at the point of delivery. ' 8-02.5 Payment Section 8-02.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: ' "Topsoil Type A", per cubic yard "Bark Mulch", per cubic yard t"Fine Compost", per cubic yard "Seeded Lawn Installation", per square yard ' "Sod Installation", per square yard "PSIPE, Acer X freemanii 'Jeffersred' / Autumn Blaze Maple 2 '/z" Cal., 12'-14' ht.", per each t"PSIPE, Fraxinus oxycarpa `Raywood' / Raywood Ash 2'/2" Cal., 12'-14' ht.", per each "PSIPE, Pyrus calleryana `Glens Form'/ Chanticleer Pear 2'/2" Cal., 12'-14' ht.", per each ' "PSIPE, Malus `Adirondack' / Adirondack Crabapple 2" Cal., 10'-12' ht", per each "PSIPE, Calocedrus decurrens/ Incense Cedar 7'-8' ht", per each "PSIPE, Physocarpus opulifolius `Little Devil'/ Little Devil Ninebark 15"-18" ht. & sp.", per each ' "PSIPE, Cornus stolonifera 'Farrow' / Arctic Fire Red -twig Dogwood 15"-18" ht. & sp.", per each "PSIPE, Cistus x hybridus/ White Rockrose 15"-18" ht. & sp.", per each ' "PSIPE, Rhododendron `Dora Amateis'/ Dora Amateis Rhododendron 2 gal cont.", per each "PSIPE, Spiraea betulifolia 'Tor' / Tor Birchleaf Spirea 2 gal cont.", per each ' "PSIPE, Viburnum davidii/ David Viburnum 2 gal cont.", per each "PSIPE, Berberis thunbergii 'Gentry'/ Royal Cloak Barberry 2 gal cont.", per each t"PSIPE, Nandina domestica `Jaytee' / Harbor Belle Heavenly Bamboo 2 gal cont.", per each "PSIPE, Festuca idahoensis `Siskiyou Blue'/ Idaho Blue Fescue 1 gal cont.", per each ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 239 SPECIAL PROVISIONS "PSIPE, Sesleria Autumnalis / Autumn Moor Grass 1 gal cont.", per each "PSIPE, Rubus calycinoides `Golden Quilt' / Golden Quilt Creeping Bramble 1 gal cont.", per each "PSIPE, Prunis laurocerasus `Mount Vernon / Mount Vernon Laurel 1 gal cont.", per each "PSIPE, Pseudotsuga menziesii/ Douglas Fir; 5 Gal. Cont.", per each "PSIPE, Betula papyrifera/ Paper Birch; 5 Gal. Cont.", per each "PSIPE, Amelanchier alnifolia/ Serviceberry; 2 Gal. Cont.", per each "PSIPE, Rhamnus purshiana/ Cascara/; 2 Gal. Cont.", per each "PSIPE, Ribes sanguineum/ Red Flowering Currant; 1 Gal. Cont.", per each "PSIPE, Halodiscus discolor/ Oceanspray; 1 Gal. Cont.", per each "PSIPE, Vaccinium ovatum/ Evergreen Huckleberry; 1 Gal. Cont.", per each "PSIPE, Symphoricarpos albus/ Snowberry; 1 Gal. Cont.", per each "PSIPE, Mahonia aquifolium/ Tall Oregon Grape; 1 Gal. Cont.", per each Payment will be made in accordance with Section 1-09.6 for the following bid items when included in the proposal: "Property Restoration", by force account 8-03 IRRIGATION SYSTEMS 8-03.1 Description Section 8-03.1 is supplemented with the following: Some private irrigation systems exist within the project limits which will be impacted by the project improvements. The Contractor shall minimize the impacts to these facilities to the maximum extent possible. In the event that irrigation systems are found to encroach within the limits of the project improvements, they shall be modified as necessary per Engineer directed force accounts to ensure satisfactory operation upon completion of the improvements. 8-03.3 Construction Requirements Section 8-03.3 is supplemented with the following: City of Federal Way Pacific Highway South HOV Lanes Phase V Page 240 J C L C C RFB 16-006 ' June 2016 1 SPECIAL PROVISIONS The Contractor shall apply and pay for associated fees for water meters and installation through the Lakehaven Utility District. Permit fees will be reimbursed at actual invoice cost in accordance with Section 8-03.3(15). Application review may take up to 6 weeks. The Contractor shall provide, install and set the irrigation meters (3 total) in locations as shown on the Plans. The Contractor shall coordinate installation and all required inspections with the ' Lakehaven Utility District. Tapping of active water mains must be performed by Lakehaven, or authorized agent for large diameter taps, and any connection to an irrigation system, including testing, requries an approved backflow prevention device. ' All work shall be in strict conformance with the Lakehaven Utility District Water System and Sewer Standards, together with the plans, details and manufacturer's written information regarding recommended installation procedures. References to the use of galvanized pipe in ' the Standard Specifications and Amendments shall be replaced with Schedule 80 PVC or other Engineer accepted pipe material. ' Private sprinkler irrigation systems found to encroach within the limits of improvements shall be modified as necessary to remove the encroachment and to ensure satisfactory operation of the remaining system. The Contractor shall ensure that existing private systems remain in ' operation during the construction of this project. The Contractor shall furnish temporary water to disconnected existing irrigation systems. Private irrigation systems that have been damaged during construction activities shall be repaired within 5 working days. The Contractor shall be liable for any damage due to irrigation facilities damaged by his operations and shall repair such damaged facilities to an "equal or better than" original condition. This work will include, but not be limited to, cutting and capping existing pipe, relocating existing risers and sprinkler ' heads new pipe heads and connections, and testing of the system. Payment will be by force account for Repair Existing Irrigation System per Section 8-03 these Standard Specifications. 8-03.3(7) Flushing and Testing Section 8-03.3(7) is supplemented with the following: 1 The Contractor shall pretest and prove functional then advise the Engineer at least 48 hours before pressure and coverage tests are to be conducted and shall have the approval of the Engineer before backfilling. Mainlines shall be tested at 140 PSI and PVC lateral lines at 50 ' PSI. Before the sprinkler system will be accepted, the Contractor, in the presence of the Engineer, shall perform a drip emitter water coverage test to determine if the water coverage and operation of the system is complete and satisfactory. This test will take place prior to the placement of bark mulch in drip irrigation areas. If any part of the system is inadequate it shall be repaired or replaced at the Contractor's expense and the test repeated until accepted. ' The entire sprinkler system shall be guaranteed by the Contractor to give complete and satisfactory service for a period of one year from the date of Initial Planting Acceptance by the City of Federal Way. ' Should any trouble develop within the one year period, which in the opinion of the Engineer, is due to faulty material or workmanship, the trouble shall be corrected, without delay, to the ' satisfaction of the Engineer at the Contractor's expense. City of Federal Way RFB 16-006 Pacific Highway South June 2016 ' HOV Lanes Phase V Page 241 SPECIAL PROVISIONS I All backfilled trenches shall be repaired by the Contractor at his expense, including restoration of plant materials. 8-03.3(14) Irrigation Electrical Service Section 8-03.3(14) is supplemented with the following: Furnish and install each irrigation controller (2 total), in an Engineer approved single sided 12" x 24" x 36" height, vandal resistant locking, 12 gauge pre -galvanized steel, NEMA 3R pad - mount enclosures complete with 120V power source, and 28" x 28" x 12" thick concrete pad ' complete with all fasteners, hardware, bolts, nuts and washers of stainless steel or galvanized if accepted by the Engineer and sized per manufacturer's instructions. Install pad, pedestal, controller, 120V control wire, conduits at locations staked by Contractor and approved by ' Engineer. Contractor will furnish conduit, wiring, labor, equipment, and materials and pay for all power ' service connections. 8-03.3(15) Lakehaven Utility District Connection Fees ' Section 2-02.3(8) is a new section: Fees payable to the Lakehaven Utility District for permitting and connection of two (2) irrigation meters will be reimbursed at actual cost. For the purpose of providing a common proposal, and for that purpose only, the Contracting Agency has estimated the cost of permit fees and has arbitrarily entered that amount in the bid proposal to become part of the total bid by the Contractor. Any labor, materials, or equipment necessary to prepare the necessary applications to obtain the permit and coordinate necessary inspections and approval shall be included in the lump sum price bid for `Automatic Irrigation System, Complete' and shall not be reimbursable under the item `Lakehaven Utility District Connection Fees'. 8-03.4 Measurement Section 8-03.4 is supplemented with the following: Measurement for Automatic Irrigation System, Complete will be by lump sum for the installation of the new irrigation system within the City's right-of-way outlined in the contract documents, complete and in full operating condition. No separate measurement will be made for Repair Existing Irrigation System, as all work shall be paid for by force account. No separate measurement will be made for Lakehaven Utility District Connection Fee, as all work shall be reimbursed at actual cost. 8-03.5 Payment City of Federal Way Pacific Highway South HOV Lanes Phase V Page 242 0 RFB 16-006 ' June 2016 F L SPECIAL PROVISIONS Section 8-03.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Automatic Irrigation System, Complete", per lump sum "Repair Existing Irrigation System", per force account The lump sum contract price for Automatic Irrigation System, Complete shall be full compensation for furnishing all labor, materials, tools, electrical services connection costs, and equipment necessary or incidental to the construction of the complete and operable sprinkler irrigation system as shown in the Plans or as directed by the Engineer. All costs for furnishing and installing controllers, pads, enclosures, conduit, wiring and Puget Sound Energy service, irrigation controllers, all control wiring, backflow preventer, vault enclosures, valves, piping, and all other required components for a fully functional system where indicated and as detailed in the Plans and all costs of inspections and tests performed on Cross Connection Control shall be considered incidental to and included in the lump sum price for Automatic Irrigation System. "Lakehaven Utility District Connection Fees", per force account. The Contractor shall pay the Lakehaven Utility District access fees at the time they purchase ' the meters. Payment for Lakehaven Utility District Connection Fee shall be a reimbursement for actual permit cost and no additional payment will be made. 7 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.1 Description (Special Provision) Section 8-04.1 is supplemented with the following: This work shall also consist of constructing cement concrete curbs and retaining walls integral with the sidewalk in accordance with these Specifications and in conformity with the dimensions and cross-sections shown in the Plans and to the lines and grades as staked. 8-04.2 Materials (Special Provision) Section 8-04.2 is supplemented with the following: Materials for Integral Curb shall meet the requirements of the following sections: Portland Cement 9-01 Aggregates 9-03 Premolded Joint Filler 9-04.1 ' City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 243 RFB 16-006 June 2016 SPECIAL PROVISIONS Reinforcing Steel 9-07 8-04.3 Construction Requirements (Special Provision) Section 8-04.3 is supplemented with the following: The sub -base for curb and gutter sections shall be compacted to 95 percent density at or below optimum moisture content, as per Section 2-03.3(14)D revised, before placing the curb and gutter. White -pigmented curing compounds will not be allowed The top of the finished concrete shall not deviate more than one-eighth (1/8") in ten feet (10') or the alignment one-fourth (1/4") in ten feet (10'). Where shown on the Plans, the concrete curb will be ramped for wheel chairs as shown in the City Standard Plan Details. Where shown on the plans, the Contractor shall paint the curbs with 2 -coats of yellow paint. Paint and application shall conform to the Standard Specifications for traffic paint striping. Integral Curb i L L I LIQ The concrete in the integral curb retaining walls shall be of the same mix and shall conform in all respects to the specifications for the cement concrete sidewalk and shall be cured for the I same period and in the same manner as the concrete sidewalk. The sidewalk as constructed shall extend to the back of the curb line. The sidewalk where the , curb is to be placed shall be roughened or otherwise treated so that a permanent bond will be secured between the curb and the sidewalk. The curb forms shall be securely fastened so that the finished curb has a true, uniform alignment. The face of the finished curb shall have a smooth, uniform appearance. The top shall be troweled smooth, and the edge between the face and the top shall be rounded with an edging tool to a radius of one inch, and the top and face of the curb shall receive a light brush finish. All expansion joints in the sidewalk shall ' extend entirely through the curb. Wherever contraction joints occur in the sidewalk, construction joints conforming to Section 8-04.3(1) shall be constructed in the curb. Bumper Curbs ' Bumper curbs shall be installed at the locations indicated on the Plans. They shall measure six -feet (6') in length, 10" wide (minimum) and 6" tall. Bumper curbs shall be centered within the parking stall installed. Bumper curbs shall be cement concrete and shall have at a minimum 2 - #3 reinforcing bars I along the length. Bumper curbs shall be anchored approximately one -foot (1') from either end with a 7/8" ' diameter steel anchor pin. The anchor pins shall extend to and be flush with the top surface of the bumper curb. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V t Page 244 1 SPECIAL PROVISIONS ' 8-04.3(3) Painting of Curbs (Special Provision) ' Section 8-04.3(3) is supplemented with the following: When shown on the plans, concrete curbing shall be painted with two full coats of Paint formula No. H-2-83 or H-3-83 as shown on the plans or directed by the Engineer. The paint can be applied by brush or spray. ' 8-04.4 Measurement (Special Provision) ' Section 8-04.4 is supplemented with the following: ' All curbs and curb and gutter will be measured by the linear foot along the line and slope of the completed curb and gutter. Painting of curbs will not be measured and is considered incidental to the unit price of the type of curb. Measurement of Integral Curb will be by the square foot. The curb shall be only that portion above the sidewalk; the concrete below the curb shall be included in the measurement in square yards of sidewalk. ' 8-04.5 Payment (Special Provision) ' Section 8-04.5 is supplemented with the following: ' Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Integral Curb", per square foot. "Extruded Curb, Type 6", per linear foot. "Bumper Curb", per linear foot. ' The linear foot cost for "Bumper Cub" shall include steel reinforcing and anchor pins as shown on the detail. "Cement Conc. Traffic Curb and Gutter", per linear foot. The unit price per linear foot shall be full payment for structure excavation, forms preparation of subgrade, placement, backfill and compaction, and all other materials, tools, equipment, and ' labor required for the construction of Extruded Curb, Type 6. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES ' 8-06.3 Construction Requirements ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 245 SPECIAL PROVISIONS I (Special Provision) ' Section 8-06.3 is supplemented with the following: Section 1-07 of these Special Provisions describes the restrictions to driveway closures and construction that will be in place for this contract. To meet these requirements, the Contractor may use a quick setting concrete. The Engineer shall approve the quick -setting mix prior to use. Driveway entrances shall be constructed per City of Federal Way Standard Details ' 8-06.5 Payment (Special Provision) ' Section 8-06.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Cement Conc. Driveway Entrance 3 -Day" per square yard. i If the Contractor chooses to use a quick -setting concrete mix to meet the requirements of Section 1-07, it will be measured per the square yard and paid for as Cement Conc. Driveway Entrance 3 -Day. Any additional costs to use such mix shall be incidental to the bid item for Cement Conc. Driveway Entrance 3 -Day, and no additional payment will be made. 8-07 PRECAST TREFFIC CURB AND BLOCK TRAFFIC CURB 8-07.5 Payment t (Special Provision) Section 8-07.5 is supplemented as following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Precast Sloped Mountable Curb", per linear foot. 8-09 RAISED PAVEMENT MARKERS ' 8-09.3 Construction Requirements Provision) , (Special Section 8-09.3 is supplemented as follows: RPMs shall be installed per City of Federal Way Standard Details ' 8-09.5 Payment City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 246 ' ISPECIAL PROVISIONS ' (Special Provision) Section 8-09.5 is supplemented as follows: Payment will be made in accordance with Section 1-04.1 for the following bid items when ' included in the proposal: "Raised Pavement Marker Type 2", per Hundred. ' 8-10 GUIDE POSTS 8-10.5 Payment ' (Special Provision) Section 8-10.5 is supplemented as follows: Payment will be made in accordance with Section 1-04.1 for the following bid items when ' included in the proposal: "Median Guidepost", per each 8-12 CHAIN LINK FENCE AND WIRE FENCE 8-12.1 Description (Special Provision) ' Section 8-12.1 is supplemented with the following: Work shall also consist of furnishing and installing temporary 6 -foot high chain link fenc around individual properties as shown on the plans or directed by the Engineer. 8-12.2 Materials ' (August 3, 2009 WSDOT GSP) Section 8-12.2 is supplemented with the following: Coated Chain Link Fence Chain link fence fabric shall be hot -dip galvanized with a minimum of 0.8 ounce per square ' foot of surface area. Fencing materials shall be coated with an ultraviolet -insensitive plastic or other inert material at ' least 2 mils in thickness. Any pretreatment or coating shall be applied in accordance with the manufacturer's written instructions. The Contractor shall provide the Engineer with the manufacturer's written specifications detailing the product and method of fabrication. The color ' shall match Federal Standard 595 color number *** 37038 ***, or be as approved by the Engineer. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 247 SPECIAL PROVISIONS I Samples of the coated fencing materials shall be approved by the Engineer prior to installation t on the project. The Contractor shall supply the Engineer with 10 aerosol spray cans containing a minimum of ' 14 ounces each of paint of the color specified above. The touch-up paint shall be compatible with the coating system used. Section 8-12.2 is supplemented with the following: For temporary fencing, posts shall be installed in cement concrete blocks of sufficient size to r properly support and secure the temporary chain link fence. Tiebacks and lateral bracing shall be installed where necessary to prevent overturning, particularly where the fence is installed as ' a barrier between the tewmporary sidewalk and the construction zone. 8-12.4 Measurement (Special Provision) Section 8-12.4 is supplemented with the following: Only "Temporary Security Fencing" utilized adjacent to the work zone shall be measured by the , linear foot for payment. Temporary security fencing for contractor staging areas, field office buildings, etc. will not be measured for payment. 8-12.5 Payment ' (Special Provision) Section 8-12.5 is supplemented with the following: ' Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Black Vinyl Coated Chain Link Fence", per linear foot. "Sliding Gate with 36' Opening", per each. ' "Temporary Security Fence", per linear foot. 8-13 MONUMENT CASES 8-13.1 Description t (March 13, 1995 WSDOT GSP) Section 8-13.1 is deleted and replaced by the following: ' This work shall consist of furnishing and placing monument cases, covers, and pipes in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer. ' Page 248 1 City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 248 1 Ll SPECIAL PROVISIONS 8-13.2 Materials Section 8-13.2 is supplemented with the following: (March 13, 1995 WSDOT GSP) The pipe shall be Schedule 40 galvanized pipe. 8-13.3 Construction Requirements (Special Provision) Section 8-13.3 is supplemented with the following: Where shown in the Plans or where directed by the Engineer, the existing monument case and cover shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing monument shall be carefully protected so as not to disturb its location in any way. The Contractor shall have a licensed professional land surveyor locate the monument in accordance with 1-05.5(2) prior to the case and cover adjustment if any disturbance of the existing monument is probable. The existing cast iron ring and cover shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The materials and method of construction shall conform to the requirements of the Standard Plan as approved by the Engineer. The last paragraph of Section 8-13.3 is revised to read: The Contractor will be responsible for placing the concrete core and tack or wire inside the pipe. 8-13.4 Measurement (March 13, 1995 WSDOT GSP) Section 8-13.4 is deleted and replaced by the following: Measurement of monument case, cover, and pipe will be by the unit for each monument case, cover, and pipe furnished and set. 8-13.5 Payment ' (Special Provision) Section 8-13.5 is supplemented with the following: ' Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: ' "Adjust Monument Case and Cover", per each. "Monument Case and Cover", per each. ' 8-14 CEMENT CONCRETE SIDEWALKS City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 249 SPECIAL PROVISIONS 8-14.1 Description (Special Provision) Section 8-14.1 is supplemented with the following: The work shall also include the construction of Concrete Steps and Landing in accordance with ' the City of Federal Way, Standard Drawing 3-25 and the detail shown on the Plan. This work shall also include the construction of bus shelter footings at locations shown on the Plans. 8-14.3 Construction Requirements (Special Provision) Section 8-14.3 is supplemented with the following: Contractor will field verify the elevation differential required to construct the concrete steps to the City of Federal Way codes. Concrete steps and landing shall be constructed per the detail in the Plans. Materials for bus shelter footings including conduit and wiring shall be in accordance with the details included in Appendix C. This work shall also include installing tree grates and associated frames at the locations shown and as detailed on the Plans and as specified herein. (April 4, 2011 WSDOT GSP) The Contractor shall request a pre -meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements. Those attending shall include: 1. The Prime Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 2. Project Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb ramp or pedestrian access route Work. Items to be discussed in this meeting shall include, at a minimum, the following: 1. Slopes shown on the Plans. 2. Inspection 3. Traffic control 4. Pedestrian control, access routes and delineation 5. Accommodating utilities City of Federal Way Pacific Highway South HOV Lanes Phase V Page 250 RFB 16-006 June 2016 L 1 n ISPECIAL PROVISIONS ' 6. Form work ' 7. Installation of detectable warning surfaces 8-14.4 Measurement ' (Special Provision) Section 8-14.4 is supplemented with the following: Curb ramps shall be measured separately from sidewalks. Cement Conc. Curb Ramp Type will be measured per each for the complete curb ramp type installed, including any adjacent pedestrian curbs, and furnishing and installing the detectable warning surface. Concrete Steps and Landing will not be measured, but payment will be for all work associated ' with the construction of the stairway. Bus shelter footings shall be measured per each. ' 8-14.5 Payment (Special Provision) Section 8-14.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Thickened Edge Sidewalk", per linear foot Payment for `Thickened Edge Sidewalk' per linear foot will be made in addition to any payment per square yard for 'Cement Conc. Sidewalk'. "Cement Conc. Sidewalk", per square yard ' "Cement Conc. Perpendicular Curb Ramp", per each "Cement Conc. Parallel Curb Ramp", per each ' "Cement Conc Single Direction Curb Ramp", per each "Cement Conc Combination Curb Ramp", per each "Cement Concrete Steps and Landing", per lump sum ' All costs in connection with constructing the "Concrete Steps and Landing" shall be included in the lump sum price including grading, forming, reinforcing steel, handrailing and finishing. ' "Bus Shelter Footing, per each The unit contract price per each for Bus Shelter Footing shall be full pay for all costs including subgrade preparation, forms, rebar, conduit, junction box, wire and concrete complete and in ' place per Pierce Transit Details included in Appendix C. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 251 SPECIAL PROVISIONS 8-15 RIPRAP 8-15.5 Payment (Special Provision) Section 8-15.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Quarry Spalls", per ton 8-18 MAILBOX SUPPORT 8-18.5 Payment (Special Provision) Section 8-18.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Relocate Mailbox", per each Measurement shall be per mailbox relocated, regardless of the number of mailbox supports. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, ELECTRICAL 8-20.1 Description Section 8-20.1 is replaced with the following: Work includes furnishing and installing all materials necessary to provide: 1. A fully functional traffic signal system at the intersections of Pacific Highway South and 16th Ave S (S 340th PI); Pacific Highway South and S 344th St; and Pacific Highway South and S 348th St including removal of the existing signal system. 2. Traffic Signal Modifications at the intersections of Pacific Highway South and S 356th Street and Pacific Highway South and S 352nd Street. 3. Installation of new street light systems on Pacific Highway South including modifications/removal of existing systems and connection to existing systems at intersection approaches. 4. Installation of new 24 count fiber optic cable on Pacific Highway South between the new signal at 16th Ave S (S 340th PI) and the existing signal at S 356th St. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 252 11 r ISPECIAL PROVISIONS ' All work shall be performed as shown in the Plans in accordance with applicable Standard Specifications and Standard Plans included herein and the following Special Provisions. Work shall include the supply, testing, and installation of all traffic signal and illumination hardware including the communication cable and interface system, and when specified, the modification and/or removal of such an existing system. ' The work includes, but shall not be limited to, the following: 1. Signal controllers and equipment ' 2. 3. Signal cabinets and bases Signal interconnect fiber system 4. Signal poles ' 5. 6. Signal and pedestrian heads Emergency Pre-emption equipment 7. Video detection 8. Junction boxes ' 9. Loop detection 10. Conduit and wire 11. Luminaires 12. Luminaire poles and bases 13. Electrical service, enclosures, connections, and bases 14. Battery Backup cabinets and bases. 15. Blank out signs ' 16. Mast arm and pole mounted signs 8-20.1(1) Regulations and Code Section 8-20.1(1) is supplemented with the following: (March 13, 2012 City of Federal Way) Where applicable, materials shall conform to the latest requirements of the Washington State Department of Labor and Industries and Puget Sound Energy. ' 8-20.1(2) Industry Codes and Standards The following is added at the end of the first paragraph of this Section.- (March ection: (March 13, 2012 City of Federal Way) National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office Box 1331445 Hoes Lane, Piscataway, NJ 08855-1331. Add the following new Section: 8-20.1(3) Electrical Permits The Contractor shall be responsible for obtaining all required electrical permits, including all required City electrical permits. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 253 RFB 16-006 June 2016 SPECIAL PROVISIONS 8-20.2 Materials ' Section 8-20.2 is supplemented with the following: (March 13, 2012 City of Federal Way) Control density fill shall meet the requirements of Washington Aggregates and Concrete Association. Crushed surfacing top course and crushed surfacing base course shall meet the requirements of Section 9-03.9(3) of the Standard Specifications. Bedding material shall consist of 5/8 -inch minus crushed rock free of any deleterious substances (Section 9-03.1(5)A of the Standard Specifications). 8-20.2(1) Equipment List and Drawings The first paragraph is deleted and replaced with the following: (January 26, 2012 City of Federal Way) Within one (1) week following the pre -construction conference, the Contractor shall submit to the Engineer a completed "Request for Approval of Materials" that describes the material proposed for use to fulfill the Plans and Specifications. Manufacturer's technical information shall be submitted for signal, electrical and luminaire equipment, all wire, conduit, junction boxes, and all other items to be used on the project. Approvals by the Engineer must be received before material will be allowed on the job site. Materials not approved will not be permitted on the job site. Section 8-20.2(1) is supplemented with the following: I r CI' Shop drawing for signal standards and lighting standards shall be provided in an electronic ' format (AUTOCAD), as well as complying with Section 6-03.3(7). Manufacturer's data for all materials proposed for use in the contract which require approval shall be submitted in one complete package. 8-20.3 Construction Requirements 8-20.3(1) General Section 8-20.3(1) is supplemented with the following: (January 26, 2012 City of Federal Way) Signal System Changeover The Contractor shall provide a detailed work plan for the signal system changeover to be approved by the Engineer. They shall not deviate from the work plan without prior written approval from the Engineer. The work plan shall show the exact date of the signal system changeover. The changeover of the signal equipment shall commence after 8:30 AM and be completed by 3:00 PM on the same day. During changeover, traffic control shall be provided. The exact work City of Federal Way Pacific Highway South HOV Lanes Phase V Page 254 RFB 16-006 ' June 2016 ISPECIAL PROVISIONS ' plan and schedule for changeover shall be pre -approved by the Engineer. See Section 1-10 of these Special Provisions. ' (November 14, 2014 City of Federal Way) Delivery of Removed Items The Engineer shall decide the ownership of all salvaged signal materials. All salvaged signal ' materials not directed by the Engineer to remain property of the City shall become the property of the Contractor, except the existing controller cabinet and all its contents shall remain as property of the City. ' Removed signal and electrical equipment which remains the property of the Contracting Agency shall be delivered to: ' King County Signal Shop Attn: Mark Parrett 155 Monroe Avenue NE ' Renton, Washington 98056 Phone: 206-396-3763 0 1 t Forty eight (48) working hours advance notice shall be communicated to both the Engineer and the Signal Technician 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. (January 26, 2012 City of Federal Way) Contractor Owned Removals All removals associated with an electrical system, which are not designated to remain the property of the Contracting Agency, shall become the property of the Contractor and shall be removed from the project. The Contractor shall: 1. Remove all wires for discontinued circuits from the conduit system or as directed by the Engineer. 2. Remove elbow sections of abandoned conduit entering junction boxes or as directed by the Engineer. 3. Remove abandoned conduit encountered during excavation to the nearest outlets or as directed by the Engineer. 4. Remove foundations entirely, unless the Plans state otherwise. a. Backfill voids created by removal of foundations and junction boxes. b. Backfilling and compaction shall be performed in accordance with Section 2-19 09.3(1)E. Signal Display Installation ' City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 255 RFB 16-006 June 2016 SPECIAL PROVISIONS Signal displays shall be installed no more than 30 days prior to scheduled signal turn on or ' changeover. Signal displays and reflectorized backplates when installed prior to signal turn -on or changeover shall be covered and not visible to vehicular traffic at any time. (May 15, 2000 WSDOT NWR) ' Energized Equipment Work shall be coordinated so that electrical equipment, with the exception of the service , cabinet, is energized within 72 hours of installation. (June 20, 1995 WSDOT NWR) ' Pole Removal Poles designated for removal shall not be removed prior to approval of the Engineer. (October 31, 2005 WSDOT NWR) I 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. I (May 15, 2000 WSDOT NWR) Electrical Equipment Removals ' Removals associated with the electrical system shall not be stockpiled within the job site without the Engineer's approval. 8-20.3(2) Excavating and Backfilling ' Section 8-20.3(2) is supplemented with the following: Underground utilities of record are shown on the construction plans insofar as information is available. These, however, are shown for convenience only and the City assumes no t responsibility for improper locations or failure to show utility locations on the construction plans. The location of existing underground utilities, when shown on the plans, is approximate only, ' and the Contractor shall be responsible for determining their exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the plans. ' The Contractor shall be responsible for potholing for conflicts with underground utility locations prior to determining exact locations of signal and luminaire pole foundations, underground t vaults and directional boring operations. Prior to construction, if any conflicts are expected, it shall be brought to the attention of the Engineer for resolution. The Contractor shall be entirely responsible for coordination with the utility companies and ' arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. I City of Federal Way RFB 16-006 ' Pacific Highway South June 2016 HOV Lanes Phase V t Page 256 ISPECIAL PROVISIONS ' If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall get approval from the Engineer prior to installation. The Contractor may consider changing depth ' or alignment of conduit to avoid utility conflicts. Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs, ' the contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If a conflict is identified, the following process shall be used to resolve the conflict: ' 1. Contact the Engineer and determine if there is an alternative location for the foundation, junction box, vault or conduit trench. 2. If an adequate alternate location is not obvious for the underground work, select a ' location that may be acceptable and pothole to determine the exact location of other utilities. Potholing must be approved by the Engineer. 3. If an adequate alternate alignment still cannot be identified following potholing ' operations, the pothole area should be restored and work in the area should stop until a new design can be developed. ' The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner. ' For locations where existing utilities are within 3 -feet of proposed excavations (foundations, vaults, etc.), the contractor shall use a vacuum truck as the means of excavation. ' 8-20.3(4) Foundations Section 8-20.3(4) is supplemented with the following: Pole foundations within the sidewalk area shall be constructed in a single pour up to the bottom of the cement concrete sidewalk. The sidewalk shall be constructed in a separate pour. ' Signal pole foundations not within the sidewalk area shall incorporate a 4 -inch -thick cement concrete pad set flush with the adjacent ground, dimensioned per WSDOT Standard Plan J- 26.15. Where the pad abuts a sidewalk, the pad shall extend to the sidewalk and the top of the pad shall be flush with the sidewalk. A construction joint shall be provided between the two units. ' The void between the foundation and the pole flange shall be no larger than 4 inches and shall be completely filled around the conduit(s) with dry pack mortar and neatly troweled. A plastic drain, 1/2 inch diameter, shall be placed in the mortar to provide drainage from the interior of the pole to the exterior. The plastic drain pipe shall be neatly trimmed flush with the surfaces. ' Add the following new Section: 8-20.3(4)A Controller Foundations ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 257 SPECIAL PROVISIONS The combined service, signal and UPS/BBS foundation shall conform to the City of Federal ' Way's Drawing No. 3-45C. Exact dimensions shall be verified with the cabinet manufacturer prior to constructing foundation. Additionally, the pad mount shall conform to the following: 1. Conduits shall be centered horizontally except service conduit which shall be placed at the side of the power panel. 2. Pedestal shall be tapered from top to bottom at 1:10 on all four sides. 3. Unit shall be mounted on a cement concrete pad per Plan Details. 4. Conduits shall be placed in the front 1/3 of the foundation. Foundations constructed with conduits located within the three (3) inch cabinet mounting flange shall be removed and reconstructed. Modification of the three (3) inch cabinet mounting flange will not be accepted. 8-20.3(5) Conduit C r 8-20.3(5)A General I Section 8-20.3(5)A is supplemented with the following: When conduit risers are installed, they shall be attached to the pole every 4 feet and shall be equipped with weather heads. Conduit for the service wires between the Puget Sound Energy transformer vault and the service panel shall be schedule 80 PVC. All conduit installed underground shall have polyethylene underground hazard marking tape, 6 inches wide, red, legend "Caution -Electric Line Buried Below," placed approximately 12 inches above the conduit. 8-20.3(5)B Conduit Type Section 8-20.3(5)B is supplemented with the following: All conduits under driveways shall be Schedule 80 polyvinyl chloride (PVC). 8-20.3(5)E1 Open Trenching Section 8-20.3(5)E1 is supplemented with the following: I L (January 8, 2013 City of Federal Way) I The Contractor shall supply all trenching necessary for the complete and proper installation of the traffic signal system, interconnect conduit and wiring, and illumination system. Trenching I shall conform to the following: 1. In paved areas, edges of the trench shall be sawcut the full depth of the pavement and sawcuts shall be parallel. All trenches for placement of conduit shall be straight and as ' narrow in width as practical to provide a minimum of pavement disturbance. The City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 258 ' Cl SPECIAL PROVISIONS existing pavement shall be removed in an approved manner. The trench bottom shall be graded to provide a uniform grade. 2. Trenches located under existing traveled ways shall provide a minimum of 24 inches cover over conduits and shall be backfilled with 21 inches of controlled density fill, vibrated in place, followed by either 3 inches minimum of HMA Cl 1/2" PG 58 -22 , or a surface matching the existing pavement section, whichever is greatest. The asphalt concrete surface cuts shall be given a tack coat of asphalt emulsion (CSS -1) or approved equal immediately before resurfacing, applied to the entire edge and full depth of the pavement cut. Immediately after compacting the new asphalt surface to conform to the adjacent paved surface, all joints between new and original pavement shall be filled with joint sealant meeting the requirements of Section 9-04.2. 3. Trenches for Schedule 40 PVC conduits to be located within the right-of-way and outside the traveled way shall be backfilled with bedding material two inches (2n) above and below the conduit, with the remaining depth of trench backfilled with native material. If the Engineer determines that the native material is unsuitable, Gravel Borrow shall be used. 4. When trenches are not to be placed under sidewalks or driveways, the backfill shall match the elevation of the surrounding ground, including a matching depth of top soil, mulch and/or sod if necessary to restore the trench area to its prior condition. 5. Contractor shall use joint trench where possible. Backfill shall be carefully placed so that the backfilling operation will not disturb the conduit in any way. The backfill shall be thoroughly mechanically tamped in eight -inch (8") layers with each layer compacted to ninety-five percent (95%) of maximum density in traveled ways, and ninety percent (90%) of maximum density elsewhere at optimum soil moisture content. Bank Run Gravel for Trench Backfill shall conform to Section 9-03.19 of the Standard Specifications. Gravel Backfill for Pipe Zone Bedding material shall conform to Section 9-03.12(3) of the Standard Specifications. ' All trenches shall be properly signed and/or barricaded to prevent injury to the public. 8-20.3(5)E3 Boring ' Section 8-20.3(5)E3 is supplemented with the following: ' Should the contractor elect to utilize a boring method of installation, they shall first obtain approval by the City before proceeding. The City reserves the right to require open trench excavation. A complete set of as -built plans showing all bores (successful and failed) within 10 calendar days of completing the boring shall be submitted to the Engineer. The plans shall be copies of ' the Contract Plans and include roadway profile, cross-section, boring location and subsurface conditions. The plans must include elevations of the installation. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 259 SPECIAL PROVISIONS 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes Section 8-20.3(6) is supplemented with the following: 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 shoulders. All streetlight junction box lids shall be welded shut after final inspection and approval by King County. 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. Wiring shall be replaced for full length if sufficient slack as specified in Section 8-20.3(8) is not maintained. No splicing will be permitted. n Junction boxes for fiber signal interconnect shall be placed at a maximum interval of 300 feet ' (unless otherwise shown in the Plans) and shall be inscribed with "TS" as described on WSDOT Standard Plan J-40.30. 8-20.3(8) Wiring ' Section 8-20.3(8) is modified as follows: The following is inserted between the 3rd and 4th paragraph of this section: 7 (March 6, 2012 City of Federal Way) Loop wires will be spliced to lead in wires at the junction box with an approved mastik tape, 3-M 06147, leaving 3 feet of loose wire. Connectors will be copper and sized for the wire. Mastik splice material will be centered on ' the wire and folded up around both sides and joined at the top. Splice will then be worked from the center outward to the ends. The ends will be visible and fully sealed around the wire. ' The end of the lead-in cables shall have the sheathing removed 8 inches and shall be dressed external to the splice. u 7 J Page 260 1 t City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 260 1 SPECIAL PROVISIONS The following is inserted between the 11th and 12th paragraphs of this section: u AC+Detectors AC+12 Volts Remote -Flash Remote -All Red Special Interconnect Rail Road Preemption 5 6 7 8 A B Emergency (March 6, 2012 City of Federal Way) 581 Field Wiring Chart (IMSA Standards) 584 ' 501 +Input 508 590 ___.__......__._. 502 AC- 509 ' 503 AC+Lights 504 AC+Lights 510 511 __. 505 AC+Lights 512-520 - 506 AC+Control 551-562 ' 507 AC+Crosswalk 593-598 Preemption --------------- Phases 1 2 3 4 u AC+Detectors AC+12 Volts Remote -Flash Remote -All Red Special Interconnect Rail Road Preemption 5 6 7 8 A B Emergency (B+).... 581 584 587 590 ___.__......__._. ---------.__ Vehicle .Orange Yellow (Call)582 .......................................................................... _ ._.... __. __ _..___ _.._._.. _ - 585 - _588 -591 .............. .. Preemption --------------- Blue (BB) ____.----------------------------------......._....._...----- 583 - 586 - _ —_589 - - _592 ............................. ..........._ Vehicle Red 611 621 631 641 651 661 _..._.—........................__ 671 681 ._....... 691 601 Heads.. ................................................................................ Orange 622_ _ --- - - 632 642 - 652 662 672 682 692 602 Green613 _612- 623 633 643 653 663 673 683 693 603 ................................................................................--- Black614 624 634 644 654 664 674 684 _._... 694 - 604 ..._................._ ............... ................................. ................................ White --- 616 626 636 646 656 666 676 686 696 606 (Common) Pedestrian Red (Hand) 711 721 731 741 751 761 77.1 781 79.1--..70.1 _......... .......--- .. Heads and Green (Man) 712 722_ 732 742 752 762 ..................__........ 772 782 792 702 PPB White (Common 716 726 736- 746 756 766 776 786 796 706 ..........for Lights)------------------------------------ Orange 714 724 734 744 754 764 774 784 794 704 (Push button.) ...... - --------------- -------- - - ------ --------------------------- Black (Common 715 725 735 745 755 764 775 785 795 705 for Push button) Vehicle Loop 1811 821 831 841 851 861 871 _ ---- 881 --- ---- 891 -- 801 ------- Detectors ................................................... _........................... Loop_1........................ - 812 ----- 822 832 842 852 862 872 882 892 802 _Loop 2 ............................. 813 823 833 843 853 863 873 883 893 803 Loop 2 ....................... 814 824_ _834 844 854 864 874 884 894 804 Loop 3 ......................... 815 825 835 _ 845 _ 855 865 875 885 895 805 Loop 3 816 826 836_ 846 866 876_ ---877 886 896_ 806 _ ............................. Loop 4 817 827 837 847 _856 857 867 887 ------- 897 -- _--807 - -------- ....................---------.............................................. Loop4 ------ 818 828 838 848 858 868 _-- ------ 878 888 898 _ 808 Vehicle Loop1911 ........................... .................................................... ------- 921 931 941 -- 951 _ 961 971 -------- 981 -- --------------------- 991 901 Detectors/ Loop 1 912 922 932 942 952 962 ---- 972 - --- 982 --------------------- 992 902 Count Loops ................................................................................_--------- Loop 2 913 --------------- 923 933 943 953 963 973 - -- ---- 983 ------------ 993 --------- 903 - ................. Loop2 ----------------------- 914 924 934 944 954 964 974 984 -------- 994 ----- --- 904 ------- .................P.............----........................................ 3 915 ---------- 925 935 ------------------ 945 955 965 975 985 995 905 _Loop ............................................. Loop 3.. 916 926 936 946 956 966 976 986 996 906 ......... _............ Loop 4 917 927 937_ 947 957 967 977_ 987_ 997_ --998 907 - ....................... Loop 4 918 928 938 948 958 968 978 988 908 ' City of Federal Way Pacific Highway South HOV Lanes Phase V Page 261 RFB 16-006 June 2016 SPECIAL PROVISIONS Section 8-20.3(8) is supplemented with the following: (March 6, 2012 City of Federal Way) ' Cable entering cabinets shall be neatly bundled and wrapped. Each wire shall bear the circuit number and be thoroughly tested before being connected to the appropriate terminal. (March 13, 1995 WSDOT NWR) Wire Splices All splices shall be made in the presence of the Engineer. (May 1, 2006 WSDOT NWR) Illumination Circuit Splices Temporary splices shall be the heat shrink type. Add the following new Sections: (March 14, 2012 City of Federal Way) 8-20.3(8)A Fiber Optic Cable Installation Fiber optic cable conduit shall be installed along Pacific Highway South from the existing underground interconnect conduit which terminates just north of S 340th St to S 356th St. The fiber optic cable shall be singlemode cable conforming to the requirements of Section 9- 29.3(1) Fiber Optic Cable and Section 9-29.3(1)A Singlemode Fiber Optic Cable. Fiber Optic Cable shall be Corning ALTOS All -Dielectric Cableor approved equal. 8-20.3(8)A1 Fiber Optic Cable Submittals The Engineer's approval of any submitted documentation shall in no way relieve the Contractor from compliance with the safety and performance requirements as specified herein. n L_ Submittals required by this item shall include, but not be limited to, the following: ' 1. A material staging plan, should the Contractor propose City owned property as a staging area. 2. Manufacturer's complete specifications for all communication system cables and ' associated electronics and hardware components. 3. Manufacturer's complete specifications for optical fiber and twisted -pair cable splice enclosures. ' 4. A detailed fiber optic installation procedure including the following: a. Fiber optic cable cutting lengths reflecting the cable order and reel allocations. b. Cable pulling plan which shall state the exact operational procedures to be ' utilized and which identifies the physical locations for equipment placement, proposed equipment setup at each location, pulling tension on all cables for each pull, staffing, and the pulling methodology for each type of cable. ' c. Exact splice points as provided for herein. d. Workforce proposed for all equipment, safety, and manual assist operations. 5. Factory test data sheets for each reel of cable delivered. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 262 , 1 n SPECIAL PROVISIONS 8-20.3(8)A2 Fiber Optic Cable Installation The Contractor shall determine a suitable cable installation method to ensure that all cable installation requirements shall be met in all conduit sections. All work shall be carried out in accordance and consistent with the highest standards of quality and craftsmanship in the communication industry with regard to the electrical and mechanical integrity of the connections; the finished appearance of the installation; as well as the accuracy and completeness of the documentation. The Contractor shall make a physical survey of the project site for the purpose of establishing the exact cable routing and cutting lengths prior to the commencement of any fiber optic work or committing any fiber optic materials. Unless otherwise directed by the Engineer, underground splicing of fiber optic cable in junction boxes or vaults will not be permitted. All termination splicing will take place in the traffic signal controller cabinets. All work areas shall be clean and orderly at the completion of work and at times required by the Engineer during the progress of work. Fiber Optic Cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. The Contractor shall comply with the cable manufacturer's specifications and recommended procedures including, but not limited to the following: 1. Installation. 2. Proper attachment to the cable strength elements for pulling during installation. 3. Bi-directional pulling. 4. Cable tensile limitations and the tension monitoring procedure. 5. Cable bending radius limitations. The Contractor shall protect the loops from tangling or kinking. At no time during the length of the project shall the cable's minimum bending radius specifications be violated. In all cable vaults and/or junction boxes designated in the plans, minimum cable slack of 15 yards shall be left by the Contractor, unless otherwise specified in the plans. The cable slack length of fiber optic cable shall be coiled and secured with tie wraps to racking hardware or as specified in the plans. The pulling eye/ sheath termination hardware on the fiber optic cables shall not be pulled over any sheave blocks. When power equipment is used to install fiber optic cabling, the pulling speed shall not exceed 30 yards per minute. The pulling tension limitation for fiber optic cables shall not be exceeded under any circumstances. Large diameter wheels, pulling sheaves and cable guides shall be used to maintain the appropriate bending radius. Tension monitoring shall be accomplished using commercial dynamometers or load -cell instruments. Patch cords placed between pad mounted cabinets shall be protected by plastic spiral wrapping. Spiral wrap shall cover the entire length of the patch cord(s) to within 12 inches of City of Federal Way Pacific Highway South HOV Lanes Phase V Page 263 RFB 16-006 June 2016 SPECIAL PROVISIONS end. The spiral wrap shall be installed before the patch cords are pulled into the conduit(s) and be rated for use in electrical installations. 8-20.3(8)A3 Fiber Optic Cable Splicing This section describes the minimum requirements for splicing and connecting of the specified fiber optic cables. Unless otherwise directed by the Engineer, underground splicing of fiber optic cable in junction boxes or vaults will not be permitted. All termination splicing will take place in the traffic signal controller cabinets. The Contractor shall provide all required brackets and other racking hardware required for the fiber optic cable racking operations as specified. All fusion splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Splices shall utilize two half shells bolted together with stainless steel bolts and be fitted neoprene gasket. Selected splices shall not require a re- entry kit. Cable preparation, closure installation and splicing shall be accomplished in accordance with accepted and approved industry standards. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers for fiber optic disposal, removed from the job site, and disposed of in an environmentally acceptable manner. The Contractor shall use the fusion method with local injection and detection for all fiber optic splicing. J J The average splice loss of each fiber shall be 0.15 dB or less per splice. The average splice loss is defined as the summation of the attenuation as measured in both directions through the I fusion splice, divided in half. No individual splice loss measured in a single direction shall exceed 0.20 dB. ' The Contractor shall seal all cables where the cable jacket is removed. The cable shall be sealed per the cable manufacturer's recommendation with an approved blocking material. If approved, all below ground splices shall be contained in waterproof splice enclosures. All splices shall be contained in splice trays utilizing strain relief, such as heatshrink wraps, as recommended by the splice tray manufacturer. Upon sealing the splice closure, the Contractor shall show that the closure maintains 68.4 kPa of pressure for a 24-hour period. 8-20.3(8)A4 Fiber Optic Cable Terminations Fiber optic cable shall be terminated utilizing factory manufactured pigtails with LC type connectors and UPC type polishing. Pigtails shall be fusion spliced to fiber optic cable. 8-20.3(8)A5 Fiber Optic Cable Patch Panels Terminated fiber optic cable shall be installed in the signal controller cabinet utilizing patch panels. Patch panel(s) shall be Corning model Single -Panel Housing (SPH -01 P) or approved equal with Corning CCH 12 adapter, LC duplex ceramic panel (CN-CCH-CP24-A9) or approved equal. Housing(s) shall be wall mountable. Mounting location shall be as directed by the Engineer. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 264 RFB 16-006 ' June 2016 SPECIAL PROVISIONS ' 8-20.3(8)A6 Fiber Optic Cable Labeling Permanent cable labels shall be used to identify fibers and patch cords at each termination point. The cable labels shall consist of white colored heat shrink wraps with identification. ' 8-20.3(8)A7 Fiber Optic As -Built Records The Contractor shall provide the Engineer with a cable route diagram indicating the actual ' cable route and "meter marks" for all intersections, directional change points in the cable mounting, and all termination points. The Contractor shall record these points during cable installation. The Contractor shall provide Cable system "as -built" drawings showing the exact ' cable route to the Engineer. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. ' 8-20.3(8)A8 Fiber Optic Cable Testing The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturers specifications, and ' prescribed industry standards and practices. 8-20.3(8)A9 Type of Testing ' The types or acceptance testing for optical fiber cable system certification are: 1. Attenuation testing 2. Optical Time Domain Reflectometer (OTDR) testing ' 8-20.3(8)A10 Attenuation Testing Insertion loss testing shall be used to measure end-to-end attenuation on each new fiber installed between a field device and a fiber termination cabinet. Insertion loss testing shall be tperformed at the 1310 nanometer wavelength in both directions. Prior to commencing testing, the Contractor shall submit the manufacturer and model number I of the test equipment along with certification that is has been calibrated within 6 months of the proposed test dates. ' The following information shall be documented for each fiber test measurement: 1. Wavelength 2. Fiber type ' 3. Cable, tube and fiber IDs 4. Near end and far end test locations 5. End-to-end attenuation ' 6. Date, time and operator 8-20.3(8)A11 Optical Time Domain Reflectometer (OTDR Testing) An optical time domain reflectometer (OTDR) with recording capability shall be utilized to test the end-to-end transmission quality of each optical fiber. Quality tests shall consider both attenuation and discontinuities. The OTDR shall be equipped with 1310 nanometer and 1550 nanometer light sources for singlemode optical fibers. ' The OTDR shall be capable of providing electronic and hard copy records of each test measurement. ' The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to ' City of Federal Way Pacific Highway South HOV Lanes Phase V ' Page 265 RFB 16-006 June 2016 SPECIAL PROVISIONS I display the required cable section or by using an ODTR with sufficient normalization to display I the required cable section. Prior to commencing testing, the Contractor shall submit the manufacturer and model number ' of the OTDR test unit along with certification that it has been calibrated within the 6 months of the proposed test dates. Each new mainline and lateral fiber shall be tested in both directions at the 1310 and 1550 nanometer wavelengths. Existing mainline and lateral fibers that are spliced to or re -spliced as part of this contract shall also be tested in both directions and at both wavelengths. The following information shall be documented for each fiber test measurement: 1. X -Y scatter plot for fiber length 2. Wavelength 3. Refraction index 4. Fiber type 5. Averaging time 6. Pulse width 7. Cable and fiber IDs 8. Near end and far end test locations 9. Date, time, and operator 10. Event table that includes: event ID, type, location, loss and reflection 8-20.3(8)Al2 Fiber Optic Cable Testing Documentation I The Contractor shall submit on hard copy and one electronic copy of the fiber test results to the Engineer for approval. The Contractor shall take corrective actions on portions of the fiber I installation determined to be out of compliance with these specifications. Upon acceptance of the cable installation and test results, the Contractor shall submit three (3) hard copies and one electronic copy of the fiber test results to the Engineer. Hard copy submittals shall be bound in 3 -ring binders. The electronic submittal shall be on a compact disk and include one licensed copy of the applicable OTDR reader program. The following information shall be included in each test result submittal: 1. Contract number, contract name, Contractor name and address. 2. Dates of cable manufacture, installation and testing. 3. Cable specifications. 4. Locations of all splices. 5. OTDR test results. 6. Attenuation test results. 8-20.3(8)A13 Racking in Fiber Vaults The Contractor shall rack the cable in vertical figure eight loops, which shall permit pulling slack from the vault without introducing twist to the cable. The splice closures shall also be racked. Cables shall be racked and secured with nylon ties. Nylon ties shall not be over -tightened. Identification or warning tags shall be securely attached to the cables in at least two locations I in each fiber vault. City of Federal Way RFB 16-006 1 Pacific Highway South June 2016 HOV Lanes Phase V Page 266 ISPECIAL PROVISIONS ' All coiled cable shall be protected to prevent damage to the cable and fibers. Racking shall include securing cables to brackets (racking hardware) that extend from the sidewalls of the fiber vault. 8-20.3(8)A14 Documentation Documentation for each system element shall consist of the manufacturer's name and model ' number, serial number when available, materials and operating specifications, wiring schematic and parts list, owner's manuals, factory service manuals, and procedures for factory testing and system acceptance testing specified elsewhere herein. The Contractor shall submit three (3) copies of the documentation specified above prior to installation of the cable or components described in the submittal. In addition, the Contractor shall submit three (3) copies of an overall system wiring schematic and termination chart for the installed elements ' (operation and maintenance manuals). All documentation for each individual element shall be neatly bound in a way for the information is secured together and is totally legible without removing the information from the binding. This documentation shall be in addition to any other data, shop drawings, etc. required to be submitted as specified in these Special Provisions. ' 8-20.3(9) Bonding, Grounding (March 13, 2012 City of Federal Way) ' Delete the last sentace of paragraph seven and replace with the following: Ground electrodes shall be copper clad steel, %-inch in diameter by 10 -feet long. ' Delete paragraph eight and replace with the following: Connection of the grounding electrode conductor to the grounding electrode shall be made with termite welds. Section 8-20.3(9) is supplemented with the following: (March 13, 2012 City of Federal Way) ' At points where shields of shielded conductors are grounded, the shields shall be neatly wired and terminated on suitable grounding lugs. Contractor shall provide and install bonding and grounding wires as described in Standard Specifications and the National Electric Code for any modified existing junction boxes that are ' not properly bonded/grounded. For the purposes of this section, a box shall be considered "modified" if new current -carrying conductors are installed, including low -voltage conductors. 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets Section 8-20.3(10) is supplemented with the following: The Contractor shall apply for an electrical service connection with Puget Sound Energy and make arrangements for a new electrical service connection. fThe Engineer will approve Electrical Service Installations. The Contractor shall request the City of Federal Way Building Division to perform required inspections for service approval. Electrical service is detailed in the Plans. The Contractor shall notify the City of Federal Way inspector when the service is ready for connection. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 267 SPECIAL PROVISIONS A two -circuit electrical service shall be used at 240/120 volts, 60 Hz AC. The underground electrical service shall be brought to the load center in conduit specified in the Plans. The service shall be split in the load center into a 120 -volt circuit for the signals and 240 volt for the illumination. The Contractor shall be responsible for all coordination with PSE including connection to the transformer. Electrical service cabinet will be painted inside with white polyurethane or polyester urethane power coat. Outside will be bare aluminum finish. The twist lock photocell shall be mounted on top of the luminaire closest to the electrical service. All circuit breakers shall be clearly labeled. 8-20.3(11) Testing Section 8-20.3(11) is supplemented with the following: (March 6, 2012 City of Federal Way) The signal including UPS equipment shall be put into operation by King County personnel. The Contractor shall be present during the turn -on with adequate equipment to repair any deficiencies in operation. The Contractor shall notify King County five working days in advance of any signal turn -on. 8-20.3(13) Illumination Systems Section 8-20.3(13) is supplemented with the following: If an existing street light is in conflict with construction sequencing, a temporary lighting system shall be installed prior to removal of the existing street light. 8-20.3(13)A Light Standards The 8th paragraph of this section is deleted and replaced with the following: (March 15, 2012 City of Federal Way) ' All new and relocated metal light standards shall be numbered per City of Federal Way Development Standard Drawing number 3-39B. 8-20.3(13)C Luminaires ' Section 8-20.3(13)C is supplemented with the following: All Roadway luminaires shall be provided with either an internal or external houseside shield per Section 9-29.10(3) of these Special Provisions. Fixtures shall be installed, directed, shielded, and maintained to avoid light trespass and to minimize direct light and glare on neighboring properties. The Contractor shall make a night inspection and subsequent shield City of Federal Way RFB 16-006 1 Pacific Highway South June 2016 HOV Lanes Phase V Page 268 ' SPECIAL PROVISIONS adjustments as necessary to provide shielding as required by the Engineer. Installation and/or adjustment of shielding is considered incidental. I All luminaires shall be provided with markers for positive identification of light source type and wattage. Markers shall conform to ANSI C136.15-2011 "American National Standard for Roadway and Area Lighting Equipment — Luminaire Field Identification" Each Roadway luminaire shall be installed with a shorting cap on each individual luminaire fixture, except as noted herein. 8-20.3(14) Signal Systems ISection 8-20.3(14) is supplemented with the following: (August 10, 2009 WSDOT NWR) Temporary Video Detection System Temporary video detection systems shall be completely installed and made operational prior to any associated induction loop being disabled. 8-20.3(14)A Signal Controllers Section 8-20.3(14)A is supplemented with the following: The traffic signal controller cabinet with all pluggables and all associated equipment shall be furnished by the Contractor and delivered to King County traffic signal technicians for a 30 to 45 day testing period at their shop located at 155 Monroe Avenue NE in Renton, Washington. The contractor shall deliver the controller and cabinet to the shop and shall pick up the units at the end of the test period, deliver to the job site, and install. The Contractor shall provide 5 working -days notice prior to delivery of the controller and cabinet. ' Existing traffic signal cabinets shall remain operational until the switchover to new signal systems is completed and fully functional. 8-20.3(14)B Signal Heads Section 8-20.3(14)8 is modified as follows: The first paragraph is deleted and replaced with the following: I (March 13, 2012 City of Federal Way) If the Engineer orders advance installation, the signal heads shall be covered to clearly indicate the signal is not in operation. The signal head covering material shall be of sufficient size to entirely cover the display. The covering shall extend over all edges of the signal thousing and shall be securely fastened at the back. Section 8-20.3(14)8 is supplemented with the following: I(March 13, 2012 City of Federal Way) City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 269 SPECIAL PROVISIONS Alignment of vehicular and pedestrian signal heads shall be approved by the Engineer prior to system turn -on. All new vehicular and pedestrian signal heads, and existing signal heads covered during construction, shall be covered (sacked) completely including backplates with a 6 mil black polyethylene sheeting until placed into initial operation. The fitted covers shall use adjustable straps. The fitted covers shall have a one -inch hole for each signal display to flash out indications. The type of mounting hardware specified for the mast arm mounted vehicle signals may require modification at the time of installation to accommodate as built conditions. After the pole assembly has been installed and leveled, the Contractor shall measure the distance between each mounting point on the arm and the roadway. A type of mounting bracket different from that specified on the Plans shall be provided and installed by the Contractor if necessary to achieve the following criteria: 1. Red indications shall be in as straight a line as possible. 2. The bottom of the housing shall be between 16.5 feet and 19.0 feet above the pavement. 8-20.3(14)C Induction Loop Vehicle Detectors Section 8-20.3(14)C is modified as follows: (December 18, 2009 City of Federal Way) Items 2 and the last two sentences of Item 4 are deleted. (December 18, 2009 City of Federal Way) Item no. 5 of this section is deleted and replaced with the following: 5. Each loop shall have 3 turns of loop wire. (December 18, 2009 City of Federal Way) Item no. 11 of this section is deleted and replaced with the following: 11.) The detector loop sealant shall be a flexible traffic loop wire encapsulement. Encapsulement shall be designated to enable vehicular traffic to pass over the properly filled sawcut within five minutes after installation without cracking of material. The encapsulement shall form a surface skin allowing exposure to vehicular traffic within 30 minutes at 75 degrees F. and completely cure to a tough rubber -like consistency within two to seven days after installation. Properly installed and cured encapsulement shall exhibit resistance to defects of weather, vehicle abrasion, motor oil, gasoline, antifreeze solutions, brake fluid, deicing chemicals and salt normally encountered in such a manner that the performance of the vehicle detector loop wire is not adversely affected. Section 8-20.3(14)C is supplemented with the following: (January 31, 2012 City of Federal Way) One -quarter -inch (1/411) saw cuts shall be cleared of debris with compressed air before installing three turns of loop wire. All detector loops shall be 6 -foot -diameter circle with diagonal mini -cut corners (no 90 degree corners) of not more than 1 -inch on the diagonal. From the loops to the junction box, the loop wires shall be twisted two turns per foot and City of Federal Way Pacific Highway South HOV Lanes Phase V Page 270 L u J RFB 16-006 ' June 2016 ISPECIAL PROVISIONS labeled at the junction box in accordance with the loop schematics included in these Plans. A 3/8 -inch saw cut will be required for the twisted pair. No saw cut will be within 3 feet of any manhole or utility risers located in the street. Loops and lead-ins will not be installed in broken or fractured pavement. Where such pavement exists it will be replaced in kind with minimum 12 -foot sections. Loops will also not be sawed across transverse joints in the road. Loops to be placed in concrete will be located in full panels, a minimum 18 inches from any expansion ' joint. Existing Traffic Loops The Contractor shall notify the City of Federal Way Traffic Engineer a minimum of five working days in advance of pavement removal in the loop areas. The Contractor shall install and maintain interim video detection until the permanent systems are in place. The interim video detection shall be operational simultaneously with decommission of the existing pavement loops. If the Engineer suspects that damage to any loop, not identified in the Plans as being replaced, ' may have resulted from Contractor's operations, the Engineer may order the Contractor to perform the field tests specified in Section 8 20.3(14)D. The test results shall be recorded and submitted to the Engineer. Loops that fail any of these tests shall be replaced. ' Loops that fail the tests, as described above, and are replaced shall be installed in accordance with current City of Federal Way design standards and Standard Plans, as determined by the Engineer. If traffic signal loops that fail the tests, as described above, are not replaced and operational ' within 48 hours, the Contractor shall install and maintain interim video detection until the replacement loops are operational. The type of interim video detection furnished shall be approved by the Engineer prior to installation. Preformed loops shall not be permitted. 8-20.3(14)D Test for Induction Loops and Lead-in Cable Section 8-20.3(14)D is supplemented with the following: ' (March 13, 2012 City of Federal Way) Test A - The resistance shall not exceed values calculated using the given formula. Resistance per 1000 ft of 14 AWG, R = 3.26 ohms / 1000 ft R = 3.26 x distance of lead-in cable (ft) 1000 ft Test B and Test C in this section are deleted and replaced with the following: ' Meggar readings of the detection wire to ground shall read 200 megohms at the amplifier connection. The 200 megohms or more shall be maintained after the splices are tested by ' submerging them in detergent water for at least 24 hours. The tests will be conducted with County personnel at the request of the Contractor. All costs incurred to meet this minimum standard will be the responsibility of the Contractor. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 271 SPECIAL PROVISIONS I Section 8-20.3(14)D is supplemented with the following: I Existing Lead-in Cable Test When new Induction loops are scheduled to be installed and spliced to an existing two - conductor shielded detector lead-in cable, the Contractor shall perform the following: 1. Disconnect the existing detector lead-in cable in the controller cabinet and at the loop ' splice. 2. Megger test both detector lead-in cable conductors. A resistance reading of less than 100 -megohms is considered a failure. 3. Detector lead-in cables that fail the test shall be replaced and then retested. 4. After final testing of the detector lead-in cable, the loop installation shall be completed and the loop system tested according to Tests A, D and these Special Provisions. 5. Connect the detector lead-in cables in the controller cabinet. Existing Loop Test When two -conductor shielded detector lead-in cable is scheduled to be installed and spliced to ' an existing loop, the Contractor shall perform the following: 1. Disconnect the existing loop from the detector lead-in splice. 2. Megger test the existing loop wire. A resistance reading of less than 100 -megohms is ' considered a failure. 3. Loops that fail the test shall be replaced and then retested. 4. After the final testing of the loops, the detector lead-in cable installation shall be completed and the loop system tested according to Tests A, D and these Special Provisions. 8-20.3(14)E Signal Standards ' Section 8-20.3(14)E is supplemented with the following: (December 18, 2009 City of Federal Way) t 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 ' (see Section 8-20.2(1) of these Special Provisions). After delivering the poles or arms to the job site and before they are installed, they shall be ' stored in a place that will not inconvenience the public. All poles and arms shall be installed in compliance with Washington State Utility and Electrical Codes. Add the following new Sections: 8-20.3(14)F Emergency Vehicle Preemption Detectors Emergency Vehicle Preemption detectors shall be installed in a drilled and tapped hole in the top of the mast arm unless otherwise shown in the Plans. Location shall be approved by the ' Engineer prior to drilling. They shall be tightly fitted to point in the direction shown in the plan view. L City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 272 ISPECIAL PROVISIONS 8-20.3(14)G Video Camera Detectors (December 18, 2009 City of Federal Way) ' The video camera shall be installed consistent with the manufacturer recommendations. Controller cabinet equipment shall be installed in the cabinet when cabinet testing is performed. Cameras shall be located approximately as noted on the Plans; however, the locations shall be field adjusted as directed by the Engineer and equipment manufacturer for maximum coverage. Cameras shall be mounted at a sufficient height to prevent occlusion from cross traffic. The ' Contractor shall notify the Engineer 48 hours in advance of changes that will require Contracting Agency staff to reprogram cameras. The Contractor shall be responsible for any damage to the video detection equipment. 8-20.3(14)J Pedestrian Push Button Assembly The Contractor shall provide and field -install the APS style pedestrian push buttons and associated signs on the signal pole. The position of the pedestrian push buttons shall be located as shown on the Plans; however, final positioning for optimum effectiveness shall be approved by the Engineer prior to drilling. 8-20.3(17) "As Built" Plans ' Section 8-21.3(17) is deleted and replaced with the following: (December 18, 2009 City of Federal Way) Upon completion of the project, the Contractor shall furnish an "as -built" drawing of the intersection showing all signal heads, pole locations, detectors, junction boxes, Illumination system showing luminaire locations, miscellaneous equipment, conductors, cable wires up to the signal controller cabinet, and with a special symbol identifying those items that have been changed from the original contract drawings. All items shall be located to within one foot (1') horizontally and six inches (6") vertically above or below the finished surface grade. ' 8-20.4 Measurement Section 8-20.4 is replaced with the following: "Traffic Signal System Modification - Complete", "Spare Conduit ' System — , Complete", "Traffic Signal System - , Complete", "Illumination System, to , Complete" and "Interconnect System, Complete" shall be per lump sum and 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. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 273 SPECIAL PROVISIONS I No specific unit of measurement shall be applied to "Relocate Private Luminaires" which shall I be by Force Account. Coordination of service connections with Puget Sound Energy and any necessary permits and fees associated with the service connections shall be considered incidental to the bid items included herein and no additional compensation will be made. Coordination with communication connections with Comcast, Century Link, or other communication provider affected by this project, and any necessary permits and fees associated with the communications connections shall be considered incidental to the bid items included herein and no additional compensation will be made. All potholing associated with the bid items herein shall be considered included in the bid items included herein and no additional compensation will be made. Use of a vacuum truck for excavation shall be considered included in the bid items included herein and no additional compensation will be made. Adjustment of junction boxes shall be incidental and included in the bid items included herein and no additional compensation will be made. Restoration of facilities destroyed or damaged during construction shall be considered incidental to the bid items included herein and no additional compensation will be made. Conduit noted for removal on the Plans and removed during excavation for storm drainage pipe shall not be measured for additional payment. 8-20.5 Payment Section 8-20.5 is deleted and replaced with the following: Payment will be made in accordance with Section 1-09.1 for each of the following Bid Items: "Traffic Signal System Modifications — Pacific Highway S & S 356th Street, Complete", per lump sum "Traffic Signal System Modifications — Pacific Highway S & S 352nd Street, Complete", per lump sum "Traffic Signal System — Pacific Highway S & S 348th Street, Complete", per lump sum "Traffic Signal System — Pacific Highway S & S 344th Street, Complete", per lump sum "Traffic Signal System — Pacific Highway S & S 340th Place, Complete", per lump sum "Illumination System, South End of Project to S 348th Street, Complete", per lump sum "Illumination System, S 348th Street to S 344th Street, Complete", per lump sum "Illumination System, S 344th Street to North End of Project, Complete", per lump sum City of Federal Way Pacific Highway South HOV Lanes Phase V Page 274 RFB 16-006 June 2016 I L] l Ll 1 SPECIAL PROVISIONS "Interconnect System, Complete", per lump sum "Relocate Private Luminaires", force account. The lump sum price for "Traffic Signal System Modification — , Complete" shall be measured per lump sum for the total of all items for a complete traffic signal system. All items and labor necessary to supply, install, and test the vehicle signal heads, signage, Accessible Pedestrian Signal Assemblies including push buttons, LED Luminaires, junction boxes, adjustment of existing junction boxes, conduits, wiring, vehicle detection loops and stub -outs, removal of existing loop detectors, excavation, backfill, directional boring, removal of existing conduit, temporary and related permanent surface restoration, required testing, salvaging removed equipment, utility coordination, electrical permits, as -built plans, and all other Work and materials as specified and shown in the Plans. All work related to the removal of existing signal equipment, modifications to the video detection system during construction and installation/relocation of temporary signal systems and associated equipment equipment (vehicle heads, signage, pre-emption, pedestrian heads, pedestrian push buttons and video detection) to accommodate construction phasing throughout the project shall be included in the respective intersection signal bid item and no additional compensation shall be made. The lump sum price for "Traffic Signal System - , Complete" shall be measured per lump sum for the total of all items for a complete traffic signal system. All items and labor necessary to supply, install, and test the signal poles, foundations, electrical service cabinet, battery backup system, signal controller cabinet and controller, signal/service/battery backup system foundation(s), vehicular and pedestrian signal heads, blank out signs, APS pedestrian pushbuttons, emergency vehicle preemption, vehicle detection system, connections with existing conduit and junction boxes, mast arm and pole mounted traffic signs, relocation of existing communications and surveillance equipment, conduit, wiring, junction boxes, excavation, backfill, directional boring, removal of existing conduit, restoring facilities destroyed or damaged during construction, salvaging existing materials, as -built plans and all other components necessary to make a complete traffic signal system shall be included within the lump sum measurement. Luminaires and luminaire arms positioned on signal poles will be considered a part of the traffic signal system lump sum measurement. Removal of an existing signal system or existing signal components shall be included within the lump sum measurement. After construction is complete, it is Contractor's responsibility to adjust, relocate, and reposition all traffic signal heads to their final position as shown on the Contract Documents, and shall be considered incidental to the lump sum measurement. All painting of components shall be considered incidental to the lump sum measurement. Additional existing loop detectors may be located under the final lift of asphalt and are not represented on the Plans. Disconnection of loop detector splices and grinding of existing loop detectors not represented in the Plans shall be considered incidental to the respective intersection Traffic Signal System bid item and no additional payment shall be made. Conduit trench excavation and backfill for the Traffic Signal System and/or the Traffic Signal System Modifications shall be installed in the same trench as the Illumination System where possible and no additional payment will be made for excavation or backfill where trenches for other Bid Items are already being excavated. Trench excavation and backfill outside of the Illumination System Trench shall be included in the respective intersection Traffic Signal System bid item and no additional payment shall be made. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 275 SPECIAL PROVISIONS All work related to the removal of existing signal equipment, modifications to the video detection system during construction and installation/relocation of temporary signal systems and associated equipment equipment (vehicle heads, signage, pre-emption, pedestrian heads, pedestrian push buttons and video detection) to accommodate construction phasing throughout the project shall be included in the respective intersection signal bid item and no additional compensation shall be made. "Illumination System, to , Complete" shall be measured per lump sum for the total of all items for complete illumination system. All items and labor necessary to supply, install, and test the: luminaire poles and arms, LED luminaires, foundations, conduit, junction boxes, connections with existing conduit and junction boxes, adjusting junction boxes to grade, excavation, backfilling, directional boring, restoring facilities destroyed or damaged during construction, removing existing luminaire poles, luminaires, foundations and associated equipment, salvaging existing materials, removal of existing conduit, testing, as -built plans and all other components necessary to make a complete system shall be included within the lump sum measurement. All painting of components shall be considered incidental to the lump sum measurement. The illumination system installed on S 344th St (approx. STA 492+40 to the intersection of ' Pacific Highway S) shall be included in the bid item "Illumination System, S 348th Street to S 344th Street, Complete". LED luminaires on signal poles will be paid for under the respective intersection Traffic Signal System bid item. The lump sum price for "Interconnect System, Complete" shall be measured per lump sum for the total of all items for a complete system. All items and labor necessary to supply, install, and test the conduit, singlemode fiber optic cable, fiber splices, fiber termination panels, junction boxes, connections with signal controllers, connections with existing conduit, junction boxes, pull boxes, small cable vaults, connections with existing interconnect systems, pull rope, plugs, restoring facilities destroyed or damaged during construction, salvaging existing materials, as -built plans and all other components necessary to make a complete interconnect communication system shall be included within the lump sum measurement. Conduit for the Interconnect System shall be installed in the Illumination System Trench and no additional payment will be made for excavation or backfill associated with the interconnect system. Traffic signal, illumination and/or interconnect conduits shall be installed in the Joint Utility Trench from STA 22+24 through 23+64. The cost of excavating and trenching shall be included in the unit contract price paid for Structure Excavation Class B Incl Haul for Undergrounding of Overhead Utilities per Section 2-09 of these Special Provisions. "Relocate Private Luminaires" will be paid by force account in accordance with Section 1-09.6. To provide a common proposal for all bidders, the Contracting Agency has estimated the amount for "Relocate Private Luminaires" and entered the amount in the proposal to become a part of the total bid by the Contractor. This bid item covers relocating existing luminaires owned and operated by private landowners including but not limited to: constructing luminaire foundations, relocation of existing luminaire poles, luminaries and all associated equipment, City of Federal Way Pacific Highway South HOV Lanes Phase V Page 276 C LI r RFB 16-006 ' June 2016 7 C 1 SPECIAL PROVISIONS conduit, wiring, trenching, backfill, surface restoration, required testing, electrical permits, coordination with the property owner, removal of existing foundation, removal of unused equipment (as directed by the property owner and approved by the Engineer), and all other Work and materials as directed by the Engineer. 8-21 PERMANENT SIGNING 8-21.3 Construction Requirements 8-21.3(2) Placement of Signs Section 8-21.3(2) is supplemented with the following: (December 18, 2009 ******) The City of Federal Way, 253-835-2744, shall be contacted within 2 working days of completion of the permanent signing installation to inspect, inventory, and log all new and relocated signs. Other Signs: Refer to the currently adopted version of the Manual on Uniform Traffic Control Devices (MUTCD) with Washington State Supplements. 8-21.3(5) Sign Relocation Section 8-21.3(5) is supplemented with the following: (December 18, 2009 ******) King County METRO and/or Pierce Transit personnel will remove and reinstall all existing bus stop signs and supports within the project limits. The Contractor shall contact King County METRO at 206-684-2732 or Pierce Transit at 253-581-8130 to coordinate sign work 2 weeks prior to the required sign removal or installation. A copy of the record of communication shall be forwarded to the City of Federal Way. 8-21.5 Payment (Special Provision) Section 8-21.5 is supplemented with the following: (******) Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Permanent Signing", per lump sum This work shall consist of furnishing and installing permanent signing, sign removal, sign relocation, and the project sign installations and removals, in accordance with the Plans, these Specifications, the Standard Plans, MUTCD, and the City of Federal Way Standard Details at the locations shown in the Plans or where designated by the Engineer. Signs to be removed as shown on the Plans, shall be returned to the Owner. 8-22 PAVEMENT MARKING 8-22.1 Description ' City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 277 RFB 16-006 June 2016 SPECIAL PROVISIONS Section 8-22.1 is supplemented with the following: (December 18, 2009 ******) Pavement markings shall conform to City of Federal Way Standard Details. Profiled and plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M-20.20-01. 8-22.2 Materials Section 8-22.2 Sentence #3 is deleted and replaced with the following: (October 23, 2014 ******) Glass beads for Type A plastic shall be as recommended by the manufacturer. Section 8-22.2 is supplemented with the following: (October 23, 2014 ******) Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section 9- 34.4. 8-22.3 Construction Requirements 8-22.3(3)E Installation Section 8-22.3(3)E is supplemented with the following: (March 13, 2012 ******) Type D material must be applied using a two-part process in a single pass. The first process consists of spraying of catalyzed material to form a solid continuous baseline. The second process consists of extruding a curtain of catalyzed material onto a rotating spindle to create the structure or agglomerates. The structure is applied on top of the baseline prior to the application of reflective media. Profiled Type D lines shall be installed per WSDOT Standard Plan M20.20-01. 8-22.3(3)G Glass Beads Section 8-22.3(3)G is supplemented with the following: (March 13, 2012 ******) Glass beads shall be applied to Type D markings at a rate of eight (8) to ten (10) pounds per one hundred square feet. Bonded core elements shall be applied to Type D markings at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. 8-22.3(6) Removal of Pavement Markings (Special Provision) Section 8-22.3(6) is supplemented with the following: City of Federai Way Pacific Highway South HOV Lanes Phase V Page 278 RFB 16-006 June 2016 i� Ll u SPECIAL PROVISIONS As indicated on the Plans, the Contractor shall remove existing pavement markings consisting of paint and thermoplastic and raised pavement markings. ' 8-22.5 Payment (Special Provision) ' Section 8-22.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: ' "Plastic Stop Line Type A", per linear foot "Plastic Wide Line Type D", per linear foot. ' "Paint Line", per linear foot. "Painted Stop Line", per linear foot "Painted Traffic Arrow", per each "Plastic Crosswalk Line Type A", per square foot. ' "Profiled Plastic Line Type D", per linear foot. "Profiled Plastic Wide Line Type D", per linear foot. "Profiled Plastic Dotted Wide Line Type D", per linear foot. "Plastic HOV Lane Symbol Type A", per each. "Plastic Access Parcking Space Symbol Type A", per each. t"Plastic Traffic Arrow Type A", per each. Removal of all pavement markings will not be measured and is considered included in the bid item Remove Pavement Markings as specified in Section 2-02. 8-26 TREE GRATES 8-26.1 Description Section 8-26.1 is a new section: This work shall consist of providing and installing the Tree Grates as shown and detailed on the Plans. 8-26.2 Materials ' Section 8-26.2 is a new section: Materials shall meet the requirements of the following sections as applicable unless noted: ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 279 SPECIAL PROVISIONS Structural Steel and related materials 9-06 8-26.3 Construction Requirements Section 8-26.3 is a new section: Tree grates shall be installed per details on Plans. Tree Grate shall be 48"x72" rectangular grate, model number #8691 ADA, cast in 2 pieces, 16" diameter tree opening, by East Jordan Iron Works, 1.800.626.4653. Material shall be Cast Iron per ASTM A48 class 35b or better. Finish shall be raw cast grey iron. Tree grate frames and mounting attachments to be steel angle frames by East Jordan Iron Works, size frame to match tree grate. Type as recommended by manufacturer for new concrete and curb attachments. Tree grate and frames typically require 3 to 4 weeks lead time prior to delivery and installation on site. Contractor shall coordinate installation of root barrier with tree grate frame installation 8-26.4 Measurement Section 8-26.4 is a new section: Tree Grates shall be measured per each tree grate installed. 8-26.5 Payment Section 8-26.5 is a new section: Payment will be made for the following bid item: "Tree Grate", per each. The contract bid price, including all incidental work, shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. 8-31 RESOLUTION OF UTILITY CONFLICTS (Special Provision) Section 8-31 is a new section: 8-31.1 Description City of Federal Way Pacific Highway South HOV Lanes Phase V Page 280 RFB 16-006 June 2016 1 �1 SPECIAL PROVISIONS This work involves the identification and resolution of utility conflicts not identified in the plans between proposed improvements and existing utilities. The Contracting Agency will pay these costs by force account if the work proves to be acceptable and the Contractor had performed the work with the authority of and due notice to the Engineer. 8-31.3 Construction Requirements The contracting agency may direct the Contractor to pothole existing utilities to verify the field location and depth. Potholing shall include excavation and backfilling of the existing utility, identification of the pipe or line size, material type and condition and the survey work to locate the facility horizontally and vertically. Survey information to be obtained shall include station and offset to center of utility and elevation at top of utility. Stations, offsets and elevations shall be to the nearest 0.1 foot unless greater accuracy is required. Potholes shall be backfilled with CSBC compacted to 95%, or with CDF, as directed by the Engineer. In areas subject to public traffic, the HMA patch shall match the depth of the surrounding pavement. In the event that a conflict arises between the proposed improvements and an existing utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby time and additional work in the following manner: 1. Standby time resulting from existing utility conflicts a) Standby time is defined as time the Contractor is unable to proceed with progression of a specific work item (i.e. storm drainage, underground utility installation etc.) due to conflicts with existing facilities. However, payment for standby time shall be limited to: ' (1) For each agreed upon conflict, a maximum of four (4) hours of standby time will be paid for actual delay of labor and equipment due to a utility conflict. The Contractor shall be responsible to adjust his work schedule and/or reassign his work forces and equipment to other areas of work to minimize standby time. ' (2) If the conflict is resolved within one (1) hour of notification to the Engineer, no standby time will be paid. ' 2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices for the associated work. Work that can be measured and paid for at the unit contract prices shall not be identified as force account work. This work includes but is not limited to: (1) Storm drainage manhole, pipe, vault, and conduit realignments of line and/or grade for the storm drain and undergrounding of overhead utilities, to avoid existing utility conflicts. (2) Additional storm drainage manholes, pipe, vaults, and conduit required by a change in alignment, and/or grade, not exceeding the limits set in section 1-04.4 of the Standard Specifications. 8-31.4 Vacant 8-31.5 Payment tPayment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 281 SPECIAL PROVISIONS "Resolution of Utility Conflicts" will be paid by force account as provided in section 1-09.6. "Potholing", will be paid by force account as provided in Section 1-09.6. All costs for resolving utility conflicts and potholing will be paid for by force account in accordance with section 1-09.6. To provide a common proposal for all bidders, the Contracting Agency has estimated the amount for "Resolution of Utility Conflicts" and "Potholing" and entered the amounts in the proposal to become a part of the total bid by the Contractor. Utility conflicts due to the Contractor's actions or operations shall be resolved by the Contractor at no expense to the Contracting Agency. 8-32 UTILITY UNDERGROUNDING (Special Provision) Section 8-32 is a new section: 8-32.1 Description The work to be performed shall consist of installation of conduit, handholes and vaults for the conversion of overhead utilities to underground facilities and the conversion of services as shown on the Plans. Using the information shown in the Plans the Contractor will coordinate closely with each utility company to develop a detailed trenching plan and sequence of construction to perform the following: 1. Sawcut pavement as required by the plans and excavate trenches for underground facilities for Puget Sound Energy (PSE), CenturyLink, and COMCAST. 1 7 l 2. Install conduit, conduit bends, connections, pole risers, handholes, junction boxes and vaults provided by PSE CenturyLink, and COMCAST. PSE, CenturyLink, and ' COMCAST will furnish and install cable, conductors, and electrical equipment for their systems. 3. Furnish and install vaults and conduits for City spare system. ' 4. Furnish, place, and compact conduit bedding. 5. Furnish and install identification tape. 6. Furnish, place, and compact backfill, surface restoration for trenches associated with undergrounding of overhead utilities (Gravel Borrow, Gravel Base Course, or Controlled Density Fill). 7. Connecting conduits to existing vaults, including all bends and fittings required. 8. Installing ground rods, ground plates, conduit risers, and other electrical hardware furnished by PSE and required by the Plans and Specifications and Special Provisions. 9. Cutting and capping conduit. 10. Clearing of structures and testing of conduit. 11. Proof conduits and install fish line. 12. Other work indicated on the Plans and in the Specifications and Special Provisions. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 282 RFB 16-006 June 2016 1 ISPECIAL PROVISIONS The individual utility companies will be responsible for furnishing and installing all cables, conductors, electrical equipment, temporary utility poles, conversion to underground, and for the removal of poles, and other equipment no longer needed. ' 8-32.1(1) Regulations and Code ' Installation of all electrical and telecommunication equipment shall conform to the appropriate sections of the National Electrical Code, the City of Federal Way Building Code, utility company standards and these Special Provisions. The Contractor shall install a complete and operable ' system in compliance with the plans and specifications as set forth and to the satisfaction of the Engineer. All work shall conform to the provisions of the current National Electric Code (NEC). Service customers shall be provided a minimum 48 hour notice of any planned service interruptions. The Contractor is advised that minor scheduling adjustments may be necessary to minimize impacts to service customers. 8-32.2 Materials Materials shall conform to the requirements of Division 9 of the Standard Specifications and these Special Provisions and the standards of the utility agencies (PSE, CenturyLink, and COMCAST) as indicated in these Special Provisions, and on the Plans and details. Puget Sound Energy's Specifications are included in Appendix F. PSE, CenturyLink, and COMCAST will provide all materials required for a bare conduit and vault system, including conduits, vaults, and handholes. The Contractor shall furnish and install all materials for the City spare conduit system per Standard Specification 8-20 and these Special Provisions. Vaults and Handholes PSE vault dimensions are shown on their undergrounding plans. CenturyLink and COMCAST vaults and handholes are supplied by Utility Vault. Cut sheets for each vault are included in the standard plans. City spare vaults shall be Utility Vault Company Model 504 -LA, or an approved equal. Identification Tape Polyethylene, 5 Mil Tape, 1/2 mil Aluminum Center Core Electrical—Six inch (6") wide, red in color, with non-ferrous metal conductor sandwiched in the tape for detection purposes imprinted with black lettering "CAUTION - ELECTRIC UTILITIES BELOW". Telecommunication ---Six inch (6") wide, orange in color, with non-ferrous metal conductor sandwiched in the tape for detection purposes imprinted with black lettering "CAUTION - COMMUNICATION LINE BELOW'. 8-32.3 Construction Requirements 8-32.3(1) Excavating and Backfilling City of Federal Way Pacific Highway South HOV Lanes Phase V Page 283 RFB 16-006 June 2016 SPECIAL PROVISIONS J Excavations shall conform to the requirements of Section 2-09 Structure Excavation. Excavations greater than 8 feet may be required. In areas of congested underground utilities the Contractor shall make provisions within the project schedule for less than optimal production rates. The excavations required for the installation of conduit, vaults, and other appurtenances shall be , performed in a manner to cause the least possible disturbance to the streets, sidewalks, and other improvements. The trenches shall not be excavated wider and/or deeper than necessary for the , proper installation of the conduit, vaults, handholes, and other necessary appurtenances. Excavation shall not be performed until immediately before installation of conduit and other appurtenances. The material from the excavation shall be placed where the least interference to vehicular and pedestrian traffic, and to surface drainage, will occur. Locations of conduit ducts and vaults shown in the plans are approximate. The Engineer, utility company representatives, and the Contractor will coordinate actual location of vaults, handholes and conduits as necessary to avoid conflicts with the existing and proposed utilities and appurtenances. The Contracting Agency reserves the right to adjust these locations as necessary to accommodate existing or newly installed utilities at no additional cost to the Contracting Agency. Adjustments to the utility trench depth and width will be required when crossing utilities shown in the Plans as existing or proposed, and that the changes in depth will be done with field bends in the ' conduit, not conduit fittings. If the Engineer determines that the native material is unsuitable for use as backfill, gravel borrow conforming to Section 9-03.14(1) of the Standard Specifications shall be used to backfill the trench. All surplus excavated material shall be removed and disposed of by the Contractor in accordance with Section 2-03, or as directed by the Engineer. Excavations after backfilling shall be kept well filled and maintained in a smooth and well drained condition until permanent repairs are made. At the end of each day's work and at all other times when construction operations are suspended, all equipment and other obstructions shall be removed from that portion of the roadway open for I use by public traffic. Excavations in the street or highway shall be performed in such a manner that not more than one , traffic lane is restricted in either direction at any time. Pipe Zone Bedding within the "pipe zone" shall conform to Section 9-03.12(6). Trench backfill ' material, above the pipe zone, in non -pavement areas, shall be Gravel Borrow Including Haul conforming to Section 9-03.14(1) of the Standard Specifications. Backfill material in areas where full -depth pavement replacement is not occurring and inside the roadway area or where trenches cross the roadway shall be Controlled Density Fill. Backfill material above the pipe zone in full ' depth pavement reconstruction areas shall be Crushed Surfacing Base Course. After the new underground power distribution system is energized, additional excavation may be necessary for Puget Sound Energy to retrain existing underground cables int the new vaults. 48 hours notice will be provided for this excavation. 8-32.3(2) Removing and Replacing Improvements ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 284 J 1 SPECIAL PROVISIONS Improvements such as sidewalks, curbs, gutters, Portland cement concrete and asphalt concrete pavement, bituminous surfacing, base material, and any other improvements removed, broken, or damaged by the Contractor, shall be replaced or reconstructed with the same kind of materials as found on the work or with other materials satisfactory to the Engineer. Whenever a part of a square or slab of existing concrete sidewalk or driveway is broken or damaged, the entire square or slab shall be removed and the concrete reconstructed as above specified. The outline of all areas to be removed in Portland cement concrete sidewalks and pavements and asphalt concrete pavements shall be cut to a minimum depth of 3 inches with a saw prior to removing the sidewalk and pavement material. The cut for the remainder of the required depth may be made by a method satisfactory to the Engineer. Cuts shall be neat and true with no shatter outside the removal area. 8-32.3(3) Conduit Installation of conduit shall conform to appropriate articles of the NEC and these Specifications. The size of conduit used shall be as shown in the Plans. The ends of all conduits shall be well reamed to remove burrs and rough edges. Field cuts shall be made square and true. Conduit stubs from bases shall extend at least 6 inches from the vertical face of foundations and at least 18 inches below grade. All conduit stubs shall be capped. Nonmetallic conduit bends, where allowed, shall conform to Article 347-13 of the NEC. Conduit shall be laid to the depth required by each respective utility company standard but not less than 36 inches below finish grade. Where new construction occurs, conduit shall be placed prior to placement of base course pavement. Conduit terminating in foundations shall extend a maximum of 2 inches above the foundation vertically. Suitable marker stakes shall be set at the ends of conduits which are buried so that they can be easily located. All conduits installed shall be prepared as follows: After final assembly in place, the conduit shall be blown clean with compressed air. Then, in the presence of the Engineer, a cleaning mandrel correctly sized for each size of conduit shall be pulled through to ensure that the conduit has not been deformed. As soon as the mandrel has been pulled through, both ends of the conduit shall be sealed with conduit caps. Conduits noted as "spare" shall have a pull string installed and have a removable plug installed. Existing conduit in place scheduled to receive new conductors shall have any existing conductors removed and a cleaning mandrel sized for the conduit shall be pulled through. ' 8-32.3(4) Vaults, Handholes and Appurtenances ' City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 285 RFB 16-006 June 2016 SPECIAL PROVISIONS Vaults, handholes, and other appurtenances shall be installed at the locations shown in the Plans. Vault and handhole installation shall conform to the respective utility companies standards. Vaults and handholes shall be adjusted to be flush with the finished grade. 8-32.3(5) Existing Utilities The Contractor is alerted to the presence of existing underground utilities within the project area. The Project plans indicate approximate locations of those utilities, however it is the responsibility of the Contractor to verify those locations prior to excavation. The Contractor shall prepare and submit to the Engineer a written trench excavation plan that indicates the location of existing utilities within the trench and vault excavation areas. Depth to existing utilities based on pothole data provided, and potholing information obtained by the Contractor shall be shown. ' Conflicts between existing utilities, new conduit, new vaults, handholes, and appurtenances shall be shown. The Contractor will identify those conflicts requiring immediate resolution based on the ' CPM schedule and request in writing to the Engineer authorization to resolve unforeseen conflicts per 8-31 Resolution of Existing Utility Conflicts. Upon authorization, the Contractor shall diligently and without delay perform such work as necessary to resolve the conflicts. The Contractor shall protect and support all existing utilities not identified to be removed, relocated, or abandoned. The existing telecommunication and electrical system shall remain operational during the installation of the underground utility system. The respective utility companies will furnish and install all conductors and make all final connections necessary to energize the system. PSE, CenturyLink, Comcast, or their contractors will require approximately 120 working days of construction crew time to complete and energize the new underground distribution system. The time window for conversion of the existing overhead services to the new underground system is 100 calendar days. The Contractor shall coordinate the installation of conduits and vaults to ' accommodate the utility company requirements in the total number of working days allowed. Removal of existing utility poles will be performed by established agreement among the utilities. The Contractor is responsible for coordinating and planning adjacent work with the appropriate utility to avoid impacts and delays to the project schedule. The Contractor will be responsible for coordinating with all the utility companies and incorporating time allowances into the project schedule for these work elements. ' 8-32.3(6) Underground Service Conversions 8-32.3(6)A Existing Overhead Services Contractor shall be responsible for all work to convert the overhead service as indicated on the Plans. This work shall include all necessary trenching, providing and installing conduits, providing and installing conductors, trench backfill, providing and placement of customer owned pole, and electrical connection to provide a complete and operable electrical service. Work shall also include obtaining necessary electrical permits, inspections, and approvals. , 8-32.3(6)B Existing Underground Services Contractor shall be responsible for assisting Puget Sound Energy with the interception and ' retraining of existing underground service duct(s) for new service connection. This work shall City Federal Way RFB 16-006 ' of Pacific Highway South June 2016 HOV Lanes Phase V Page 286 1 L 1 L SPECIAL PROVISIONS include all necessary trenching, installing PSE provided restoration. PSE crews will intercept the existing ducts conductors as necessary to restore the underground service to accomplish this work. 8-32.4 Measurement conduits, trench backfill, and surface and retrain conductors / install new Contractor shall coordinate with PSE Excavation of the trench will be measured as "Structure Excavation Class B Incl. Haul for Under grounding Overhead Utilities", by the cubic yard as specified in Section 2-09. When excavation below grade is necessary, excavation will be measured to the limits ordered by the Engineer. "Pitrun Sand", will be measured by the cubic yard. "Fluidized Thermal Backfill", will be measured by the cubic yard. "Install Conduit In." will be measured by the linear foot for the actual neat line length in place. "Install Handhole, Type _ " will be measured per each, installed complete in place. "Install Vault, Type _" will be measured per each, installed complete in place. "Provide and Install Conduit 4 In. " will be measured per linear foot in place. "Provide and Install Vault 4'X4'X4"' will be measured per each, complete in place. 8-32.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Pitrun Sand", per cubic yard. The unit contract price will be full pay for all labor, materials, tools and equipment necessary to furnish, haul, place and compact Pitrun Sand required for utility trench bedding. "Fluidized Thermal Backfill", per cubic yard. "Provide and Install Conduit, 4 In.", per linear foot. "Provide and Install Vault, 4'X 4'X 4' ", per each. "Install Conduit In.", per linear foot. The unit contract price will be full pay for complete installation including connection to existing vaults, pole risers, testing and other items in accordance with the Plans and these Special Provisions. "Install Vault, Type", per each. The unit contract price will be full pay for complete installation with lid in accordance with the Plans and these Special Provisions. "Install Pedestal", per each. The unit contract price will be full pay for complete installation with lid in accordance with the Plans and these Special Provisions. ' City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 287 RFB 16-006 June 2016 SPECIAL PROVISIONS "Install PSE _", per each. The unit contract price will be full pay for complete installation with lid in accordance with the Plans and these Special Provisions. "Install Handhole Type", per each. The unit contract price will be full pay for complete installation with lid in accordance with the Plans and these Special Provisions. " PHS Private U/G Service Conversion ", per lump sum. Service conversion work includes all necessary excavation, backfill, conduit, fittings, conductors, timber poles, guys, inspections/approvals, and other work necessary to provide a complete and functioning installation in accordance with the Secondary Electrical Notes and Details included in the Plans. The lump sum contract price will be full pay for all labor, materials, equipment, permitting and Puget Sound Energy commercial service connection fees necessary to complete the service conversions as shown in the Plans and these Special Provisions. "Misc. Service Conversion", per force account. Payment for misc. service conversion will be as provided in Section 1-09.6, unless such work is explicitly included as a part of another pay item in the contract. No payment will be made under this item for service conversion work shown on the Plans. "Excavation for Retraining PSE conduit", per force account. Payment for excavation for retraining PSE conduit will be as provided in Section 1-09.6, unless such work is explicitly included as a part of another pay item in the contract. Payment will only be made under this item for excavation work required to intercept and retrain existing underground services as directed by the Engineer or Engineer authorized PSE representative. 8-35 ADJUST UTILITY APPURTENANCES (Special Provision) Section 8-35 is a new section: 8-35.1 Description This section describes the requirements for adjusting valve boxes, sewer manholes, and junction boxes to grade. Water and sewer facility construction shall be in accordance with Lakehaven Utility District Standards. The requirements of this Section apply to both Schedules A and B, as described in Section 8-35.5. 8-35.2 Materials Materials shall meet the requirements of the following sections: Concrete 6.02 Asphalt 9-02.1(4) Blending Sand 9-03.8(4) Concrete Blocks 9-12.1 Concrete Bricks 9-12.2 City of Federal Way Pacific Highway South HOV Lanes Phase V Page 288 1 RFB 16-006 , June 2016 ISPECIAL PROVISIONS Materials for sewer manholes shall be per Lakehaven Utility District Standards included in Appendix F. 8-35.3 Construction Requirements 8-35.3(1) Adjust Water Valve Boxes to Grade ' Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 8-35.3(2) of these special provisions. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. The valve box shall be set to an elevation tolerance of one-fourth inch (1/4") to one-half inch (1/2") below finished grade. 8-35.3(2) Adjust Existing Sewer Manhole to Grade Existing sewer manholes shall be adjusted to final grade after final grading has been established or the asphalt concrete paving operations are complete. The Contractor shall adjust the concrete riser ' rings as required. Existing frame and cover shall be re -used or salvaged to Lakehaven Utility District as indicated on the Plans. Lakehaven Utility District will furnish all replacement frames and covers for installation by the Contractor. C The asphalt concrete pavement shall be removed to a neat circular shape. The edge of the cut shall be 1 foot from the outside edge of the manhole frame. The base materials and crushed rock shall be removed. The valve box frame shall be reset to the final grade, plumb to the roadway, and remain operational and accessible. Commercial class concrete shall be placed in the entire void up to within, but not to exceed, 2 inches of the finished pavement surface. Twenty-four hours after placement of the concrete, or as directed by the Engineer, the edges of the removed asphalt pavement, the concrete surface, and the outer edge of the reset frame shall be painted with asphalt for tack coat. Hot mix asphalt shall then be placed and properly compacted to finished grade. The hot mix asphalt shall meet the requirements of Section 5-04 of the Standard Specifications. The joint between the patch and existing pavement shall then be painted with asphalt for tack coat and immediately covered with dry paving sand before the asphalt for tack coat solidifies. 8-35.3(3) Reconstruct Manhole Completed manholes shall conform to Lakehaven Utility District Standards. Raise Manhole, where indicated on the Plans, shall include the following work: ' City of Federal Way Pacific Highway South HOV Lanes Phase V 1 Page 289 RFB 16-006 June 2016 SPECIAL PROVISIONS (Special Provision) Completed manholes shall conform to Lakehaven Utility District Standards. Reconstruct Sewer Manhole, where indicated on the Plans, shall include the following work: A. Structure excavation or concrete collar removal as necessary to expose and remove existing cone. B. Where indicated on the plans, furnish and install new manhole barrel section(s) and cone on existing manhole barrel. Where key sections of new and existing manholes are not compatible, cut key off bottom of new section and provide a 12" by 12"cast in place class 3000 concrete collar around manhole perimeter centered on joint. Grout all joints inside, outside, and in between to achieve a watertight construction. Finish smooth the inside of structure. Use non -shrink grout only. I I C. Where new barrel section is required to meet the requirements of item B of this Section, existing cone section shall be disposed of by the contractor and replaced with a new cone section to ensure only one incompatible joint. D. Rotate cone section as specififed in the plans. E. Furnish and install riser rings, 16 -inch max between top of cone and base of frame. F. Install frame and cover (to be provided by Lakehaven Utility District). Salvage Existing frame and cover to Lakehaven Utility District. G. Adjustment to final grade in accordance with 7-05.3(1) is included in the unit price I for Reconstruct Sewer Manhole and no additional payment will be made. 8-35.4 Measurement I "Adjust Water Valve Box", shall be measured per each."Adjust Water Meter Box", shall be measured per each. I Measurement of valve or meter box adjustment, if included as a separate bid Proposal item, shall be one time per facility, regardless of the number of valve box, meter box and lid I adjustments are necessary in conjunction with intermediate and final surfacing courses. "Adjust Existing Sewer Manhole to Grade", shall be measured per each. ' "Reconstruct Manhole", shall be measured per each. 8-35.5 Payment r Payment will be made in accordance with Section 1-04.1 for the following bid items when included ' in the proposal: "Adjust Water Valve Box", per each. "Adjust Water Meter Box", per each. i City of Federal Way RFB 16-006 ' Pacific Highway South June 2016 HOV Lanes Phase V Page 290 1 1 SPECIAL PROVISIONS Adjustment of new water valves installed in this contract shall be incidental to the unit costs included in Schedule B and no additional payment will be made. The unit contract price "Adjust Water Box," shall include one (1) adjustment to final grade and shall not include interim I adjustments. "Adjust Existing Sewer Manhole to Grade", per each. "Adjust Existing Sewer Manhole to Grade" shall be full pay for adjusting sewer manholes to grade. No payment will be made under this item for final adjustment of manholes to be raised and paid for as "Reconstruct Manhole". ' "Reconstruct Manhole," will be measured per each. The unit contract price "Reconstruct Manhole," per each includes all labor, tools, equipment, and materials necessary to perform the work described in this section. Adjustment of reconstructed t manholes shall be included in the unit contract price "Reconstruct Mahnhole." The unit contract price "Reconstruct Manhole," shall include one (1) adjustment to final grade and shall not include interim adjustments. 8-54 BOLLARDS ' (April 4, 2011 WSDOT GSP) Description ' This work shall consist of furnishing and installing steel bollards in accordance with the Plans, Standard Plans, and these Specifications, at the locations shown in the Plans or as staked by the Engineer. ' Materials ' Posts and Hardware Type 1 and Type 2 bollard posts shall be ASTM A 53, NPS 3 (3" Nom.) schedule 80 steel pipe. Post sleeves shall be ASTM A 53, NPS 4 (4"Nom.) schedule 40 steel pipe. ' Type 3 bollard posts shall be steel structural tubing per ASTM A 500 Gr B. Steel plate shall be per ASTM A 36. ' All steel parts shall be hot -dip galvanized after fabrication in accordance with AASHTO M 111. Reflective Tape Reflective tape shall be one of the following or an approved equal: ' Scotchlite High Intensity Grade Series 2870 Reflexite AP -1000 Scotchlite Diamond Grade LDP Series 3970 T-6500 High Intensity (Type IV) Concrete Footings shall be constructed using concrete Class 3000. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 291 SPECIAL PROVISIONS Construction Requirements Bollards shall be constructed in accordance with the Standard Plans. Bollards shall not vary more than 1/2 inch in 30 inches from a vertical plane. Bollard posts and the exposed parts of the base assembly shall be painted in accordance with Section 6-07.3(11) for galvanized surfaces. The top coat shall match Federal Standard 595, Color No. 33538 Traffic Signal Yellow. Measurement Measurement for bollards will be by the unit for each type of bollard furnished and installed. Payment Payment will be made in accordance with Section 1-04.1, for the following bid items: "Bollard", per each. City of Federal Way Pacific Highway South HOV Lanes Phase V END OF DIVISION 8 Page 292 RFB 16-006 June 2016 G' SPECIAL PROVISIONS DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.12 Gravel Backfill (Special Provision) 9-03.12(6) Pit Run Sand Section 9-03.12(6) is a new section: Sieve Size Percent Passing 3/8" square 100 U.S. No. 4 90 Sand Equivalent 30 minimum 9-03.14(3) Common Borrow (Special Provision) Section 9-03.14(3) is modified with the following requirements: Material from on-site excavations meeting the requirements for Common Borrow shall be used to the extent practicable. Material for common borrow shall consist of granular soil and/or aggregate which is free of trash, wood, debris, and other deleterious material. Common Borrow material shall be at the proper moisture content for compaction. This material is generally moisture sensitive. The natural moisture content shall range from not more than 1 percent wet of optimum to not more than 3 percent dry of optimum as determined in accordance with Section 2-03.3(14)D. The material shall not pump or yield under the weight of compaction equipment and construction traffic. The Contractor is responsible for protecting the material from excess moisture wherever/whenever possible. To the extend practicable, this material should be handled only during non -rainy periods and should be removed, hauled, placed, and compacted into final embankments without intermediate handling or stockpiling. Surfaces should be graded and sloped to drain and should not be left uncompacted. Common Borrow shall meet the following gradation limits: Sieve Size Percent Passing (by weight) 6" square100 4" square 90-100 2" square 75-100 ' City of Federal Way Pacific Highway South HOV Lanes Phase V Page 293 RFB 16-006 June 2016 SPECIAL PROVISIONS I U.S. No. 4 50-80 U.S. No. 40 50 max. U.S. No 200 25 max. For geosynthetic reinforced walls or slopes, 100percent passing 1'/4 -inch square sieve and 90 to 100 percent passing the 1 -inch square sieve. Common Borrow shall contain sufficient fines for compaction and to bind the compacted soil mass together to form a stable surface when heavy construction equipment is operated on its surface. 9-05 DRAINAGE STRUCTURES AND CULVERTS ' 9-05.15 Metal Castings (Special Provision) ' 9-05.15(4) Heavy Duty Hinged Style Ductile Iron Frame and Cover , Section 9-05.15(4) is a new section: The covers shall be hinged and incorporate a 90 -degree blocking system to prevent accidental , closure and come complete with a hinge infiltration plug. The lid shall be operable by one persion using standard tools and capable of withstanding a test load of 100,000 lbs. Frames , shall be circular, compatible with City of Federal Way standard top slab openings, incorporate a seating ring, and be available in a 24 -inch clear opening. The frame depth shall not exceed 4 inches, and the flange shall incorporate bedding slots and bolt holes. All components shall be black coated. ' 9-13 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK FOR EROSION AND SCOUR PROTECTION AND ROCK WALLS ' Section 9-13 is supplemented with the following: 9-13.8 Rock Lining , Rock lining shall meet the following requirements for grading: Sieve Size Percent Passing , 12" 100 8" 40 max. 2" 2 max. City of Federal Way Pacific Highway South HOV Lanes Phase V RFB 16-006 ' June 2016 Page 294 1 ISPECIAL PROVISIONS ' 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.1(1) Topsoil Type A Section 9-14.1(1) is supplemented with the following: Topsoil Type A mix shall be 50% pure organic compost and 50% sand or sandy loam. The soil shall be high in organic content and compromised of fully composted and mature organic materials. Refer to Section 9-14.4(8) Compost of the Standard Specifications for compost requirements. No fresh sawdust or other fresh wood by-products shall be added to extend the volume after the composting process. Chemical and physical characteristic of Topsoil Type A shall comply with the following: Screen Size 7/16" Maximum (Approximate Particle Size) Total Nitrogen 0.25% Minimum Organic Matter 10% Minimum pH Range 5.5 to 7.5 Conductivity 5 mmhos/cm Maximum The Contractor shall provide a complete analysis of Topsoil Type A with one cubic foot sample for review and approval. 9-14.2 Seed Section 9-14.2 is supplemented with the following: The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the Engineer with a dealer's guaranteed statement of the composition, mixture, and the percentage of purity and germination of each variety. Hydroseed shall be composed of the following varieties mixed in the proportions indicated, or approved equal: Restoration Seed Mix Name By Weight % Purity % Germination Tall Fescue/ Festuca arundinacea 40% 98% 90% Creeping Red Fescue/ Festuca rubra 25% 98% 90% Highland Colonial Bentgrass/ A rostis ca illaris var. 5% 98% 90% ' City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 295 RFB 16-006 June 2016 SPECIAL PROVISIONS 'Highland' By Weight % Purity % Germination Perennial Rye/ Lolimum perenne (blend of two: `Fiesta ll', 'Prelude ll', `Palmer ll', `Commander' 30% 95% 90% Seeded Lawn Mix Name By Weight % Purity % Germination Perennial Rye/ Lolimum perenne (blend of two: 70% 98% 90% `Dasher 3' and `Cutter Il' or approved equal) Garnet Creeping Red Fescue/ Festuca rubra var. 15% 98% 90% 'Garnet Windward Chewing Fescue/ Festuca rubra spp. 15% 98% 90% fallax var. `Windward' 9-14.3 Fertilizer Section 9-14.3 is supplemented with the following: Fertilizer for trees and shrubs shall be biodegradable fertilizer packets, 20-10-5. Apply per manufacturer's recommendations. J i 9-14.4(3) Bark or Wood Chips Section 9-14.4(3) is supplemented with the following: t Bark mulch shall be medium grade composted ground fir or hemlock bark. The bark 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 no exceed 22%. The acceptable size range of bark mulch material is 1/2" to 1" with maximum of 20% passing the 1/2" screen. 9-14.6 Plant Materials ' 9-14.6(2) Quality ' Section 9-14.6(2) is supplemented with the following: Plant material shall be free from disfiguring knots, swollen grafts, sunscale injuries, bark abrasions, evidence of improper pruning or other objectionable disfigurement. , Potted and container stock shall be well rooted and vigorous enough to ensure survival and healthy growth. Shrubs shall have full foliage (not leggy). Container stock shall be grown in its ' delivery container for not less than six (6) months, but not for more than two (2) years. Root City of Federal Way RFB 16-006 , Pacific Highway South June 2016 HOV Lanes Phase V Page 296 1 SPECIAL PROVISIONS ' bound or broken containers will not be accepted. Bare root, liner and root stock with dried or shriveled roots from exposure will not be accepted. ' Trees will be provided with untapped, straight, single leaders, except for multiple stem (clump) trees. Trees shall have full crowns and balanced branching. Measurements, caliper, branching, grading, quality, balling and burlapping shall follow the Code ' of Standards of the American Associate of Nurserymen in the American Standard for Nursery Stock, ANSI 260.1, latest edition. Measurements shall be taken with all branches in their normal growing position. Plants shall not be pruned prior to delivery to site. ' 9-14.6(3) Handling and Shipping ' Section 9-14.6(3) is supplemented with the following: ' All plant material shall be transported to planting locations with care to prevent damage. Tie back branches as necessary, and protect bark from chafing with burlap bags. Do not drag plant materials along ground without proper protection of roots and branches. Protect rootballs from environmental or mechanical damage and water as necessary to keep roots moist. Do not store plants for more than one week. ' 9-14.6(4) Tagging Section 9-14.6(4) is supplemented with the following: All plant material except ground cover shall be legibly tagged. Tagging may be by species or variety with minimum of one tag per ten trees, shrubs, or vines. Remove all tagging prior to final acceptance. 9-14.6(5) Inspection ' (Special Provision) Section 9-14.6(5) is supplemented with the following: The Contracting Agency shall reserve the option of selecting and inspecting plant material at ' the nursery. The contractor shall provide the Contracting Agency with at least one week notice prior to preparing plants for shipping and delivery. The Contractor shall neither deliver to site nor install plant materials until authorized by the Contracting Agency. 9-14.6(7) Temporary Storage Section 9-14.6(4) is supplemented with the following: Cold storage of plants shall not be permitted. ' If planting is delayed more than 24 hours after delivery, set balled and burlapped plants on the ground, well protected with soil or wet peat. Adequately cover all roots of bare root material ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 297 SPECIAL PROVISIONS I with soil or wet peat. Protect rootballs from freezing, sun, drying winds or mechanical damage. I Water as necessary until planted. Plants shall not be stored for more than one week. Longer storage period at project site will I result in rejection of plant materials by the Contracting Agency. 9-14.6(8) Sod Section 9-14.(8) is supplemented with the following: ' Sod Lawn shall be JB Pacific Northwest Sod, 60% Perennial Ryegrasses,40% Fine Fescue with degradable netting, or approved equal. 9-14.7 Stakes, Guys, and Wrapping Section 9-14.7 is supplemented with the following: Stakes shall be BVC round tree stakes with Chainlock guying or Engineer accepted product. No wrapping required. 9-15 IRRIGATION SYSTEM 9-15.1 Pipe, Tubing And Fittings Section 9-15.1 is supplemented with the following: All pipe and tubing shall be PVC or approved equal. All fittings shall be Sch 80 PVC. All sleeving shall be Sch 40 PVC. 9-15.1(2) Polyvinyl Chloride Pipe And Fittings Section 9-15.1(2) is supplemented with the following: PVC pipe shall be Schedule 40 PVC pipe for the main, laterals and sleeves (purple non- I potable pipe for lateral and mainlines). 9-15.5 Valve Boxes And Protective Sleeves ' Section 9-15.5 is supplemented with the following: June 2016 HOV Lanes Phase V Valve boxes for automatic control valve with extensions as necessary and bypass assemblies shall be grey flared box, HDPE construction with UV inhibitors, heavy duty seat collar, drop in locking, 171 x 24" D x 12" W with green HDPE drop in locking lid. ' Valve boxes for quick coupler shall be light duty HDPE with UV inhibitors, 10" diameter flared box with bolt down cover. ' City of Federal Way RFB 16-006 , Pacific Highway South June 2016 HOV Lanes Phase V Page 298 1 SPECIAL PROVISIONS Valve boxes for Double Check Valve Assembly shall be grey heavy duty polymer concrete, top dimensions 25"L x 15-16"W and 24" D designed to withstand H-10 and H-20 loading in incidental and non -deliberate traffic areas. Valve box must be compliant with AASHTO H-10 Design Load; ASTM C 857-95 Design Load of A-8, 8,000lbs. Box shall be alkaline, acid and weather resistant, with flush locking polymer concrete cover. Verify size to fit Double Check Valve Assembly. r9-15.6 Gate Valves (Special Provision) Section 9-15.6 is supplemented with the following: ' Gate valves shall be heavy duty cast brass body and heavy cast iron handwheel, suitable for residential or commercial potable water applications, with screwed bonnet, non -rising stem, solid wedge disc and integral seats. ' 9-15.8 Quick Coupling Equipment Section 9-15.8 is supplemented with the following: Quick coupling valves shall be two piece brass body design, with corrosion resistant steel 1 springs. The quick coupler shall be rated for 5 to 125psi, 10-125 GPM, with non -potable purple, locking, thermoplastic cover. 9-15.17 Electrical Wire And Splices Section 9-15.17 is supplemented with the following: Electrical Wire shall be #14 OF wire. Direct bury splice kits shall be premium moisture -resistant ' connectors, max wire gauge 10AWG minimum wire gauge 18AWG, flame retardant. Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the same tmanner as conduit couplings. Electroplated fittings are not allowed. Steel conduit entering concrete shall be wrapped in 2 -inch -wide pipe wrap tape with a minimum ' 1 -inch overlap for 12 inches on each side of the concrete face. Pipe wrap tape shall be installed per the manufacturer's recommendations. Galvanizing repair paint requirements for conduit couplings shall also apply to end bushings. 9-21, RAISED PAVEMENT MARKERS (RPM) ' 9-21.2(1) Physical Properties Section 9-21.2(1) is supplemented with the following: ' (March 13, 2012 ******) Type 2 raised pavement markers shall NOT be ceramic. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 299 SPECIAL PROVISIONS 9-28 SIGNING MATERIALS AND FABRICATION 9-28.8 Sheet Aluminum Signs Section 9-28.8 table is deleted and replaced with the following: (January 8, 2013 ******) Maximum Dimension Blank Thickness Less than 30 inches 0.080 inches Greater than 30 inches, less than 48 inches 0.100 inches Greater than 48 inches 0.125 inches Section 9-28.8 is supplemented with the following: 1 (January 8, 2013 ******) I All permanent signs shall be constructed from aluminum sign blanks unless otherwise approved by the Engineer. Sign -blank minimum thicknesses, based on maximum dimensions, shall be as follows: I All D-3 street -name signs shall be constructed with 0.100 -inch -thick blanks. The Contractor shall install permanent signs which meet or exceed the minimum reflectivity standards. All sign face sheeting shall be applied to sign blanks with pressure sensitive adhesives. 9-28.12 Reflective Sheeting t (Special Provision) Section 9-28.12 is supplemented with the following: ' (******) All roadside mounted signs shall use High Intensity Encapsulated Lens sheeting. All mast arm mounted signs shall use type IX micro prismatic retroreflective sheeting. , 9-28.14 Sign Support Structures Section 9-28.14 is supplemented with the following: ' (December 18, 2009 ******) Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be timber ' sign posts. 9-28.14(1) Timber Sign Posts Section 9-28.14(1) is supplemented with the following: (December 18, 2009 ******) , All ground -mounted sign posts shall use pressure treated hem -fir wood posts unless approved otherwise by the Engineer. All wood posts shall be buried a minimum of 30 inches below the finished ground line. Post backfill shall be compacted at several levels to minimize settling. All ' posts shall be two-way plumb. City of Federal Way RFB 16-006 ' Pacific Highway South June 2016 HOV Lanes Phase V Page 300 ' SPECIAL PROVISIONS ' 9-28.14(2) Steel Structures and Posts Section 9-28.14(2) is supplemented with the following: (December 18, 2009 ******) Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be timber sign posts. Approved Manufacturers for Steel Sign Supports The Standard Plans lists several steel sign support types. These supports are patented devices 1 and many are sole -source. All of the sign support types listed below are acceptable when shown in the plans. Steel Sign Support Type Manufacturer ' Type TP -A & TP -B Transpo Industries, Inc. Type PL, PL -T & PL -U Northwest Pipe Co. Type AS Transpo Industries, Inc. ' Type AP Transpo Industries, Inc. Type ST 1, ST 2, ST 3, & ST 4 Ultimate Highway Products, Allied Tube & Conduit, Inc., ' Northwest Pipe, Inc. Type SB -1, SB -2, & SB -3 Ultimate Highway Products, Xcessories Squared Development and Manufacturing ' Incorporated„ Northwest Pipe, Inc. ' 9-29 ILLUMINATION, SIGNAL, ELECTRICAL 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes t9-29.2(1) Standard Duty and Heavy -Duty Junction Boxes ' 9-29.2(1)A Standard Duty Junction Boxes Section 9-29.2(1)A is supplemented with the following: ' (January 7, 2013 WSDOT GSP) 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 1/2 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 "SY 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. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 301 SPECIAL PROVISIONS 9-29.2(2) Small Cable Vaults, Standard Duty Cable Vaults, Heavy -Duty Cable Vaults, Standard Pull Boxes, and Heavy Duty Pull Boxes 9-29.2(2)A Small Cable Vaults, Standard Duty Cable Vaults, and Standard Duty Pull Boxes Section 9-29.2(2)A is supplemented with the following: (January 7, 2013 WSDOT GSP) 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 '/2 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. The small cable vaults are to be provided with a racking hardware package for cable storage and mounting of a splice case. The vault cover shall have a bolt -down, non-skid surface (meeting the requirements stated herein) and a ground strap. 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable Section 9-29.3 is supplemented with the following: i i] i (December 13, 2012 City of Federal Way) Video cable from the camera (sensor) to the controller cabinet shall conform to the video ' detection manufacturer's recommendations. 9-29.3(1)A Singlemode Fiber Optic Cable ' Section 9-29.3(1)A is supplemented with the following: (January 31, 2012 City of Federal Way) Optical fiber shall meet the requirements of ITU G652 and specifically meet ITU G652.D Attributes. The fibers shall support the transmission of wavelengths for Coarse Wavelength Division Multiplexing (CWDM) as defined in ITU G694.2. Products shall meet or exceed the applicable provisions of the latest edition of the following documents: Document Title ANSI, C8.47-1983 American National Standard for Polyolefin -insulated Thermoplastic Jacketed Communication Cables CFR 1755.900- Code of Federal Regulations - Rural Utility Services RUS Specification for Filled Fiber Optic Cables EIA -455-27A Electronic Industries Alliance, Method of Measuring (Uncoated) Diameter of Optical Waveguide Fibers EIA -455-28B Electronic Industries Alliance, Method For Measuring Tensile Failure Point of Optical Waveguide Fibers EIA -455-34 Electronic Industries Alliance, Interconnection Device Insertion City of Federal Way Pacific Highway South HOV Lanes Phase V Page 302 7 L �I RFB 16-006 i June 2016 SPECIAL PROVISIONS I9-29.3(2)F Detector Loop Wire Section 9-29.3(2)F is deleted and replaced with the following: ' (October 5, 2009 WSDOT NWR) Detector Loop Wire Detector loop wire shall use 14 AWG stranded copper conductors, and shall conform to IMSA Specification 51-7, with cross-linked polyethylene (XLPE) insulation encased in a polyethylene outer jacket (PE tube). ' 9-29.3(2)H Three -Conductor Shielded Cable Section 9-29.3(2)H is supplemented with the following: (March 13, 2012 City of Federal Way) Lead-in cable back to the controller for pre-emtion units shall be GTT detector 138 cable or ' equivalent. 9-29.6 Light and Signal Standards Section 9-29.6 is supplemented with the following: (December 18, 2009 City of Federal Way) 1 Light Standards Light standards shall be tapered round aluminum tube C -wall alloy 6063 satin brushed finish with Davit bracket arm, as shown in Federal Way Standard Detail 3-39, except that luminaire ' mounting height shall be as shown on the Illumination Pole Schedule on the Plans. (August 3, 2015 WSDOT GSP) ' 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: I Type PPB Pedestrian push button posts shall conform to Standard Plan J-20.10 or to one of the following pre -approved plans: ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 303 Loss Test EIA -455-95 Electronic Industries Alliance, Absolute Optical Power Test for Optical Fibers and Cables EIA -455-103 Electronic Industries Alliance, Buffered Fiber Bend Test EIA -359-A-1 Electronic Industries Alliance, Special Colors I9-29.3(2)F Detector Loop Wire Section 9-29.3(2)F is deleted and replaced with the following: ' (October 5, 2009 WSDOT NWR) Detector Loop Wire Detector loop wire shall use 14 AWG stranded copper conductors, and shall conform to IMSA Specification 51-7, with cross-linked polyethylene (XLPE) insulation encased in a polyethylene outer jacket (PE tube). ' 9-29.3(2)H Three -Conductor Shielded Cable Section 9-29.3(2)H is supplemented with the following: (March 13, 2012 City of Federal Way) Lead-in cable back to the controller for pre-emtion units shall be GTT detector 138 cable or ' equivalent. 9-29.6 Light and Signal Standards Section 9-29.6 is supplemented with the following: (December 18, 2009 City of Federal Way) 1 Light Standards Light standards shall be tapered round aluminum tube C -wall alloy 6063 satin brushed finish with Davit bracket arm, as shown in Federal Way Standard Detail 3-39, except that luminaire ' mounting height shall be as shown on the Illumination Pole Schedule on the Plans. (August 3, 2015 WSDOT GSP) ' 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: I Type PPB Pedestrian push button posts shall conform to Standard Plan J-20.10 or to one of the following pre -approved plans: ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 303 SPECIAL PROVISIONS Fabricator Drawing No. Northwest Signal NWS 3565 Supply Inc. Valmont Ind. Inc. DB00655 Rev. L Sheets 1, 2 and 3 of 3 Ameron Pole WA10TR-1 Rev. F andProd. Div. WAPPBPBA Rev. B Union Metal Corp. TA -10035 Rev. R8 Sht. 1 West Coast Engineering Group WSDOT-PP-01 Rev. 1 KW Industries 10 -200 -PED -1 Rev. 9, Sheets 1, 2 and 3 City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 304 1 1 SPECIAL PROVISIONS Type PS Type I City of Federal Way Pacific Highway South HOV Lanes Phase V 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. 4 and Supply Inc. NWS 3540B Rev. 4 Valmont Ind. Inc. DB00655 Rev. L Drawinq No. Sheets 1 2 and 3 of 3 Ameron Pole WA10TR-1 Rev. F and Prod. Div. NWS 3540B Rev. 4 WA10TR-2 Rev. C Union Metal Corp. TA -10025, Rev. R18 Sheets 1 2 and 3 of 3 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. 9, Sheets 1, 2 and 3 Type I vehicle signal standards shall conform to Standard Plan J-21.15 or to one of the following pre -approved plans: Fabricator Drawinq No. Northwest Signal NWS 3540 Rev. 4 and Supply Inc. NWS 3540B Rev. 4 Valmont Ind. Inc. DB00655 Rev. L Sheets 1 2 and 3 of 3 Ameron Pole WA10TR-1 Rev. F and Prod. Div. WA10TR-2 Rev. C Union Metal Corp. West Coast Engineering Group American Pole Structures, Inc. KW Industries Page 305 TA -10025 Rev. R18 Sht. 1 & 2 WSDOT-PP-02 Rev. 1 WS -PP -03 Rev. 1 D 10 -200 -PED -1 Rev. 9, Sheets 1, 2 and 3 RFB 16-006 June 2016 SPECIAL PROVISIONS ' Type FB Type FB flashing beacon standard shall conform to Standard Plan J- 21.16 or the following pre -approved plan: Fabricator Drawing No. ' Valmont Ind. Inc. DB00655 Rev. L Sheets 1 2 and 3 of 3 ' Union Metal Corp. 50200-B58 Rev. R7 Sheets 1 & 2 ' Ameron Pole WA10TR-1 Rev. F and Prod. Div. WA10TR-2 Rev. C Northwest Signal NWS 3540 Rev. 4 and Supply Inc. NWS 3540B Rev. 4 ' KW Industries 10 -200 -PED -1 Rev. 9, Sheets 1, 2 and 3 Type RM Type RM ramp meter standard shall conform to Standard Plan J-22.15 ' or the following pre -approved plan: Fabricator Drawing No. Valmont Ind. Inc. DB00655 Rev. L Sheets 1 2 and 3 of 3 Union Metal Corp. 50200-B58 Rev. R7 Sht. 1 & 2 Ameron Pole WA10TR-1 Rev. F and Prod. Div. WA10TR-2 Rev. C Northwest Signal NWS 3540 Rev. 4 and Supply Inc. NWS 3540B Rev. 4 ' KW Industries 10 -200 -PED -1 Rev. 9, Sheets 1, 2 and 3 t City of Federal Way RFB 16-006 ' Pacific Highway South June 2016 HOV Lanes Phase V Page 306 ' SPECIAL PROVISIONS Type CCTV Type CCTV camera pole standards shall conform to one of the following pre -approved Plans: Fabricator Drawing No. Valmont Industries, Inc. DB 00759 Rev. T Ameron Pole Product Div West Coast Engineering Group American Pole Structures, LLC Union Metal Corporation Union Metal Corporation KW Industries Northwest Signal Supply, Inc Type II Characteristics Sheet 1, 2 and 3 of 3 W6CCTV1 Rev. G & W6CCTV2 Rev C AP-WSDOT-CP-01 Rev. 3 WS -CP -01 Rev. 1C Sht. 1 & 2 Drawing No. P33-13318, R11.2 Sheets 1, 2 of 2 Drawing No. P33-13323, Rev. 3 Sheets 1, 2 of 2 Drawing No. 10 -200 -CAM -1 Rev. 9, Sheets 1 and 2 Drawing No. NWS 3545 (For Type CCTV) Rev. 3 Luminaire mounting height N.A. Luminaire arms N.A. Luminaire arm length N.A. Signal arms One Only Type II standards shall conform to one of the following pre -approved plans, provided all other requirements noted herein have been satisfied. Maximum (x) (y) (z) signal arm loadings in cubic feet are noted after fabricator. Signal Arm Length (max) Fabricator -(x) (y) (z) 65 ft. Valmont Ind. Inc. -(2894) City of Federal Way Pacific Highway South HOV Lanes Phase V 65 ft. Union Metal Corp. (2900) 65 ft. Ameron Pole -(2900) 65 ft. Northwest Signal -(2802) Supply Inc. Page 307 Drawing No. DB00625-Rev. U Sheets 1, 2. 3 & 4 71026-1386 Rev. R11 Sheets 1, 2 & 3 of 3 W3724-1 Rev. K & W3724-2 Rev. H NWS 3505 Rev. 4 or NWS 3505B Rev. 4 RFB 16-006 June 2016 SPECIAL PROVISIONS 45 ft. American Pole (1875) Structures, Inc. 65 ft. American Pole (2913) Structures, Inc. 65 ft. KW Industries 65 ft 65 ft Type III Signal Arm Length (max) Fabricator -(x) (y) (z) 45 ft. American Pole (1875) Structures, Inc. 65 ft. Valmont Ind. Inc. -(2947) West Coast WSDOT-TS-01 Rev. 3 ' WS -T2 -L Rev.8 Sheets 1, 2, and 3 Sheet 1 & 2 of 2 Maico WS -T2 -H Rev. 8 , Sheet 1 & 2 of 2 Industries (2894) 10 -200 -TSP -4 Rev. 5, ' Sheets 1, 2, and 3 ' Luminaire mounting height West Coast WSDOT-TS-01 Rev. 3 ' Engineering Group Sheets 1, 2, and 3 Maico WSDOTMA Rev. 3 ' Industries (2894) Sheets 1, 2 and 3 Characteristics: ' Luminaire mounting height 30 ft., 35 ft., 40 ft., or 50 ft. Luminaire arms One Only ' Luminaire arm type Type 2 Luminaire arm length (max.) 16 ft. Signal arms One Only ' Type III standards shall conform to one of the following pre -approved plans, provided all other requirements noted herein have been satisfied. Maximum (x) (y) (z) signal arm loadings in cubic feet are noted after fabricator. City of Federal Way Pacific Highway South HOV Lanes Phase V 65 ft. Northwest Signal -(2802) Supply Inc. 65 ft. Ameron Pole -(2900) Prod. Div. 65 ft West Coast Engineering Group Page 308 Drawing No. WS-T3J-L, Rev. 11 Sheets 1 & 2 of 2 DB00625-Rev. U, Sheets 1, 2, 3 & 4 and "T" luminaire arm NWS 3505 Rev. 4 or NWS 3505B Rev. 4 W3724-1 Rev. K & W3724-2 Rev. H and "T" luminaire arm WSDOT-TS-01 Rev. 3 Sheets 1, 2.& 3 RFB 16-006 June 2016 SPECIAL PROVISIONS 65 ft. Maico WSDOTMA Rev. 3 Industries (2947) Sheets 1, 2 and 3 and "T" luminaire arm 65 ft. KW Industries 10 -200 -TSP -3 Rev. 5, Sheets 1, 2, and 3 65ft Union Metal Corp. 71026-687 R13 Sheets 1, 2, and 3 65 ft. American Pole (2913) WS-T3J-H, Rev. 10 Structures, Inc. Sheets 1 & 2 of 2 Type IV Type IV strain pole standards shall be consistent with details in the Plans and Standard Plan J-27.15 or one of the following pre -approved plans: Fabricator Drawing No. Northwest Signal NWS 3525 Rev. 2 or Supply Inc. NWS 3525B Rev. 2 Valmont Industries, Inc. DB006885, Rev. A Sheets 1 and 2 Ameron Pole M3650 Rev. G Prod. Div. Union Metal Corp. EA -10224, Rev. R13 Sheet 1 of 1 American Pole 9000-12-037 Rev. A Structures, Inc. Maico Industries WA -SP -4 Rev. 2, Sheets 1 and 2 of 2 City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 309 SPECIAL PROVISIONS Type V Type V combination strain pole and lighting standards shall be , consistent with details in the Plans and Standard Plan J-27.15 or one of the following pre -approved plans: ' Fabricator Drawing No. Ameron Pole M3650 Rev.G Prod. Div. ' Northwest Signal NWS 3525 Rev. 2 or Supply Inc. NWS 3525B Rev. 2 ' Maico Industries WA -SP -5 Rev. 2, Sheets 1, 2 & 3 ' and "T" luminaire arm Valmont Industries, Inc. DB006885, Rev. A Sheets 1 and 2 The luminaire arm shall be Type 2, 16 foot maximum and the luminaire ' mounting height shall be 40 feet or 50 feet as noted in the Plans. Type SD Type SD standards require special design. All special design shall be ' based on the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals and pre - approved plans and as follows: ' 1. A 90 mph wind loading shall be used. 2. The Design Life and Recurrence Interval shall be 50 years for I luminaire support structures. 3. Fatigue design shall conform to AASHTO Section 11, Table 11- 1 using fatigue category III. Complete calculations for structural design, including anchor bolt details, shall be prepared by a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural Engineering or by an individual holding valid registration in another state as a civil or structural Engineer. All shop drawings and the cover page of all calculation submittals shall carry the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. The cover page shall include the contract number, contract title, and sequential City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 310 SPECIAL PROVISIONS ' index to calculation page numbers. Two copies of the associated design calculations shall be submitted for approval along with shop drawings. ' Details for handholes and luminaire arm connections are available from the Bridges and Structures Office. ' Foundations for various types of standards shall be as follows: ' Type PPB As noted on Standard Plan J-20.10 Type PS As noted on Standard Plan J-21.10 Type I As noted on Standard Plan J-21.10 Type FB As noted on Standard Plan J-21.10 ' Type RM As noted on Standard Plan J-21.10 Type CCTV As noted on Standard Plan J-29.15 Type II As noted in the Plans. ' Type III As noted in the Plans. Type IV As noted in the Plans and Standard Plan J-27.10 Type V As noted in the Plans and Standard Plan J-27.10 Type SD As noted in the Plans. 9-29.6(1) Steel Light and Signal Standards ' Section 9-29.6(1) is supplement with the following: (December 18, 2009 City of Federal Way) ' Traffic signal standards and illumination 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 Support of Highway Signs, Luminaires, and Traffic Signals. Welding inspection shall comply with Section 6-03.3(25)A, Welding Inspection. ' All traffic signal standards and arms shall be round tapered. After delivering the poles or arms to the job site and before they are installed, they shall be ' stored in a place that will not inconvenience the public. All poles and arms shall be installed in compliance with Washington State Utility and Electrical Codes. Terminal cabinet(s) shall be installed on all Type II and Type III signal poles or where ' designated on the wiring diagrams in the Plans in accordance with the material requirements of Section 9-29.25 of the Standard Specifications. Terminal cabinets shall be installed at a height not to impede pedestrians. ' (May 1, 2006 WSDOT NWR) Light and Signal Standard Painting ' Galvanized steel light and signal standards shall not be painted. ' Mast arms for traffic signals shall not have tenons. Signal mounting type shall be per the Plans. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 311 SPECIAL PROVISIONS 9-29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, Cantilever Bases, and Sign Bridges 9-29.7(2) Fused Quick -Disconnect Kits Delete the second paragraph and replace with the following: Fuses shall be slow burn, rated 10 amps. Section 9-29.7(2) is supplemented with the following: (March 13, 2012 City of Federal Way) Fused quick -disconnect kits shall be of the SEC type. Underground illumination splices shall be epoxy or underground service buss/light connector kits. Installation shall conform to details in the Standard Plans. 9-29.10(3) Vacant Section 9-29.10(3) is deleted and replaced with the following: 9-29.10(3) LED Roadway Luminaires (March 15, 2012 City of Federal Way) Units shall incorporate the following features: 1. A housing capable of being mounted on a standard 2 -inch roadway pole pipe tenon. 2. A housing manufactured from a die-cast low copper alloy aluminum designed to minimize corrosion. 3. Electrical components accessible through a swing -down entry door secured by a trigger latch or similar tool -less entry mechanism. 4. Resistance to vibration and impact. 5. Provisions for installing a photoelectric cell or shorting cap, whichever is required. 6. An LED light engine protected from the elements by a prismatic glass lens. 7. A thermal management system that promotes maximum air flow through the luminaire to ensure a minimum of 60,000 hours of operation at 25 degree centigrade with no appreciable loss of lumen output. 8. Protection against solar heating when not in operation. 9. Dark sky optics. 10. Glass tertiary optics that will not discolor or become brittle over time. 11. Sealed optics system rated for IP66 against water and dirt infiltration. 12. Surge protection module to protect the LED drivers, photo controls, transfer switches, and relays from electrical disturbances as defined by ANSI/IEEEC62.41, Category C. The unit shall be replaceable through the use of modular plug and wiring. 13. Solid state multi volt electrical drivers with a rated life of 50,000 hours. 14. Electrical drivers mounted in a heat sink and located such that they are isolated from heating by the sun when not in use. 15. Photo control receptacle that is adjustable without tools and is designed to meet Ul1598 specifications for wet operation. All new roadway luminaire installations shall be LED luminaires with house side shields. u L 7 City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 312 ' L I� SPECIAL PROVISIONS LED luminaires shall be furnished and installed by the Contractor. The units shall meet City standards for average maintained footcandles, uniformity ratio, mounting height, and distribution pattern as indicated in City of Federal Way Development Standard Drawings 3-38 and 3-42 without modifying the locations in the Plans. LED luminaires shall have a correlated color temperature (CCT) of 4000K +/- 300K. The Contractor shall provide computer printouts of the systems for multiple roadway widths in order to substantiate the performance levels. The following luminaire brands have been pre -approved for this project: • American Electric Lighting (AEL) • Cree • General Electric (GE) • LeoTek • E -lite Star t9-29.11 Control Equipment 9-29.11(2) Photoelectric Control ' Section 9-29.11(2) is supplemented with the following: (December 18, 2012 City of Federal Way) ' One photocell shall be installed for all luminaires in the same electrical service system. The photocell shall be located on the top of the luminaire closest to the electrical service. tAll other luminaires shall have shorting caps installed. 9-29.13 Control Cabinet Assemblies 9-29.13(2) Traffic Signal Controller Assembly Testing ' Section 9-29.13(2) is supplemented with the following: (October 23, 2014 City of Federal Way) ' Replace all references to "WSDOT Materials Laboratory", "WSDOT facility", and "WSDOT" with "King County Traffic Maintenance". ' 9-29.13(3) Traffic Signal Controller Section 9-29.13(3) is supplemented with the following: Equipment includes the following: • Quantity One (1) — NEMA TS2 Type 1 or Type 2 cabinet with 16 position load bay. ' Quantity One (1) — TS2 Controller unit Econolite Cobalt. • Quantity One (1) — Type 16 Malfunction Management Unit EDI 16LE. • Quantity One( 1) — TS2 Detector racks capable of 16 channels. ' Quantity One (1) — TS2 Power Supply. ' City of Federal Way Pacific Highway South HOV Lanes Phase V IPage 313 RFB 16-006 June 2016 SPECIAL PROVISIONS • Auxiliary equipment so as to form completely functional eight phase plus four overlap phase traffic signal control cabinets. • Video Detection Equipment and Advanced Loop Detection Equipment. • Emergency Vehicle Preemption Auxiliary Panel • Fiber Optic Patch Panel - 24 fiber count • Fiber Optic Ethernet Switch(s) • Fiber Optic Patch Cords fl Documentation and Training Contractor shall supply complete technical information, shop drawings, schematic diagrams, ' photographs, circuit diagrams, programming and operation instruction manuals, and any other necessary documents to fully describe the proposed equipment. Schematics & Manuals The cabinet(s) shall have a waterproof envelope with a side access attached to the inside of the door. At the time of delivery the envelope shall have two complete sets of schematics and manuals for all assemblies and sub -assemblies. In addition, the cabinet shall arrive with two sets of cabinet prints and one disk copy of the cabinet print in AutoCAD format including circuit schematics for each model of the following: 1. Controller 2. Conflict Monitor 3. Emergency Vehicle Preemption Equipment 4. Video Detection Equipment 5. Fiber Optic Communication Equipment The supplier shall provide a minimum of a one -day (8 hour) training session, given by qualified technical representative(s) of the manufacturer's firm. The sessions shall be conducted at the County and the training sessions shall be coordinated with the City Traffic Engineer. The supplier shall contact the City Traffic Engineer approximately three weeks prior to delivery of the equipment for the purpose of discussing the format and scheduling of the training sessions. The sessions shall be conducted within five (5) working days AFTER delivery of the equipment. The training sessions shall as a minimum meet the following requirements: 1. Session 1: Basic operation, detector programming, special configuration programming, and time of time of day operation. This would cover operator front panel instruction for each component (i.e., Controller, Malfunction Management Unit, and Detector). 2. Session 2: Preemption, telemetry, diagnostics, cabinet operation, preventative maintenance, computer software, and troubleshooting. Technical maintenance and troubleshooting instruction shall be the main focus. 3. Presentations shall be made by "factory trained personnel". Supplier shall provide all necessary equipment needed for the training. 0 The instructional materials provided with the training sessions shall include the following ' information: 1. Table of Contents 2. Operating Procedure 3. Theory of Operation , 4. Maintenance and Troubleshooting Information City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 314 , ISPECIAL PROVISIONS ' 5. Circuit Wiring Diagrams 6. Pictorial Diagrams of Part Locations 7. Timing Sheet ' 9-29.13(5) Flashing Operations ' Section 9-29.13(5) is modified as follows: Paragraph 2, Item 2 is deleted and replaced with the following: (February 2, 2012 City of Federal Way) Police Flash Switch - The switch shall have two positions, "Auto" and "Flash". The up position shall be "Auto" and result in normal signal operation. The down position shall be "Flash" and will put the signal into flashing operation and apply stop time to the controller. When the flash switch is returned to the "Automatic" position, the controller shall restart except when the conflict monitor has commanded flash operation. The effect shall be to disable the police panel when the conflict monitor has detected a malfunction and all controller and conflict monitor ' indications shall be available to the technician regardless of the position of the police panel flash. The controller shall restart with all -flash for a preset period of time. Section 9-29.13(5) is supplemented with the following: (March 15, 2012 City of Federal Way) All cabinets shall be wired to flash red for all phases. Flashing display shall alternate between Phases 1, 2, 5, 6 and Phases 3, 4, 7, 8. 9-29.13(6) Emergency Preemption Section 9-29.13(6) is supplemented with the following: ' (March 13, 2012 City of Federal Way) Emergency Preemption System (EPS) equipment shall be compatible with the operational requirements of the existing Opticom brand (GTT (formerly 3M)) emitters, detectors, phase discriminators and confirmation lights owned by the City. ' EPS equipment shall meet the following requirements: 1. Detector. The Contractor shall provide and install emergency preemption detectors at ' locations shown in the plans. The emergency preemption detectors shall be solid-state devices consisting of photoelectric cells and an amplifier mounted in weather -resistant housings. The detectors (GTT Model #721) shall be capable of detecting an optical ' signal generated by an Opticom brand emitter assembly (GTT). The detectors shall detect the optical signals from the emitter, amplify the signal, and transmit it to the phase discriminator. The detectors shall have a range control capable of being adjusted up to a maximum of 1/3 mile. Detectors shall be installed in a drilled and tapped hole in the top of the mast -arm or street -light arm, unless shown otherwise in the Plans. They shall be tightly fitted to point in the direction shown in the plan view. 2. Detector Lead-in Cable. The detector lead-in cable shall be GTT (formerly 3M) Opticom Model 138 shielded detector cable. No splicing will be allowed between the detector and the controller cabinet. All lead in cables shall be connected to terminals in the controller cabinet as shown in the wiring diagram. The shields shall be grounded to the grounding ' bar. City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 315 SPECIAL PROVISIONS 3. Confirmation Light. Mounted below the OPTICOM detector there shall be placed a white, 100 watt (minimum), standard screw socket, flood light which shall indicate, by being on, when the preemption interval is in effect and the desired phase is being held in a green display, unless otherwise noted in the plans. Indicator lights shall be actuated by utilizing the unused yellow output of pedestrian signal switch packs. 4. Multimode Phase Selector. The phase selector shall be GTT (formerly 3M) Opticom Model 764 capable of communication both IR and GPS based systems. Maintenance and operation manuals shall be furnished for all emergency preemption equipment to the City of Federal Way or its designated agents by the Contractor. 9-29.13(10) NEMA, Type 170E, 2070 Controllers and Cabinets 9-29.13(10)A Auxiliary Equipment for NEMA Controllers Section 9-29.13(7) is modified as follows: Paragraph 1, Item 1 is supplemented with the following: r� (February 2, 2012 City of Federal Way) All flasher units shall as a minimum meet NEMA TS -2 1992, Section 6 requirements and shall be EDI Model 810 or approved equal. ' Paragraph 1, Item 2 is supplemented with the following: (February 2, 2012 City of Federal Way) All load switches shall as a minimum meet NEMA TS -2 1992, Section 6 requirements and shall be EDI Model 510 or approved equal. I Paragraph 1, Item 3a is deleted and replaced with the following: (February 2, 2012 City of Federal Way) ' A 50 -amp main breaker shall be supplied. This breaker shall supply power to the controller, MMU, signals, cabinet power supply, and auxiliary panels. Paragraph 1, Item 3c is supplemented with the following: (February 2, 2012 City of Federal Way) Spare neutral buss bars shall be provided on the bottom left and right of the cabinet Paragraph 1, Item 3 is supplemented with the following: (February 2, 2012 City of Federal Way) g. A normally -open, 60 -amp, solid-state device, "Crydom CWA 4850 relay", or approved equivalent. h. The power panel shall be covered by an easily removable, clear Plexiglas cover. Paragraph 1, Item 6 is supplemented with the following: (February 2, 2012 City of Federal Way) Cabinets shall be equipped with a NEMA TS2 Type 16 Malfunction Management Unit. Paragraph 1, Item 7, sub -paragraph 1 is deleted and the section is supplemented with the following: City of Federal Way Pacific Highway South HOV Lanes Phase V Page 316 RFB 16-006 June 2016 ALJ LJ ISPECIAL PROVISIONS ' (February 2, 2012 City of Federal Way) The detector interface panel shall support up to 32 channels of detection and four channels of preemption devices. Detector Racks Two vehicle detector amplifier racks and two detector interface panels shall be provided in ' each cabinet. Each rack shall support up to 16 channels of loop detection, one 4 -channel preemption device, and one BIU. Paragraph 1, Item 8 is supplemented with the following: ' (February 2, 2012 City of Federal Way) There shall be terminal strips for field wiring in the controller cabinet. The terminals shall be numbered in accordance to the field wiring chart included in these Specifications. A common buss bar with a minimum of 15 spare terminals shall be available after the cabinet is fully wired. In addition, a 15 terminal bar shall be provided for the pedestrian common and a ' terminal shall be provided for each signal head neutral. The buss bars shall be located on the left side wall of the cabinet. Only King County numbers shall be shown, as described in Section 8-20.3(8). ' Pedestrian Detector Field Wiring All pedestrian detectors shall be connected between logic ground and their appropriate field terminal. The terminals shall be grouped together and located in the lower left side panel. Main Panel and Wire Terminations All wires terminated behind the main panel and other panels shall be SOLDERED. No ' pressure or solderless connectors shall be used. Printed circuit boards shall NOT be used on main panels. ' Field Terminal Locations Field terminals shall be located at the bottom of the backboard. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be ' of the Screw type per NEMA TS2 5.3.6. Paragraph 1, Item 9 is supplemented with the following: ' (February 2, 2012 City of Federal Way) The cabinet shall be provided with a thermostatically -controlled (adjustable between 80-150 degrees F) ventilation fan and shall be installed in the top of the cabinet plenum. Paragraph 1, Item 10 is supplemented with the following: (February 2, 2012 City of Federal Way) All Controller and Malfunction Management Unit cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along their entire free length. Color Coding All cabinet wiring shall be color coded as follows: Purple = MMU Wiring Orange = Flash Color Programming City of Federal Way Pacific Highway South HOV Lanes Phase V Page 317 RFB 16-006 June 2016 SPECIAL PROVISIONS Brown Yellow Red Blue Gray AC+ AC - Chassis Ground = Green Signal Wiring = Yellow Signal Wiring = Red Signal Wiring Controller wiring = DC ground Black = White = Green Paragraph 1 is supplemented with the following: (February 2, 2012 City of Federal Way) 12. Main Panel Configuration - The main panel shall be fully wired in the following configuration: a. Sixteen (16) load sockets. b. Six (6) flash -transfer -relay sockets. c. One (1) flasher socket. d. Two (2) main panel rack slots for BTUs 1 and 2. Two rack slots for Terminal and Facilities BIU's 3 and 4 which shall be wired to numbered terminal strips. e. Wiring for 2 detector racks and 1 Type -16 MMU. 13. Lightning Suppression - The cabinet shall be equipped with an Innovative Technologies Model HS -P -SP -120A -60A -RJ or approved equal surge arrester. 14. Convenience Outlets - One convenience outlet with a ground fault interrupter and a second convenience outlet without ground fault interrupter shall be furnished in the cabinet(s). The ground fault outlet shall be mounted one on right side of the cabinet, near the top shelf, and the non -ground fault outlet shall be mounted on the left side of the cabinet, near the top shelf. No outlets shall be mounted on the door. The convenience outlets shall be placed on the circuit with the lamp socket which shall be protected by a circuit breaker rated at 25 amps. 16. Loop Detector Units: a. Cabinets shall be supplied with eight 4 -channel loop detectors minimum or sixteen 4 -channel loop detectors maximum as shown on the Plans. Loop detectors shall meet TS2 Specifications. b. Equipment and loop detection for advanced loops shall be as shown in the plans. 17. Telemetry Interface Panel - All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the master cabinet. In addition, every cabinet shall also be wired for transient suppression (Model # EDCO PC642C- 00-AD). 18. Preemption - The cabinet shall be completely wired to accept and service calls from GTT (formerly 3M) Opticom, Model 764, phase -selector modules and their related optical -detector units. 19. Buss Interface Unit - Buss interface units (BIUs) shall meet all TS2-1992 Section 8 requirements. In addition, all BTUs shall provide separate front panel indicator light emitting diode (LEDs) for Valid Data. 20. Cabinet Power Supply - The cabinet power supply shall as a minimum meet all TS2- 1992, Section 5.3.5 requirements. All power supplies shall also provide a separate front panel indicator LED for each of the four outputs. Front panel banana jack test points for 24 VDC and logic ground shall also be provided. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 318 J 11 RFB 16-006 ' June 2016 ISPECIAL PROVISIONS 1 21. Fiber Optic Interconnect - The cabinet shall be furnished with equipment to accommodate the fiber optic interconnect cable including a RuggedSwitch RS90OG Ethernet switch. 22. Inside Control Panel Switches - Service Panel Switches a. Power Switches: There shall not be a main power switch inside the cabinet(s) that shall render all control equipment electrically dead when turned off. There shall be a controller power switch that shall render the controller and load switching devices electrically dead while maintaining flashing operation for purposes of changing the controller or load switching devices. The switch shall be a general-purpose bat style toggle switch with .688 -inch -long bat. The switch shall have a protective cover, which must be lifted to operate the switch. b. Stop Time Switch: There shall be a 3 -position switch located inside the cabinet door identified as the Stop Time switch. Its positions shall be labeled "Normal" (up), "Off' (center), and "On" (down). With the switch in its Normal position, a stop timing command may be applied to the controller by the police flash switch or the conflict monitor unit. When the switch is in its "Off' position, stop -timing commands shall be removed from the controller. The "On" position of the switch shall cause the controller to stop timing. The switch shall be a general-purpose bat style toggle switch with .688 -inch -long bat. The switch shall have a protective cover, which must be lifted to operate the switch. c. Technician Flash Switch: There shall be a switch inside the cabinet to place the signal in flashing operation while the controller continues to operate. This flash shall have no effect on the operation of the controller or conflict monitor. The switch shall be a general-purpose bat style toggle switch with .688 -inch -long bat. The switch shall have a protective cover, which must be lifted to operate the switch. d. Detector Test Switches: All eight controller phase inputs shall have push button momentary test switches. Each switch shall be connected to the first channel of each detector card input to the BIU. All eight pedestrian phases shall have push button momentary test switches by phase. These switches shall be located inside the cabinet door and labeled by associated phase number. A see-through Plexiglas cover shall cover all detector disconnect/test switches. e. Preempt Test Switches: All Six preempt inputs shall have disconnect/test switches. These switches shall have three positions labeled "Normal" (up) which shall connect the controller to the Opticom output: "Off' (center) which shall isolate the controller from the Opticom output: and "Test" (down) which shall provide a momentary true input to the controller. f. Switches shall be in groups of eight (8), matching the phase groupings of the intersection. 23. The cabinet shall have a LED lighting fixture that shall be mounted on the inside top of the cabinet near the front edge. An on/off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the incandescent light. The lamp socket shall be placed on the circuit with convenience outlets which shall be protected by a circuit breaker rated at 25 amps. 9-29.13(10)C NEMA Controller Cabinets Section 9-29.13(10)C is modified as follows: Paragraph 1, Item 1 is deleted and replaced with the following: City of Federal Way Pacific Highway South HOV Lanes Phase V Page 319 RFB 16-006 June 2016 SPECIAL PROVISIONS (February 2, 2012 City of Federal Way) Cabinet Construction A complete NEMA TS2 Type 1 eight -phase cabinet shall be supplied and installed by the Contractor. The size of the cabinet shall be Type 6 (P 55"). Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication No. TS2-1998. Where differences occur, this Specification shall govern. The cabinets shall meet the following criteria: 1. Material shall be 5052-H32 0.125 -inch -thick aluminum. 2. The cabinet shall be supplied with a natural finish inside and out, unless otherwise specified. 3. The door hinge shall be of the continuous type with a stainless steel hinge pin. 4. All external fasteners shall be stainless steel. 5. The door handle shall be cast aluminum. 6. All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. Paragraph 1, Item 2 is deleted and replaced with the following: (February 2, 2012 City of Federal Way) 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, rotating or relocating one device to remove another. Shelf Height The cabinet shall be supplied with two removable shelves manufactured from 5052-H32 aluminum. The shelves must have the ability of being removed and reinstalled WITHOUT the use of hand tools. Paragraph 1, Item 4 is supplemented with the following: C. (February 2, 2012 City of Federal Way) I Air Filter Assembly The cabinet air filter shall be a one-piece removable, noncorrosive, vermin- and insect -proof air filter and shall be secured to the air entrance of the cabinet. Paragraph 1 is supplemented with the following: , (February 2, 2012 City of Federal Way) ' 7. Additional Panel Space - Adequate space shall be left open for the addition of a master interface panel and an AVI interface panel. Section 9-29.13(10)C is supplemented with the following: ' (August 23, 2011 City of Federal Way) "Plug and Play" Cabinets are not acceptable. ' "Modular" Main Panels shall not be permitted. 9-29.16 Vehicular Signal Heads, Displays, and Housing Section 9-29.16 is modified as follows: , Paragraph 2, is deleted and replaced with the following: (February 24, 2012 City of Federal Way) ' All lenses shall meet I.T.E. specifications for light output with 12 -inch -diameter faces. City of Federal Way RFB 16-006 ' Pacific Highway South June 2016 HOV Lanes Phase V Page 320 J i 11 SPECIAL PROVISIONS All vehicular signal heads shall be dark preen baked enamel and shall be equipped with 5" wide black -polycarbonate back plates and black -polycarbonate tunnel visors of a length equal to the lens diameter. All hardware for attaching visors and back plates shall be non -corrosive stainless steel. Vehicle signal head polycarbonate materials shall not be painted. A 2 -inch - wide strip of yellow retro -reflective, type IV prismatic sheeting, conforming to the requirements of Section 9-28.12, shall be applied around the perimeter of each back plate. 9-29.16(2) Conventional Traffic Signal Heads 9-29.16(2)A Optical Units Section 9-29.16(2)A is deleted and replaced with the following: (December 18, 2009 City of Federal Way) Lenses shall be of the color indicated, circular in shape, with a visible diameter of 12 inches, as specified in the contract, and of such design as to give an outward and downward distribution of light with a minimum above the horizontal. The lenses shall be standard red, amber, and green, prismed traffic signal lenses and shall conform to the specifications of ITE Standards (Standards for Adjustable Face Vehicle Traffic Control Signal Heads, 1977 edition). The lenses shall fit into a red silicon gasket in a manner to render the interior of the lens and reflector weather and dust -tight. Signal heads shall have hinged aluminum reflector rings. The lens and gasket shall be secured to the door with four noncorrosive lens clips. LED Traffic Signal Modules All traffic signal displays shall be the Light Emitting Diode (LED) type and shall be from one of the following manufacturers: Dialight Corporation 1913 Atlantic Avenue Manasquan, NJ 08736 Telephone: (732) 223-9400 FAX: (732) 223-8788 GELcore, LLC 6810 Halie Drive Valley View, OH 44125 Telephone: (216) 606-6555 FAX: (216) 606-6556 Precision Solar Controls, Inc. 2960 Market Street Garland, TX 75041 Telephone: (972) 278-0553 FAX: (972) 271-9583 Each LED signal module shall be designed to be installed in the doorframe of a standard traffic signal housing. The lamp socket, reflector, reflector holder, and lens used with an incandescent lamp shall not be used in a signal section in which a LED signal module is installed. The installation of an LED signal module shall not require any modification to the housing. The LED signal module shall be a single, self-contained device, not requiring on-site assembly for installation into an existing traffic signal housing. All red LED signal modules shall be manufactured with a matrix of AIInGaP LED light sources and green LED signal modules shall be manufactured with a matrix of InGaN LED light sources. The LED traffic signal module shall be operationally compatible with controllers and conflict monitors on this Project. The LED lamp unit shall contain a disconnect that will show City of Federal Way Pacific Highway South HOV Lanes Phase V Page 321 RFB 16-006 June 2016 SPECIAL PROVISIONS I an open switch to the conflict monitor when less than 60 percent of the LEDs in the unit are I operational. Each LED signal module shall conform to the current standards in Institute of Transportation ' Engineers (ITE) VTCSH Part 2 and a Certificate of Compliance with these standards shall be submitted by the manufacturer for each type of signal head. The certificate shall state that the lot of signal heads meets the current ITE specification. A label shall be placed on each LED signal module certifying conformance to this specification. The manufacturer's name, trademark, serial number and other necessary identification shall be permanently marked on the backside of the LED signal module. LED signal modules used on this Project shall be from ' the same manufacturer. A label shall be provided on the LED housing and the Contractor shall mark the label with a permanent marker to note the installation date. LED signals shall show no evidence of illumination for input voltages below 35 volts. LED ' signals shall supply illumination current (unregulated) for all input voltages higher than 45 volts (and conform to appropriate intensity requirements specified above 80 volts). The manufacturer shall provide a written warranty against defects in materials and ' workmanship for the LED signal modules for a period of 60 months after installation of the modules. All warranty documentation shall be given to the Engineer prior to installation. I 9-29.16(2)6 Signal Housing Section 9-29.16(2)B is supplemented with the following: ' (December 18, 2009 City of Federal Way) The signal housing shall be designed to withstand winds of 80 miles per hour with a 0.25 -gust ' factor without permanent distortion or failing (torque at attachment of 6,000 pound -feet). 9-29.17 Signal Head Mounting Brackets and Fittings ' Section 9-29.17 is supplemented with the following: Mast arm mounting hardware for vehicle signal heads shall be arm mount Type N with clamp ' style plumbizer PELCO AS -0116, and shall be field installed by the Contractor. Fittings shall be painted with two (2) coats of factory -applied traffic -signal dark green baked enamel. A watertight seal shall be provided where the signal head mounting bracket attaches to the mast ' arm or signal pole. All components shall be painted with traffic -signal dark preen baked enamel. ' 9-29.18 Vehicle Detector Add the following new subsection: ' 9-29.18(3) Video Detection System (March 14, 2012 City of Federal Way) All video detection system items and materials furnished shall be new, unused, current production models installed and operational in a user environment and shall be items currently in distribution. The products shall have a proven record of field use at other installations for at , least two (2) years of service not including prototype field trials prior to installation. Contractor t City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 322 ' 1 1� C r C r. 1 SPECIAL PROVISIONS shall provide Econolite AutoScope Solo Terra, Trafficon or approved equal video detection system. Approved equal video detection systems shall meet the following: General The detection of vehicles passing through the field-of-view of an image sensor shall be made available to a large variety of end user applications as simple contact closure outputs that reflect the current real-time detector or alarm state (on/of) or as summary traffic statistics that are reported locally or remotely. The contact closure outputs shall be provided to a traffic signal controller and comply with the National Electrical Manufacturers Association (NEMA) type C or D detector rack file standards. The system architecture shall fully support Ethernet networking of system components through a variety of industry standard and commercially available infrastructures that are used in the traffic industry. The data communications shall support direct connect, modem and multi -drop interconnects. Simple, standard Ethernet wiring shall be supported to minimize overall system cost and improve reliability, utilizing existing infrastructure and ease of system installation and maintenance. Both streaming video and data communications shall be capable of being interconnected over long distance through fiber optic, microwave or other commonly used digital communications transport configurations. In terms of the software application side of the network, the system shall be integrated through a client -server relationship. A communications server application shall provide the data communications interface between as few as one to as many as hundreds of Machine Vision Processors (MVP) sensors (otherwise referred to as video detection cameras with built in processors) and a number of client applications. The client applications shall either be hosted on the same PC as the communications server or may be distributed over a local area network of PC's using the industry standard TCP/IP network protocol. Multiple client applications shall execute simultaneously on the same host or multiple hosts, depending on the network configuration. Additionally, a web -browser interface shall allow use of industry standard internet web browsers to connect to MVP sensors for setup, maintenance and playing digital streaming video. System Hardware The video detection system hardware shall consist of the following components: 1. A color, 22x zoom Machine Vision Processor (MVP) sensor. 2. A modular cabinet interface unit. 3. A communication interface panel. 4. Surge suppresser/ lightning protection. 5. A portable color monitor to be permanently placed within the signal controller cabinet. 6. All other necessary equipment for setup, maintenance and operation of the video detection system including but not limited to programming device and specialty tools. The real-time performance shall be observed by viewing the video output from the sensor with overlaid flashing detectors to indicate current detection state (on/off). The MVP sensor shall be capable of optionally storing cumulative traffic statistics internally in non-volatile memory for later retrieval and analysis. The MVP shall communicate to the modular cabinet interface unit via the communications interface panel and the software applications using the industry standard TCP/IP network protocol. The MVP shall have a built-in, Ethernet -ready, Internet Protocol (IP) address and City of Federal Way Pacific Highway South HOV Lanes Phase V Page 323 RFB 16-006 June 2016 SPECIAL PROVISIONS shall be addressable with no plug in devices or converters required standard MPEG -4 streaming digital video. Achievable frame rates per second as a function of video quality and available bandwidth. . The MVP shall provide ' vary from 5 to 30 frames The modular cabinet interface unit shall communicate directly with up to eight (8) MVP sensors and shall comply with form factor and electrical characteristics to plug directly into a NEMA type C or D detector rack providing up to thirty-two (32) inputs and sixty-four (64) outputs to a traffic signal controller. The communications interface panel shall provide four (4) sets of three (3) electrical terminations for three wire power cables for up to eight (8) MVP sensors that may be mounted on a pole or mast arm with a traffic signal cabinet or junction box. The communication interface panel shall provide high-energy transient protection to electrically protect the modular cabinet interface unit and connected MVP sensors. The communications interface panel shall provide single -point Ethernet connectivity via RJ45 connector for communication to and between the modular cabinet interface module and the MVP sensors. System Software The MVP sensor embedded software shall incorporate multiple applications that perform a variety of diagnostic, installation, fault tolerant operations, data communications, digital video streaming and vehicle detection processing. The detection shall be reliable, consistent and perform under all weather, lighting and traffic congestion levels. An embedded web server shall permit standard internet browsers to connect and perform basic configuration, maintenance and video streaming services. There shall be a suite of client applications that reside on the host client/server PC. The applications shall execute under Microsoft Windows 7, Vista or XP. Client applications shall include: 1. Master network browser: Learn a network of connected modular cabinet interface units and MVP sensors, display basic information and launch applications software to perform operations within that system of sensors. 2. Configuration setup: Create and modify detector configurations to be executed on the MVP sensor and the modular cabinet interface unit. 3. Operation log: Retrieve, display and save field hardware run-time operation logs of special events that have occurred. 4. Streaming video player: Play and record streaming video with flashing detector overlay. 5. Data retrieval: Fetch once or poll for traffic data and alarms and store on PC storage media. 6. Communications server: Provide fault-tolerant, real-time TCP/IP communications to/from all devices and client applications with full logging for systems integration. Machine Vision Processor (MVP) Sensor The MVP sensor shall be an integrated imaging color CCD array with zoom lens optics, high- speed, dual -core image processing hardware bundled into a sealed enclosure. The CCD array shall be directly controlled be the dual -core processor, thus providing high-quality video for detection that has virtually no noise to degrade detection performance. It shall be possible to zoom the lens as required for setup and operation. It shall provide JPEG video compression as well as standard MPEG -4 digital streaming video with flashing detector overlay. The MVP shall provide direct real-time iris and shutter speed control. The MVP image sensor shall be City of Federal Way Pacific Highway South HOV Lanes Phase V Page 324 RFB 16-006 June 2016 7 1 1 ISPECIAL PROVISIONS equipped with an integrated 22x zoom lens that can be changed using configuration computer software. The digital streaming video output and all data communications shall be transmitted over the three -wire power cable. ' The MVP sensor shall operate on 110/220 VAC, 50/60Hz at a maximum of 25 watts. The camera and processor electronics shall consume a maximum of 10 watts and the remaining 15 ' watts shall support an enclosure heater. Placement of detection zones shall be by means of a PC with a Windows 7, Vista or XP ' operating system with a keyboard and mouse. The detection zones shall be superimposed on images of the traffic scenes and viewable as such on the PC monitor. The detection zones shall be created by using a mouse to draw the detection zones on the PC monitor. Using the mouse and keyboard it shall be possible to place, size and orient detection zones to provide optimal road coverage for vehicle detection. It shall be possible to download detector configurations from the PC to the MVP sensor and cabinet interface module, to retrieve the detector configuration that is currently running in the MVP sensor and to back up detector configurations by saving them to a PC storage device. The video detection system shall optimally detect vehicle passage and presence when the MVP sensor is mounted thirty (30) feet or higher above the roadway, when the image sensor is adjacent to the desired coverage area and when the distance to the farthest detection zone locations are not greater than ten (10) times the mounting height of the MVP. The recommended deployment geometry for optimal detection also requires that there be an unobstructed view of each traveled lane where detection is required. Although optimal detection may be obtained when the MVP is mounted directly above the traveled lanes, the ' MVP shall not be required to be directly over the roadway. The MVP shall be able to view either approaching or receding traffic or both in the same field of view. The preferred MVP sensor orientation shall be to view approaching traffic since there are more high contrast ' features on vehicles as viewed from the front rather than the rear. The MVP sensor placed at a mounting height that maximizes vehicle image occlusion shall be able to simultaneously monitor a maximum of six (6) traffic lanes when mounted at the road -side or up to eight (8) traffic lanes when mounted in the center with four lanes on each side. Modular Cabinet Interface Unit The modular cabinet interface unit shall provide the hardware and software means for up to ' eight (8) MVP sensors to communicate real-time detection states and alarms to a local traffic signal controller. It shall comply with the electrical and protocol specifications of the detector rack standards. The card shall have 1500 Vrms isolation between rack logic ground and street ' wiring. The modular cabinet interface unit shall be a simple interface card that plugs directly into a ' NEMA type C or D detector rack. The modular cabinet interface unit shall occupy only two (2) slots of the detector rack. The modular cabinet interface unit shall accept up to sixteen (16) phase inputs and shall provide up to twenty-four (24) detector outputs. 1 Communications Interface Panel The communications interface panel shall support up to eight (8) MVP sensors and shall accept 110/220 VAC, 50/60 Hz Power. The communications interface panel shall provide predefined wire termination blocks for MVP sensor power connections, a Broadband -over - Power -Line (BPL) transceiver to support up to 10Mb/s interdevice communications, electrical City of Federal Way Pacific Highway South HOV Lanes Phase V Page 325 RFB 16-006 June 2016 SPECIAL PROVISIONS I surge protectors to isolate the modular cabinet interface unit and MVP sensors and an interface connector to cable directly to the modular cabinet interface unit. The communications interface panel shall provide power for up to eight (8) MVP sensors, ' taking local line voltage 110/220 VAC, 50/60 Hz and producing 110/220 VAC, 50/60 Hz, at about 30 watts to each MVP sensor. Two 1.25 amp SLO-BLO fuses shall protect the communications interface panel. , Surge Suppressor An EDCO CX06-BNCY or approved equal transient surge suppressor shall be provided for ' each MVP sensor. Installation and Training The product supplier of the video detection system shall supervise the installation and the testing of the video equipment. A factory certified representative from the manufacturer shall be on-site during installation. The factory representative shall install, make fully operational, and ' test the system as indicated on the intersection drawings and this specification. One day of training shall be provided to personnel of the City of Federal Way and King County in the operation, set-up and maintenance of the video detection system. Instruction and ' materials shall be produced for a maximum of 7 persons and shall be conducted at the City of Federal Way City Hall or King County signal shop. 9-29.19 Pedestrian Push Buttons Section 9-29.19 is deleted and replaced with the following: (August 1, 2012 City of Federal Way) The Contractor shall provide and install accessible pedestrian pushbuttons and signs, as shown on the Plans. The position of the pedestrian pushbuttons shall be located in a manner such that the tactile arrow is aligned parallel to the direction of travel for the crosswalk which the pushbutton is intended to serve; however final positioning for the optimum effectiveness shall be approved by the Engineer. Accessible Pedestrian Pushbutton units shall be Campbell Company Model Advisor Guide Accessible Pedestrian Station (AGPS) and shall meet the following requirements: Pushbuttons shall be mounted to the poles by means of stainless steel bolts. All mountings shall be securely fastened as approved by the Engineer. The sign legend to be used shall be sign designation R10 -3e and shall be nine (9) inches by fifteen (15) inches. All mounting bolts shall be non -corrosive stainless steel. The pedestrian pushbutton housing shall be aluminum and shall be painted black. Unit(s) shall operate at a temperature range of -35C to 85C. Power requirements shall be 120 VAC, 60 Hz (100 ma, typical +/- 20%). 0 Pedestrian indicators shall include an audible speaker, call confirmation LED and vibrotactile arrow. The audible speaker shall be programmable to have a button locator tone, acknowledgement tone/message, walk cycle tone/message and clearance tone/message. The unit(s) shall have automatic volume controls for message strength over ambient noise levels. City of Federal Way RFB 16-006 ' Pacific Highway South June 2016 HOV Lanes Phase V Page 326 1 SPECIAL PROVISIONS The walk tone/message shall be programmable to stop with the walk signal or other user settable time. The unit(s) shall be user settable for Accessible Pedestrian Signal (APS) message initiation with an extended press or on call. ' The call confirmation LED shall be red with 160 degree view ability and once activated shall remain illuminated until the corresponding walk indication is given. An audible ' acknowledgement message of "WAIT" shall accompany each activation of the call confirmation LED. The locator tone shall be active for a time of 0.15 seconds or less and shall repeat at 1 second intervals. The locator tone shall be intensity responsive to ambient sound and be audible from six (6) feet to twelve (12) feet from the pushbutton with a maximum of 5 dBA louder than ' ambient sound. A walk cycle audible message shall be set for each pushbutton unit and shall be patterned after the model: "Broadway. Walk sign is on to cross Broadway." The walk cycle message 1 shall be intensity responsive to ambient sound with a volume 5 dBA above ambient sound up to a maximum volume of 100 dBA. The walk cycle message shall be audible from the beginning of the associated crosswalk during the walk interval only. ' The vibrotactile arrow shall be located on the pushbutton and shall have high visibility contrast of either light on dark or dark on light. The pushbutton units shall be installed in a manner such that the vibrotactile arrow is aligned parallel to the direction of travel for the crosswalk which the pushbutton is intended to serve. The vibrotactile arrow shall activate with the walk cycle. ' 9-29.20 Pedestrian Signals Section 9-29.20 is supplemented with the following: (December 12, 2011 City of Federal Way) The symbol message modules shall plug directly into the transformer or be solid-state ' modules. 1 C Side mountings shall be clamshell mountings Type "E," as shown on WSDOT Standard Plan J-20.16 unless otherwise noted on The Plans. All terminal compartments shall be painted in the same manner as specified for signal housings. All pedestrian head mounting bolts shall be noncorrosive stainless steel. Where pedestrian signal heads are to be fastened to the vehicle signal pole, the Contractor shall securely attach the clamshell mounting to the pole using stainless steel Allen -head bolts. Pedestrian display housings shall have a minimum depth capable of accommodating a Campbell Advisor Pedestrian Pushbutton Controller in the rear of the housing. (December 18, 2009 City of Federal Way) Pedestrian signals shall be LED Countdown units as manufactured by Dialight Corporation. 9-29.22 Vacant Section 9-29.22 is deleted and replaced with the following: City of Federal Way Pacific Highway South HOV Lanes Phase V Page 327 RFB 16-006 June 2016 SPECIAL PROVISIONS 1 9-29.22 Battery Backup System (January 8, 2013 City of Federal Way) Tesco 22 battery backup system shall be provided to meet the following requirements: Enclosure Specifications Anodized aluminum weatherproof enclosures shall house BBS and batteries. Enclosures shall ' be TIG welded construction with welding materials specifically designed for the material to be welded. Enclosures shall have fully framed side hinged outer doors with swaged close tolerance sides for flush fit with drip lip and closed cell neoprene flange compressed gaskets. Front door on each enclosure shall incorporate a full-length piano hinge, pad -lockable draw , latch (center area on door -latch side), a keyed Core lock, and a pad lockable welded -in place vandal -proof tab rated at 2000 lbs. There shall be no exposed nut, bolts, screws, rivets or other fasteners on the exterior of the enclosure. Maximum cabinet dimensions shall be 46" H x 20" ' W x 21.5' D. Maximum weight of main cabinet shall be 250 lbs with batteries. Maximum weight of auxiliary cabinet shall be 425 lbs with batteries. BBS shall be mounted in an interior tilt out housing with 800 Ib rated stops. Battery connectors shall be Anderson Connectors with silver ' plated contacts. Batteries shall be installed in fixed position framed trays for seismic safety and be readily accessible for maintenance. Batteries shall be mounted allowing airflow front and back. Enclosure can include two transfer bypass switches, one for BBS bypass the second for , auxiliary generator (optional). All switches must be panel mounted on interior dead front panel board. UV resistant plastic laminated nameplates shall identify all controls and major components. A plastic covered wiring diagram will be attached to the inside of the front door. All components shall be factory wired and conform to required NEMA, NEC, and UL standards. A chassis ground point shall be provided. Panel shall be UL 508 Industrial Control Panel rated. ' BBS Panel Minimum Features 1. System shall provide 700 watts of full control run time for four (4) hours. In addition the system shall provide six (6) to eight (8) hours of flash operation. 2. Auxiliary cabinet shall be provided and shall incorporate twelve (12) additionally supplied batteries. 3. BBS bypass and BBS isolation switch. 4. Deadfront safety panel board with all switches, indicating fuses, plugs, and isolation , fuses for each battery pre -wired with phenolic nameplates. 5. All nameplates shall be screwed on phenolic engraved type. 6. All wire terminating lugs shall be full wrap around type. ' 7. All batteries shall be captive spaced from external captive sides in earthquake proof buckets. 8. Cabinet ventilation shall be by (qty. 2) 4" x %" louvers top and bottom with encapsulated bug screens, cleanable filters and a 100cfm fan to completely exchange air 25 time minimum per minute. 9. All DC terminals and connections shall incorporate safety covers such that the safety covers are in place for every normal maintenance mode. 10. Event Counters & Total Run Time Counter. 11. A red LED indicator light shall be installed on the UPS cabinet facing in the direction of the intersection and viewable from the roadway. The indicator light shall not be installed on the top of the cabinet so as to be visible even during a significant snow event. The indicator light shall be installed in a manner to be activated only when the UPS units are operational and powering the intersection. , City of Federal Way RFB 16-006 ' Pacific Highway South June 2016 HOV Lanes Phase V ' Page 328 ISPECIAL PROVISIONS BBS Unit Minimum Specifications BBS unit shall provide a true sine -wave output with minimum 1400 Volt -Amp continuous capacity. BBS must provide for utility service isolation when in operation. The minimum rating ' for wattage output will be 950 watts. The BBS shall be capable of running an intersection with LED lights (for Run Time consult manufacturer). The unit shall operate off-line, with transfer time of 2 ms or less, with battery condition indicator, with automatic test provisions, and with J J r C C hot-swappable batteries (all batteries in system). BBS will automatically recharge batteries from full discharge to 95% capacity within 6 hours. BBS will provide on-line operation for a minimum input of 92 to 145 VAC, provide full load output of 120VAC — 10% / +4% at 60 Hz +/- 0.05% over a temperature range of -37° C (optional adder) to +74° C and be a UL Approved Design. For Safety and maintenance the BBS shall not exceed 28 pounds. The BBS unit will be delivered with maintenance manuals and schematic diagrams. BBS Unit Minimum Features 1. 1400VA 950 Watts, with quick make/break connectors and plugs. (Systems requiring hard wiring termination to/from the inverter are unacceptable). 2. Surge energy withstand 480 Joules, 6.5kA 3. Common mode clamping 0 ns < 5ns typical UL 1449 4. Conditioned power — Computer quality 5. Transient lighting protection — 160 Joules 6. Transfer to battery time — 2 ms 7. Retransfer to utility — 2 ms 8. Each battery shall be 24 volts @ 18 AH with heavy duty Anderson plugs and isolated fused (dead front panel mounted 30 amp) connections to the BBS for greater system reliability and ease of maintenance. Series wiring is unacceptable. 9. Fan cooling shall be fused for locked rotor current. 10. Cooling air shall be ducted to cool the front and back of each battery with air space on all four sides and top of battery. 11. BBS covers shall be 60% open on both sides to diminish the environmental effects of extreme temperatures. 12. Includes USB & RS232, DB9 Computer Interface Ports. 13. Low voltage safety design at 24v DC. (Higher voltage DC systems are unacceptable). BBS Communications Module All inverter connections shall be made without the use of tools. This includes: A/C -Input, A/C - Output, Normally -Open, and Normally -Closed programmable contacts. Smart Slot Relay 1/0 Module; Input #1 Turn the BBS on. Input #2 Turn the BBS off. Input #3 Start the BBS self -test. Input #4 Shut down the BBS (when on battery). Output #1 The BBS is on -battery (during a power failure, self -test or run time calibration). Output #2 BBS has a low battery — Programmable. Output #3 The protected load is not receiving power from the BBS. Output #4 Replace the BBS batteries. Output #5 The BBS is overloaded. Output #6Any BBS fault or self -test failure. Batteries City of Federal Way Pacific Highway South HOV Lanes Phase V Page 329 RFB 16-006 June 2016 SPECIAL PROVISIONS Batteries shall be maintenance -free, type AGM/VRLA (Absorbed Glass Mat / Valve Regulated Lead Acid), such as APC Smart -UPS RMXL. Batteries shall be independently pre -wired and individually fused. Batteries shall be furnished with heavy-duty 50 amp rated silver-plated Anderson Connectors. 100 Amp internal fuse by Battery supplier. Batteries shall be lightweight for personnel safety and protection plus ease of installation and maintenance. Batteries with a weight of over 26 lbs are not acceptable. Enclosure Temperature Compensation Operating temperature shall be a minimum -37° C to +74° C. Power System Analyzer and Conflict Resolution Module The system shall incorporate an integrated Power System Analyzer and Conflict Resolution Module. The Analyzer will evaluate and make limited adjustments to the incoming utility power and will automatically transfer load to the battery back-up power if utility power is lost. When utility power becomes available, the BBS will analyze the power to verify stability and return to normal operation. The system provides automatic BBS failure detection and automatically isolates the failed BBS and locks the unit on to utility power. Once the failure has been corrected, the system will return to the normal operation. Triple Bypass System For Offline BBS 1. Smart Power Analyzer with Conflict Monitor Isolation and Transfer Module (SPACT). 2. Power Conflict Monitor (PCM): The PCM monitors load bus power available continuously. If load bus power fails for 5ms the PCM will transfer and isolate the BBS and guarantee that commercial power will be locked on. 3. Watchdog Timer — Redundant 5 ms delay and hard transfer to utility power. 4. The outboard Smart Transfer Switch shall not interrupt the normal controller function. Transfer time shall be 2ms. FJ 7 J 1 5. Onboard Smart 1/0 module will execute lockout of battery backup system upon Smart detection of any inverter BBS fault. If BBS resets itself, it will automatically be available ' for backup. 6. ON Inverter to timed relay for Full Time control of Output, 0 to 10 hours. Smart Battery Charger Shall charge from shut off discharge to 95% fully charged in less than 6 hours. Batteries shall be ambient enclosure compensated to less than 1200. The battery charger shall utilize Smart Cell Technology to extend battery life. ' Intelligent Battery Management The system shall regulate under and over voltages without switching to battery. ' A Battery Replacement Warning shall automatically perform a self -test every two weeks. This will issue an alert to the user if batteries are degrading before they wear out. Through software, ' or the push of a button, self -tests may be performed at anytime. The battery charging system shall be microprocessor controlled to precisely charge batteries in less time than legacy BBS systems. ' Hot-swappable Battery Replacement A 60 second, user friendly, hot-swappable battery replacement system shall be provided to save the time and expense of returning the BBS to the factory for battery service and allows , safe and easy replacement of batteries while the system is up and running. Replacement City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 330 ' ISPECIAL PROVISIONS battery packs shall be shippable in a reusable box for convenient return of exhausted batteries to a recycling center. ' Testing Manufacturer shall provide a certified test letter for each UPS system certifying that the equipment passed all manufacturer performed testing per national codes and standards. iIncluded Design Options 1. Automatic transfer switch (ATS) and Generator 30 -amp external reverse service plug. ' 2. Keyed lock (Core or #2 Corbin) 3. Heater with thermostat 4. Two (2) conductor shielded cable to be installed between the signal controller cabinet and the UPS unit to enable signal flash operation following depletion of batteries to ' established minimum. Ten (10) feet of slack shall be provided within both signal cabinet and UPS cabinet. ' 9-29.24 Service Cabinets Section 9-29.24 is supplemented with the following: ' (December 18, 2009 City of Federal Way) The service cabinet shall be aluminum, and shall conform to Federal Way Drawing Number 3-45 included in the appendices of these Special Provisions. The unit shall be modified as necessary to meet all current requirements of the Department of Labor and Industries and Puget Sound Energy. The service cabinet shall be equipped with a lockable stainless steel handle and a three-point locking system. The service cabinet shall contain one t (1) ground fault receptacle. Main breaker, branch breakers, and contactors shall be rated per the Breaker Schedule on the Plans. ' The service cabinet shall be equipped with a door -in -door, dead -front assembly, which shall prevent the exposure of circuit breakers and wiring. Wiring shall be arranged so that any piece of apparatus may be removed without disconnecting any wiring, except the lead to that piece of apparatus. Ail wiring shall be appropriately marked with a permanent, indelibly marked, clip - sleeve wire marker. All wiring shall conform to NEMA Class II C. The service cabinet shall be aluminum, and shall be Skyline Electric Series 47700 with ' Underwriters Laboratory label on the panel boards. A copy of the wiring diagram shall be provided in a plastic holder mounted conveniently inside t the service cabinet. Nameplates shall be provided for each control component and shall be embossed phenolic with white letters on black background. Nameplates shall be screw - fastened. 9-29.25 Amplifier, Transformer, and Terminal Cabinets Section 9-29.25 is supplemented with the following: Where noted on the Plans, terminal cabinets shall be furnished and installed on mast arm poles. Terminal cabinets shall be mounted at a minimum height of eight (8) feet to maintain ADA accessible pathways. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 331 RFB 16-006 June 2016 SPECIAL PROVISIONS Numbered terminal strips shall be installed in each cabinet with sufficient connections to accommodate all necessary wires and specs as shown on the Wiring Diagram. The unit shall be fastened to the pole shaft with a minimum of three (3) self -tapping galvanized metal screws employing minimum 1 -inch -diameter flat washers on the inside of the cabinet. Following installation, an epoxy sealant shall be used to provide a rain tight seal between the pole shaft and the cabinet back. Add the following new Section: 9-29.26 Blank Out Sign The blank out sign shall be as detailed in the Plans. The sign shall have two display modes 1. Display HOV symbol, "ONLY" text and up arrow 2. Display HOV symbol, "ONLY" text, combination up/right arrow and "OK" text. The display modes shall be operated by the signal controller with applicable relays and terminals being mounted inside the signal controller cabinet. The Contractor shall be responsible for coordinating with the signal controller manufacturer and the sign manufacturer to ensure functionality and provide a circuit diagram to the Engineer for approval. Additionally, the manufacturer(s) of all associated equipment shall demonstrate operations to the Engineer prior to acceptance. The blank out sign shall be manufactured in accordance with the requirements set forth in the Federal Standards Highway Signs Handbook. These overall requirements include legibility at a minimum distance of 300 feet (91 meters), message blackout regardless of lighting conditions, limited viewing angles based on application requirements, and readability in all specified lighting conditions. The customized image shall be per the Contract Plans. The blank out sign shall be mounted using a Type N mount (per WSDOT Std Plan J-75.20) on the mast arm, as located per the Plans. General The product shall operate within specifications set herein between an ambient temperature range of -35°F to +1650F( -370C to 740C). Enclosures and Finishes The final enclosure, slide -in panels, visors, and associated hardware shall be fabricated from aluminum. The exterior aluminum enclosure, panels, and visors will have a black powder coated finish as well as the interior faceplates. All openings shall be gasketed or sealed and drain holes will be located in the lower corners of the enclosure to control condensation. A textured polycarbonate panel will be incorporated into the sign to provide better blanking. Power Requirements City of Federal Way Pacific Highway South HOV Lanes Phase V Page 332 RFB 16-006 ' June 2016 ISPECIAL PROVISIONS ' The power consumption for white LEDs shall be 8 watts per 100 LEDs. Input power and controls shall be designed to accept 120 VAC. A terminal strip shall be provided and clearly marked by an in -cabinet circuit diagram. ' Electronic Specifications The LED circuitry shall consist of two main sub -circuits; the sign power control system and the LED power bus system. The power control circuitry shall be supplied with 115VAC. Protection components to guard the system against power surges and short circuits shall be built into the input power circuitry. There shall be one power supply control board for every 40 Watts of LEDs forming the desired image. Each supply shall employ four independent output channels to drive the sign message. The LEDs shall be wired such that the loss of any channel will not distort the image such that the signs intended message could be misunderstood. ' The power supply system shall maintain regulation over the input voltage range of 90- 130VAC. Opto-coupler isolated inputs shall provide control for LED functions such as dimming, flashing, and multiple messages as required. An integrated photo -diode sensor installed ' directly to the faceplate of the sign shall regulate the 64 step progressive dimming of the sign image. The output of the sign shall be adjusted proportional to the changes in the ambient light conditions over time. The flash function shall be activated by connecting an external sync ' signal to the opto-coupler input of the sign control or by setting a jumper that causes the sign to self -flash. Individual messages may be selected by applying power to the opto-coupler isolated control inputs and as many as five different sign states may be implemented. ' All the features such as the dimming curve, current sense level (special option), and flash rate shall be factory set. All the sub -circuits shall be designed in a modular fashion, allowing the replacement of any defective LED circuit strip or supply/control by a qualified technician without the use of a soldering iron. The LED circuit strips and boards shall be conformal coated to protect the ' individual devices and connections against moisture and corrosion. LED Specifications AIInGaP (yellow & red) and InGaN (green) devices shall have a luminous intensity degradation of approximately 20% over 100,000 hours when operated at a non -pulsed 20ma level. The InGaN LEDs that employ phosphor technologies (white) shall have a luminous intensity degradation of approximately 20% over 50,000 hours. ' 9-29.27 Fiber Optic Splice Closure ' Fiber Optic Splice Closure shall be a Coyote Closure manufactured by Preformed Line Products or equivalent, shall be suitable for both vault and aerial applications, and shall meet the following requirements: City of Federal Way RFB 16-006 Pacific Highway South June 2016 ' HOV Lanes Phase V Page 333 Min. Lum. Max. Lum. Dominant Int. Int. Color Wavelength @20ma 20ma Viewing Angle White x=0.31, 5200 mcd 8500 mcd 300 =0.32 ' 9-29.27 Fiber Optic Splice Closure ' Fiber Optic Splice Closure shall be a Coyote Closure manufactured by Preformed Line Products or equivalent, shall be suitable for both vault and aerial applications, and shall meet the following requirements: City of Federal Way RFB 16-006 Pacific Highway South June 2016 ' HOV Lanes Phase V Page 333 SPECIAL PROVISIONS 1. Be made of two injection -molded high-density thermoplastic shells, be 22 inches in length and 6 inches in diameter, and have capacity to store up to four splice trays. 2. Each splice case shall have two end plates; one end plate shall have no ports, the other endplate shall consist of a three section end plate with six ports - two 3/4 -inch ports and four 7/8 -inch ports. Each unused port shall have a grommet installed. The end plates shall be durable glass -filled high-density thermoplastic shells. 3. The splice enclosure shall be suitable for outdoor applications with a temperature range of -1 TC to 60°C. 4. The splice enclosure shall provide sufficient space to allow entry of fiber optic cable without exceeding the cable minimum bending radius. 5. The enclosure shall protect the splices from moisture and mechanical damage and shall be resistant to corrosion. 6. The enclosure shall be waterproof, re -enterable and shall have a neoprene gasket sealing system to prevent water from entering. 7. The enclosure shall permit selective splicing to allow one or more fibers to be cut and spliced without disrupting other fibers. 8. The enclosure shall have strain relief for the cable to prevent accidental tension from disturbing the splices. 9. Each splice tray will be able to store 36 splices securely. Each splice shall be individually mounted and mechanically protected on the splice tray. Vinyl markers shall be supplied to identify each fiber spliced within the enclosure. 9-30 WATER DISTRIBUTION MATERIALS Revise the first paragraph to read: This Specification addresses pipe and appurtenances 24 inches in diameter and smaller for the treatment, processing, transmission, and distribution of potable water in a public water supply system. Insert the following paragraph after the first paragraph: All materials shall be new and undamaged. All materials in contact with potable water shall be lead-free in conformance with the provisions of NSF/ANSI Standards 61 and 372, in addition to the requirements of the Safe Drinking Water Act. 9-30.1 Pipe Revise this section to read: All pipe shall be clearly marked with the manufacturer's name, type, class, and thickness as applicable. Lettering shall be legible and permanent under normal conditions of handling and storage. The same manufacturer of each item shall be used throughout the Work. Only ductile iron pipe, fittings, and couplings shall be used for permanent water transmission and distribution facilities, except as may be shown on the Plans or approved by the Engineer. 9-30.1(1) Ductile Iron Pipe Revise this subsection to read: City of Federal Way Pacific Highway South HOV Lanes Phase V Page 334 r RFB 16-006 t June 2016 ISPECIAL PROVISIONS ' Ductile iron pipe shall be centrifugally cast conforming to AWWA C151 and shall have a cement - mortar lining and seal coat conforming to AWWA C104. The minimum delivered laying length for push -on joint ductile iron pipe shall be eighteen (18) feet. The minimum length of ductile iron Ll 7 L., pipe to be used on a project shall be fifteen (15) feet, unless a shorter length is required between fittings or is otherwise shown on the Plans. Ductile iron pipe shall be a minimum Standard Thickness Class 52, or the thickness class shown on the Plans, whichever has a thicker wall. Non -restrained joints between lengths of ductile iron pipe shall be rubber gasket, push -on type, or mechanical joint conforming to AWWA C111. The dimensions and drilling of flange connections on flanged pipe and spools shall conform to the dimensions of ANSI 816.1 for cast iron or ductile iron flanges and flanged fittings, Class 125, unless otherwise shown on the Plans. All flanged faces shall be machined. Where shown on the Plans or otherwise required to restrain thrust, the thrust restraint system between lengths of ductile iron pipe shall be as shown on the Plans or in the Standard Plans. Where shown on the Plans or otherwise required to restrain thrust, the thrust restraint system between lengths of ductile iron pipe with push -on type joints shall be: "Series 1100 HD MEGALUG ® Harness" as manufactured by EBAA Iron Sales, Inc., of Eastland, Texas, "Grip Ring" ®, "Field -Lok" ® 350 gaskets, or "Fast -Grip" ® gaskets. Where shown on the Plans or otherwise required to restrain thrust, the thrust restraint system between lengths of ductile iron pipe with mechanical joints shall be: "Series 1100 MEGALUG ®" as manufactured by EBAA Iron Sales, Inc., of Eastland, Texas, "Grip Ring" ®, "Field -Lok" ® 350 gaskets, or "Fast -Grip" ® gaskets. All thrust restraint system devices shall be UL listed and FM approved. Locking gaskets shall be specifically stated as compatible with the pipe, without qualification relative to the warranty by the respective manufacturers. 9-30.2 Fittings Supplement this section with the following: The type, material, and identification mark for bolts and nuts shall be provided. 9-30.2(1) Ductile Iron Pipe Revise this subsection to read: Fittings for ductile iron pipe shall meet the following requirements: Ductile iron mechanical joint, 'long" body rated for 350 psi working pressure, unless a different working pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and manufacturing process shall conform to AWWA C110. Rubber gaskets for mechanical joints shall be in accordance with AWWA C111. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 335 RFB 16-006 June 2016 SPECIAL PROVISIONS I Ductile iron mechanical joint, compact/"short" body rated for 350 psi working pressure, unless a different working pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and manufacturing process shall conform to AWWA C110. Rubber gaskets for mechanical joints shall be in accordance with AWWA C111. Ductile iron push -on joint, "long" body rated for 350 psi working pressure, unless a different working pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and ' manufacturing process shall conform to AWWA C110. Rubber gaskets for push -on joints shall be in accordance with AWWA C111. Ductile iron push -on joint, compact/"short" body rated for 350 psi working pressure, unless a ' different working pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and manufacturing process shall conform to AWWA C153. Rubber gaskets for push -on joints ' shall be in accordance with AWWA C111. Ductile iron flanged joint, rated for 350 psi working pressure, unless a different working pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and manufacturing process shall conform to AWWA C110. The dimensions and drilling of flange connections shall conform to the dimensions of ANSI 816.1 for cast iron/ductile iron flanges and flanged fittings, Class 125, unless otherwise shown on the Plans. All flanged faces shall be machined. Gasket material for flat -faced or raised -face flanges shall be one-eighth inch (1/8") minimum thickness synthetic rubber having a durometer measurement of sixty (60). Gaskets for flanges having a recess machined to receive an O-ring shall be Neoprene and shall have the dimensions and durometer measurement as recommended by the manufacturer for the particular service application. Ductile iron, plain end, compactP'short" body rated for 350 psi working pressure, unless a different working pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and manufacturing process shall conform to AWWA C153. All fittings shall be cement -mortar lined and seal coated in accordance with AWWA C104. 9-30.2(6) Restrained Joints Revise this subsection to read: Where shown on the Plans or otherwise required to restrain thrust, the thrust restraint system for mechanical joint fittings shall be: "Series 1100 MEGALUG ®" as manufactured by EBAA Iron Sales, Inc., of Eastland, Texas, "Grip Ring" ®, "Field -Lok" ® 350 gaskets, or "Fast -Grip" ® gaskets. All thrust restraint system devices shall be UL listed and FM approved, shall be new and undamaged, and shall conform to the provisions of NSF/ANSI 61 in addition to the requirements of the Safe Drinking Water Act. Locking gaskets shall be specifically stated as compatible with the pipe, without qualification relative to the warranty by the respective manufacturer. 9-30.2(12) Transition, Reducing and Flexible Couplings Add the following new subsection: City of Federal Way Pacific Highway South HOV Lanes Phase V Page 336 RFB 16-006 June 2016 ISPECIAL PROVISIONS ' Transition couplings, reducing couplings, transition -reducing couplings, and flexible couplings for water mains shall be compression type with ductile iron components conforming to AWWA C219. Center rings/sleeves shall be ductile iron conforming to ASTM A536, grade 65-45-12 or malleable ' iron conforming to ASTM A47, grade 32510 or 35018. End rings/followers shall be ductile iron conforming to ASTM A536, grade 65-45-12 or malleable iron conforming to ASTM A47, grade 32510 or 35018. Gaskets shall be vulcanized, molded, or extruded, natural or synthetic rubber free from porous areas, foreign materials, and visible defects. Reclaimed rubber shall not be used. Gaskets shall ' meet the requirements of ASTM D2000. Bolts shall be carriage -type, high-strength, low alloy steel meeting the requirements of ASTM A307 or ASTM F568 or high-strength ductile iron meeting the requirements of ASTM A536, grade 65-45-12. The bolts shall have national course rolled threads and heavy hexagon nuts. The coating of the coupling components shall be as applied in the factory by and to the standards ' of the manufacturer. Reducing and flexible/straight couplings shall not be used for plain -end ductile iron/ductile iron ' pipe connections, or ductile iron/PVC pipe connections; only mechanical joint sleeve fittings shall be used in these cases. ' 9-30.3 Valves Revise this section and subsections including titles to read: t Valves shall be standard pattern of a manufacturer whose products are approved by the Engineer and shall have the name or mark of the manufacturer, year valve casting was made, size, and working pressure plainly cast in raised letters on the valve body. ' The valve bodies shall be cast iron, ductile iron, or other approved material mounted with approved non -corrosive metals. All wearing surfaces shall be bronze or other approved non- corrosive material, and there shall be no moving bearing or contact surfaces of iron in contact ' with iron. Contact surfaces shall be machined and finished in the best workmanlike manner and all wearing surfaces shall be easily renewable. ' 9-30.3(4) Valve Boxes Valve boxes shall be installed on all buried valves. The box shall be of cast iron, two-piece, slip -type, standard design with a minimum five (5) inch inside diameter, and base section ' corresponding to the size and depth of the valve. The box shall be coal -tar painted by the manufacturer using its standard. The cover shall be cast-iron "Lug" -type, having the word "WATER" cast into it. t9-30.3(5) Valve Marker Posts Valve marker posts shall be of cement concrete containing at least one (1) No. 3 reinforcing steel bar along its entire length. The post shall have a minimum four -inch (4") square cross-section ' and a minimum length of forty-two (42) inches. All edges shall be beveled and the top shall be cast at an approximate forty-five degree (450) angle to the perpendicular, with the letter "V" cast into it. Painting of the exposed portion of the post and marking certain numerals thereon shall be ' as specified in Section 7-12.3(1) "Installation of Valve Marker Post." ' City of Federal Way Pacific Highway South HOV Lanes Phase V I Page 337 RFB 16-006 June 2016 SPECIAL PROVISIONS I 9-30.3(7) Combination Air Release/Air Vacuum Valves Combination air release/air vacuum valves (or universal air release valves) shall be installed in air vacuum valve assemblies. The valve shall be designed to withstand a 300 psi pressure, where the normal operating pressure does not exceed 100 psi. t The valve body and cover shall be cast iron conforming to ASTM Al 26, Class B. The float shall be stainless steel conforming to ASTM A240. Valve seats shall be Buna N rubber. All other internal parts of the valve shall be constructed of stainless steel or bronze. Combination air release/air vacuum valves shall conform to AVWVA C512. ' For one -inch (1) and two-inch (2) valves, the inlet shall be equal in size to the outlet/large orifice. Both inlet and outlet shall have NPT screwed connections. The small orifice for a one -inch (1") valve shall be a minimum of 5/64 -inch and that for a two-inch (2") valve shall be a minimum of 3/32 -inch. The combination air release / air vacuum valve (universal air release valve) shall be ' manufactured by APCO Valve and Primer Corporation of Schaumburg, Illinois, Crispin/Multiplex Manufacturing Company of Berwick, Pennsylvania, or an approved equal. The following table provides applicable model numbers for the two (2) manufacturers listed: I Size of Valve Apco Crispin ' 1" 143C UL10 2" 145C UL20 9-30.3(8) Tapping Sleeve and Valve Assembly Tapping valves shall be furnished with flanged inlet end connections. The outlet ends shall ' conform in dimensions to the AWWA Standards for flange, hub, or mechanical joint connections, except that the outside of the hub shall have a large flange for attaching a drilling machine. The seat opening of the valve must permit a diameter cut no less than one half (1/2) inch smaller than ' the valve size. Valves specifically designed for tapping and meeting the requirements of AWWA C500, and valves meeting the requirements of AWWA C509 shall be permitted. Tapping valves shall be permitted. Tapping valves shall be of the same type as other valves on the ' project. Size -on -size tapping sleeves shall be cast iron, ductile iron, or stainless steel, except cast iron or t ductile iron size -on -size tapping sleeves shall only be used on ductile iron or cast iron water mains. Reducing tapping sleeves shall be cast iron, ductile iron, stainless steel, or epoxy -coated steel. ' 9-30.3(9) End Connections The dimensions of hub or bell end connections shall conform to the dimensions of AWWA C100. t The dimensions of mechanical joint connections shall conform to the dimensions of ANSI A21.11. The dimensions and drilling of flange connections shall conform to the dimensions of ANSI B16.1 for cast iron/ductile iron flanges and flanged fittings, Class 125, unless otherwise shown on the ' Plans. The bolt holes shall straddle the vertical centerline. All flanged faces shall be machined. City of Federal Way RFB 16-006 1 Pacific Highway South June 2016 HOV Lanes Phase V Page 338 ' C 7 SPECIAL PROVISIONS Where shown on the Plans or otherwise required to restrain thrust, the thrust restraint system for valves with mechanical joints shall conform to Section 9-30.2(6) 'Restrained Joints." Tapered threaded ends shall conform to National Pipe Thread dimensions. 9-30.3(10) Resilient -Seated Gate Valves (4 Inches to 12 Inches) Gate valves four (4) inches to twelve (12) inches in size shall conform to the requirements of AWWA C509 for resilient -seated gate valves for water supply service. The resilient valve seats may be applied to the body or gate and shall seat against a corrosion -resistant surface on the interior of the valve body. If guiding is necessary to obtain shutoff, the design shall be such that corrosion in the guide area does not affect sealing. These valves shall have O-ring backing plates. Resilient -seated gate valves four (4) inches to twelve (12) inches in size shall open counterclockwise and shall have non -rising stems, except OS & Y valves shall have rising stems. Buried resilient -seated gate valves four (4) inches to twelve (12) inches in size shall be equipped with standard two-inch (2") wrench nuts. Non -buried valves shall be equipped with hand wheels, unless otherwise shown on the Plans. 9-30.3(11) Gate Valves (14-24 Inches) Gate valves fourteen - twenty-four (14-24) inches in size shall be designed to lie vertically with a spur gear actuator (minimum 3:1 operator) and have a non rising stem. Valves shall conform to applicable requirements of AWWA C500. 9-30.3(15) Bronze Gate Valves (Under 3 Inches) Bronze gate valves shall be provided only where shown on the Plans. Bronze gate valves shall have bronze bodies with solid bronze discs. Bronze gate valves shall have non -rising stems, open counterclockwise, and furnished with a hand wheel. Bronze gate valves shall not be furnished where they will be buried. 9-30.3(16) Check Valves The body and cover of check valves shall be made of gray cast iron or cast ductile iron, with bronze rings mounted to the cast iron swing gate. Check valves shall be for 150 psi working pressure, unless otherwise shown on the Plans. The check valves shall have adjustable tension lever and spring to provide non -slamming action under all conditions, unless the Plans call for something other than a lever and spring feature. Swing -check valves shall confirm to AWWA C508. 9-30.3(17) Pressure Reducing and Pressure Relief Valves To minimize requirements for spare parts and maintenance tools and expertise, pressure reducing and pressure relief valves shall be: City of Federal Way Pacific Highway South HOV Lanes Phase V Page 339 RFB 16-006 June 2016 SPECIAL PROVISIONS "Model 90-01 Series Pressure Reducing Valve" as manufactured by Cla-Val Company of Newport Beach, California. "Model 50-01 Series Pressure Relief Valve" as manufactured by the Cla-Val Company of Newport Beach, California. The pressure reducing valves shall maintain a constant downstream pressure regardless of varying inlet pressure. The valve shall be a hydraulically operated, diaphragm -actuated, globe style valve with a gray cast iron body. The pilot control shall be a direct -acting, adjustable, spring- loaded, normally -open, diaphragm valve, designed to permit flow when the controlled pressure is less than the spring setting. The pilot control system shall include a fixed orifice. The pressure relief valve shall maintain constant upstream pressure by relieving excess pressure or by-passing and shall maintain close pressure limits without causing surges. The valve shall be hydraulically operated, diaphragm -actuated, globe valve with a gray cast iron body. The pilot control shall be a direct -acting, adjustable, spring-loaded, normally -closed, diaphragm valve, designed to permit flow when controlling pressure exceeds spring setting. The pilot control system shall operate such that as excess line pressure is dissipated, the main valve shall gradually close to a positive, drip -tight seating. All diaphragm -actuated valves shall contain a resilient, synthetic rubber disc, having a rectangular cross-section, contained on three and one-half (3-1/2) sides by a disc retainer and forming a tight seal against a single removable seat insert. The diaphragm assembly containing a valve stem shall be fully guided at both ends by a bearing in the valve cover and an integral bearing in the valve seat. This diaphragm assembly shall be the only moving parts and shall form a sealed chamber in the upper portion of the valve, separating operating pressure from line pressure. The diaphragm shall consist of nylon fabric, bonded with synthetic rubber, and shall not be used as a seating surface. Packing glands and/or stuffing boxes are not permitted and there shall be no pistons operating the valve or pilot controls. All necessary repairs shall be possible without removing the valve body from the line. Pressure reducing and pressure relief valves shall conform to AWWA C530. 9-30.5 Hydrants Revise this section and subsections including titles to read: Fire hydrants shall be the center -stem, compression -type conforming to the requirements of AWWA C502. To minimize requirements for spare parts and maintenance tools and expertise, fire hydrants shall be: "Medallion Model" as manufactured by Clow Corporation of Oskaloosa, Iowa. "M & H Model 929" as manufactured by Dresser Industries, Inc., of Bradford, Pennsylvania "Centurion Model" as manufactured by Mueller Company of Decatur, Illinois. Fire hydrant operating stems shall have square threads. City of Federal Way Pacific Highway South HOV Lanes Phase V Page 340 1 C RFB 16-006 ' June 2016 u 11 SPECIAL PROVISIONS 9-30.5 (1) End Connections The end connection for fire hydrants shall be mechanical joint conforming to AVVVVA C110. 9-30.5(2) Hydrant Dimensions The minimum nominal diameter of the main hydrant valve opening shall be five (5) inches. The inside diameter of the hydrant end connection shall be six (6) inches. The minimum inside diameter of the hydrant barrel/standpipe shall be seven (7) inches. The minimum nominal bury length from the bottom of the connecting pipe to the ground line of the hydrant, as shown in the Standard Plans, shall be forty-three (43) inches. The maximum nominal bury length shall be fifty-five (55) inches unless a different bury length required for a particular hydrant installation is shown on the Plans. The size of the hydrant auxiliary gate valve shall be six (6) inches. An outlet for drainage shall be provided in the base or barrel, or between the base and barrel of the hydrant. Field painting of the fire hydrant shall be as specified in Section 7-14.3(1) "Setting Hydrants." 9-30.5(3) Hydrant Extensions (Vertical) Vertical fire hydrant extensions shall have an inside diameter matching that of the hydrant within which it is installed. The material shall be gray cast iron or ductile iron and shall conform to the AVVVVA Standards for such castings. The drillings of the connecting flanges on the extensions shall match the drillings of the flanges on the hydrant, if applicable. Hydrant extensions shall also include the necessary hydrant operating stem extensions. 9-30.5(4) Hydrant Lateral Restraints The thrust restraint system for fire hydrant laterals with mechanical joints shall conform to Section 9-30.2(6) "Restrained Joints." ' 9-30.5(5) Traffic Safety Flanges Hydrants shall be provided with a traffic safety flange and be equipped with breaking devices at the traffic flange which will allow the hydrant barrel to separate at this point with a minimum ' breakage of hydrant parts from impact. There shall also be provided at this point a safety stem coupling on the main hydrant valve stem that will shear at the time of impact. ' 9-30.5(6) Guard Posts Guard posts for fire hydrants shall be provided only where shown on the Plans and spaced as shown in the Standard Plans. Guard posts shall be reinforced concrete, six (6) feet in length by ' nine (9) inches in diameter. Reinforcing shall consist of a minimum of four (4) No. 3 reinforcing steel bars. Painting of the exposed portion of the post shall be as specified in Section 7-14.3(2)C "Fire Hydrant Guard Posts." ' 9-30.5(7) Hydrant Nozzles Each fire hydrant shall be provided with one (1) four -inch (4") diameter steamer nozzle and two (2) two -and -one -half-inch (2.5") diameter hose nozzles. Fire hydrants in the City of Auburn I shall be provided with one (1) four -and -one -half-inch (4.5") diameter pumper port and two (2) City of Federal Way RFB 16-006 Pacific Highway South June 2016 ' HOV Lanes Phase V Page 341 SPECIAL PROVISIONS two -and -one -half-inch (2.5") diameter hose ports. All nozzles shall be equipped with brass nipples screwed into the hydrant barrel and locked into place. The hose nozzles shall have National Standard Hose Threads. The hose nozzles shall be fitted with cast iron threaded caps with an operating nut of the same design and proportions as the main hydrant valve stem nut. The caps shall be threaded to fit the corresponding nozzles and shall be fitted with suitable Neoprene gaskets for positive watertightness under test pressures. There shall be no chain or cable connecting the hose nozzle caps to the hydrant body. The steamer nozzle shall have a Pacific Coast Standard Thread on which shall be installed a four -inch (4") rigid female x four -inch (4") Storz smooth -faced adapter with a four -inch (4") Storz blind cap and rubber sealing gasket. . The Storz adapter and cap shall be made of anodized aluminum, heat-treated to T-6 condition strength. The Storz adapter and cap shall withstand a working pressure of 300 psi and a momentary burst pressure of 600 psi. A stainless steel set screw shall be used to permanently attach the Storz adapter to the steamer nozzle to prevent unauthorized removal. The Storz cap shall be tethered to the hydrant barrel with an eighteen -inch (18") length of one -eighth -inch (1/8") aircraft cable, the ends of which shall be connected to its respective part with NICO sleeves. The Storz adapter shall not be painted. 9-30.5(8) Operating Nuts The operating nut on the main hydrant valve stem and hose nozzle caps shall be as follows Pattern of nut - Tapered pentagonal Height— 1-1/16 inch Size of pentagon - (measured from point to flat) 1.35 -inch at bottom of nut 1.23 -inch at top of nut The direction of opening shall be clearly marked on the operating nut or hydrant and shall be counterclockwise. 9-30.6 Water Service Connections (2 -inches and Smaller) Revise this section and subsections, including titles, to read: 11 L 9-30.6(1) Saddles Service saddles shall meet the requirements of the Standard Plans. The bodies of service ' saddles shall be ductile iron. Straps, nuts, and washers shall be galvanized steel. Wide bands with bolts, washers, and nuts shall be stainless steel. Service saddles shall be: ' "Style 101, 101S, 202, or 202S" as manufactured by Romac Industries, Inc., of Seattle, I Washington. For one -inch (1") taps on ductile iron and asbestos cement water mains twelve (12) inches and ' smaller, single strap saddles shall be used. For one -inch (1") taps on PVC water mains twelve (12) inches and smaller, bolted/banded service saddles shall be used. City of Federal Way RFB 16-006 ' Pacific Highway South June 2016 HOV Lanes Phase V Page 342 ' ISPECIAL PROVISIONS ' For one -inch (1") taps on ductile iron and asbestos cement water mains larger than twelve (12) inches, double strap service saddles shall be used. For one -inch (11") taps on PVC water mains larger than twelve (12) inches, double bolted/banded service saddles shall be used. For service taps larger than one (1) inch on ductile iron and asbestos cement water mains larger than twelve (12) inches, double strap service saddles shall be used. For service taps larger than ' one (1) inch on PVC water mains larger than twelve (12) inches, double bolted/banded service saddles shall be used. ' The threads on the service tap on the saddle body shall be CC (AWWA taper) for one -inch (1") size and Female Iron Pipe thread for service taps larger than one -inch (1 ") size. ' 9-30.6(2) Corporation Stops Corporation stops shall meet the requirements of the Standard Plans and these Specifications. Corporation stops shall be: ' "Model 1 -inch H-15008, 1 -1/2 -inch H-9969, or 2 -inch H-9969" as manufactured by Mueller Company of Decatur, Illinois. ' "Type 1 -inch F1000G 'GripJoint,' 1 -1/2 -inch FB500, or 2 -inch FB500" as manufactured by the Ford Meter Box Company, Inc., of Wabash, Indiana. ' "Model 1 -inch 4701 T, 1 -1/2 -inch 3131 B, or 2 -inch 3131 B" as manufactured by A. Y. McDonald Mfg. Company of Dubuque, Iowa. ' Corporation stops shall be made of bronze alloy. ' For one -inch (1") service taps, the inlet connection shall be CC (AWWA taper) male thread. For service taps larger than one -inch (1 "), the inlet connection shall be Male Iron Pipe thread. i 7 L i For one -inch (1 ") service taps, the outlet connection shall be compression -gasket type compatible with the connection piping, with no special adapters required. Pipeline insert stiffener devices shall be installed for compression -end fittings on polyethylene pipe. For service taps larger than one -inch (1"), the outlet connection shall be Male Iron Pipe thread for the attachment of a special adapter. 9-30.6(3) Service Pipes 9-30.6(3)B Polyethylene Tubing Polyethylene tubing shall meet the requirements of AWWA C901 for potable water service, and conform to the following specifications: 1. Polyethylene Cell Classification 2. Polyethylene Material ASTM D1248 3. Nominal Size corresponding to City of Federal Way Pacific Highway South HOV Lanes Phase V PE 4710 Type III, Category 5, Grade 34, Class C per As shown in the Plans, or in the Standard Plan the bid Proposal item. Page 343 RFB 16-006 June 2016 SPECIAL PROVISIONS I 4. Thickness: SDR 9 ' 5. Diameter: Copper Tube Size (CTS) 6. Pressure Class: 250 psi ' The finished product shall satisfactorily flare, without cracking, to standard brass water works flare fittings when using cold flaring methods and thereafter perform to the requirements herein I specified. The polyethylene tubing shall be marked in accordance with ASTM D2737 for CTS tubing sizes. ' It shall also carry the seal of the National Sanitation Foundation (NSF). A copy of the pertinent quality control test information shall be submitted in accordance with Section 5.5 of AWWA C901 for the polyethylene tubing furnished and installed in the completed Work. ' All coils of polyethylene tubing shall be protected in shipment. Each coil shall be labeled clearly to show the size, coil length, and pressure rating of the tubing. The tubing shall be stored outside of direct sunlight. ' 9-30.6(4) Service Fittings Couplings and adapters shall only be used where shown in the Standard Plans, on the Plans, or ' otherwise directed by the Engineer, and shall conform to the provisions of NSF/ANSI 61 in addition to the requirements of the Safe Drinking Water Act. Compression service couplings and adapters shall be: ' "Model H-15428 or H-15451 [with Liners #504281 (3/4 -inch), #504385 (1 -inch), ' #506139 (1 -1/2 -inch), or #506141 (2 -inch)]" as manufactured by Mueller Company of Decatur, Illinois. "Model C84 -34G, C84 -44G, C84 -66G, C84 -77G, C14 -66G, or C14 -77G 'GripJoint' [with Insert Stiffeners #51 (3/4 -inch), #52 (1 -inch), #54 (1 -1/2 -inch), or #55 (2 -inch)]" as manufactured by the Ford Meter Box Company, Inc., of Wabash, Indiana. "Model 4753T or 4754T with Insert Stiffeners #6133T (3/4 -inch to 2 -inch size)" as manufactured by A. Y. McDonald Mfg. Company of Dubuque, Iowa. Couplings and adapters for water service connections shall be made of bronze or brass alloy. The connections for the couplings and adapters shall be Iron Pipe threads or outside compression -gasket type, as shown in the Standard Plan or otherwise necessary for the specific application. Pipeline insert stiffener devices shall be installed for compression -end fittings on polyethylene pipe. 9-30.6(5) Meter Setters Meter setters shall meet the requirements of the Standard Plans and applicable parts of AWWA C800, and shall conform to the provisions of NSF/ANSI 61 in addition to the requirements of the Safe Drinking Water Act. Meter setters shall be: City of Federal Way Pacific Highway South HOV Lanes Phase V Page 344 7 RFB 16-006 t June 2016 ISPECIAL PROVISIONS ' "Model VH72-12WC, VH74-12WC, VH76-12-11-66 (with O-ring groove machined in face of flanges), or VH77-12-11-77 (with O-ring groove machined in face of flanges)" as manufactured by the Ford Meter Box Company, Inc., of Wabash, Indiana. ' "Model H -1404 -2x12 -inch with two (2) H-14222 ends for 5/8 x %-inch and 1 -inch meters, and B -2422-2-12x13" for 1 -1/2 -inch meter (grooved for O-ring gaskets on both flanges), and ' B -2422 -2 -12x17 -inch for 2 -inch meter (grooved for O-ring gaskets on both flanges)" as manufactured by Mueller Company of Decatur, Illinois. ' For a one -inch (1") or less service connection, the meter setter shall have double purpose couplings on both inlet and outlet connections (female iron pipe union, swivels, or flared copper), an angle meter valve with drilled padlock wings, an outlet angle single or double check valve, and measuring twelve (12) inches high. For service connections larger than one -inch (1") size, the ' meter setter shall have Female Iron Pipe threads on the horizontal inlet and outlet, an angle inverted key valve with drilled padlock wings on the inlet, grooved for O-ring meter gaskets, no bypass, an angle single or double check valve on the outlet, and measuring twelve (12) inches ' high. 9-30.6(6) Bronze Nipples and Fittings ' Brass nipples and fittings shall be installed where shown in the Standard Plans and shall meet the requirements of ANSI B-16.15, ASA 125 pound class. ' 9-30.6(7) Meter Boxes Meter boxes for a particular installation shall meet the requirements of the applicable Standard Plans. ' Meter boxes in non -traffic areas shall be high density polyethylene (HDPE): ""Model #RMB 13x24 -12 -inch (for a 5/8 x 3/4 -inch water meter), "Model #RMB 13x24 -12 -inch ' (for a 1 -inch water meter), or "Model #RMB 17x30-12 inch (for a 1 -1/2 -inch or 2 -inch water meter)," as manufactured by Raven Products, including mouseholes or pipe knockouts. ' Meter box covers shall be Sigma ductile iron with hinged meter reading lids. Meter boxes in traffic areas shall be rated for HS 20-44 loading and shall be: ' Model #Christy B1017" (for a 5/8 x 3/4 -inch water meter), "Model #Christy B1324" (for a 1 -inch water meter), or "Model #Christy B1730" (for a 1 -1/2 -inch or 2 -inch water meter)," as tmanufactured by Oldcastle Enclosure Solutions, including mouseholes or pipe knockouts. Meter box covers shall be non-skid, bolt -down galvanized steel with hinged meter reading ' lids. 9-30.6(8) Insulating Service Couplings Insulating couplings preventing a continuous electrical path shall be required at any point of ' connection of two (2) dissimilar metallic pipes (e.g., copper to galvanized iron or steel). The fitting used shall be manufactured for the purpose for which it is intended. The couplings shall be the outside compression -gasket type. Pipeline insert stiffener devices shall be installed for ' compression -end fittings on polyethylene pipe. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 345 SPECIAL PROVISIONS I All materials shall conform to the provisions of NSF/ANSI 61 in addition to the requirements of the I Safe Drinking WaterAct. 9-30.6(9) "U" Branch Connections ' "U" branch connections shall meet the requirements of the applicable Standard Plans, and conform to the provisions of NSF/ANSI 61 in addition to the requirements of the Safe Drinking Water Act. ' "U" branch connections shall be made of bronze alloy. The outlets shall be 3/4" M.I.P. thread ' straight line. The inlet shall be conductive compression for 1" CTS O.D. copper or polyethylene service pipe. Maintain a branch spacing minimum of 13-1/2 inches between the outlets. 9-30.7 Flow Detection/Backflow Prevention Devices ' Add the following new Section: (NEW SECTION) t 9-30.7 Flow Detection/Backflow Prevention Devices 9-30.7 (1) Detector Double Check Valve Assemblies (DDC) Detector double check valve assemblies shall conform to AWWA C506. The detector double check valve assembly shall consist of two (2) internally -loaded check valves, either spring-loaded or internally weighted, installed as a unit, and include a smaller, factory -installed double check valve assembly and water meter in a bypass configuration to detect leakage or water theft. The manufacturer of the detector double check valve assembly shall be listed on the most current copy of the "Accepted Cross -Connection Control Assemblies" published by the Washington State Department of Health. The end connections shall be flanged, conforming to AWWA C110. The detector water meter shall include a remote reading 5/8x3/4 -inch water meter registering in cubic feet, Test cocks shall be installed and located in accordance with AWWA C506 for both mainline and bypass double check valve assemblies. The outlets to the test cocks shall be plugged. 9-30.7(2) Detector Reduced Pressure Principle Backflow Devices (DRP) Detector reduced pressure principle backflow prevention devices shall conform to AWWA C506, and shall conform to the provisions of NSF/ANSI 61 in addition to the requirements of the Safe Drinking Water Act. The detector reduced pressure principle backflow prevention device shall consist of two (2) independently acting, spring-loaded check valves separated by a spring-loaded differential pressure relief valve, and shall include a smaller, factory -installed reduced pressure principle backflow device and water meter in a bypass configuration to detect leakage or water theft. The manufacturer of the detector reduced pressure principle backflow device shall be listed on the most current copy of the "Accepted Cross -Connection Control Assemblies" published by the Washington State Department of Health. The end connections shall be flanged, conforming to AWWA C 110. The detector water meter shall include a remote reading 5/8x3/4 -inch water meter registering in cubic feet, City of Federal Way Pacific Highway South HOV Lanes Phase V Page 346 RFB 16-006 June 2016 i ISPECIAL PROVISIONS Test cocks shall be installed and located in accordance with AWWA C506 for both mainline and bypass reduced pressure principle backflow prevention devices. The outlets to the test cocks ' shall be plugged. 9-30.7(3) Double Check Valve Assemblies (DCVA) ' Double check valve assemblies (DCVA's) shall conform to AWWA C506, and conform to the provisions of NSF/ANSI 61 in addition to the requirements of the Safe Drinking Water Act. DCVXs shall consist of two (2) internally -loaded check valves, either spring-loaded or internally ' weighted, installed as a unit. The manufacturer of the double check valve assembly shall be listed on the most current copy of the "Accepted Cross -Connection Control Assemblies" published by the Washington State Department of Health. The end connections shall be flanged, conforming to AWWA C110. ' Test cocks shall be installed and located in accordance with AWWA C506. The outlets to the test cocks shall be plugged. 9-30.7(4) Reduced Pressure Principle Backflow Devices (RPBD) Reduced pressure principle backflow prevention devices shall conform to AWWA C506, and shall ' consist of two (2) independently acting, spring-loaded check valves separated by a spring-loaded differential pressure relief valve. The manufacturer of the reduced pressure principle backflow device shall be listed on the most current copy of the "Accepted Cross -Connection Control ' Assemblies" published by the Washington State Department of Health. The end connections shall be flanged, conforming to AWWA C110. ' Test cocks shall be installed and located in accordance with AWWA C506. The outlets to the test cocks shall be plugged. 9-30.7(5) Backflow Prevention Device Shutoff Valves ' Backflow prevention device shutoff valves three (3) inches through twelve (12) inches in size shall be gate valves conforming to AWWA C500 or resilient -seated gate valves conforming to AWWA C509. Backflow prevention device shutoff valves larger than twelve (12) inches shall ' conform to AWWA C500. The end connections on shutoff valves three (3) inches and larger shall be flanged, conforming to AWWA C110. The shutoff valves shall be the outside screw and yoke (OS & Y) rising -stem type with hand wheels. Backflow prevention device shutoff valves smaller than three (3) inches shall be ball valves with bronze bodies, quarter -turn handle, and tapered thread end connections. ' A test cock shall be installed on the supply (inlet) side of the upstream supply shutoff valve. The outlet to the test cock shall be plugged. ' 9-30.7(6) Single Detector Check Valve Assembly Single detector check valve assemblies shall consist of a single, internally -loaded, soft -seated check valve, and include a smaller single brass -to -brass check valve and water meter in a bypass ' configuration to detect leakage or water theft. The end connections shall be flanged, conforming to AWWA C110. I The detector water meter shall include a remote reading 5/8x3/4 -inch water meter registering in cubic feet ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 347 SPECIAL PROVISIONS Test cocks shall be installed and so located to allow for periodic testing. The outlets to the test cocks shall be plugged. 9-30.7(7) Vacuum Breakers 9-30.7(7)A. Pressure Vacuum Breaker Assemblies Pressure vacuum breaker assemblies shall consist of a spring-loaded check valve [three-inch (3") and larger sizes consist of two (2) check valves], an independently operating air inlet valve, inlet and discharge shutoff valves, and properly installed test cocks. The air inlet valve is internally loaded to the open position, normally by means of a spring. This internal loading allows the device to be installed on the pressure side of a shutoff valve. The manufacturer of the pressure vacuum breaker assembly shall be listed on the most current copy of the "Accepted Cross - Connection Control Assemblies" published by the Washington State Department of Health. The end connections shall have tapered threads. The outlets to the test cocks shall be plugged. 9-30.7(7)B. Atmospheric Vacuum Breaker (AVB) The atmospheric vacuum breaker is a device which allows air to enter the water line when the line pressure is reduced to a gauge pressure of zero or below. Poppets of AVB's shall be precision -fitted to ensure positive closure. No test cocks are required. The end connections shall have tapered threads. 9-30.8 Miscellaneous Water Distribution Materials Add the following new Section: (NEW SECTION) 9-30.8 Miscellaneous Water Distribution Materials 9-30.8(1) Steel Casing for Boring, Jacking and Direct Burial Where indicated on the Plans, steel casings shall be bored, jacked, or direct buried into place. The steel casing shall be black steel pipe conforming to ASTM A53. The joints between sections shall be butt welded to produce a continuous bead around the full circumference of the casing to produce a rigid, watertight encasement. The minimum wall thickness of the casing shall be 0.250 inches for casings twenty-four (24) inches or less in diameter, unless a larger wall thickness is shown on the Plans. The minimum wall thickness of the casing shall be 0.375 inches for casings over twenty-four (24) inches in diameter, unless a larger wall thickness is shown on the Plans. 9-30.8(2) Flow Strainers Flow strainers shall be iron -bodied, basket -type configuration of the size shown in the Standard Plans where flow strainers are required. The flow strainers shall feature a bolted cover machined to securely hold the screen in place and include a tapped boss at the bottom of the bowl for a blowoff outlet. The screen shall be constructed from perforated stainless steel and wire mesh screens shall not be allowed. Flow strainers two inches (2") and larger shall have flanged end connections conforming to AWWA C110. u 9-30.8(3) Pressure Gauges , Pressure gauges shall conform to applicable AWWA and ANSI standards. The gauge shall be a premium grade industrial gauge, with a stainless steel Bourdon tube element; 270° milled City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V Page 348 ' ISPECIAL PROVISIONS ' stainless steel movement; phenolic case; liquid -filled with an inert viscous fluid; high -impact, non - cracking plastic lens; four -and -one -half-inch (4.5") dial; and a one -half -inch -(1/2") N.P.T. bottom male connection. All other exposed parts shall be stainless steel. The accuracy shall meet ' ANSI B40.1 specifications, Grade A: ±1 % of span in middle half of scale, with the balance of the scale ±2% of span. The gauges shall be protected by compatible snubbers and ball valves. ' The range of pressure scale shall be 0 to 200 pounds per square inch, unless shown otherwise on the Plans or in the Standard Plans. ' 9-30.8(4) High Impact Riser Sections High impact riser sections used for spur -gear driven gate valve boxes shall be a plastic injection molded adjustment ring molded from high density polyethylene per ASTM D-4976. ' 9-30.8(5) Precast Concrete Vaults for Pressure Reducing Station The concrete vault for the pressure reducing station shall meet the following requirements • Dimensions — 13'-1" length x 8'-0" width x 8'-7" high (overall dimensions) ' • Ability to adjust upwards to grade without resetting vault. This includes use of adjustment sections. • Incude sump with grating ' • All metal parts shall be corrosion resistant • Lifting lugs at balancing points for handling and installation • Inluces (2) galvanized C channels for access hatch riser sections. ' 9-30.9 Temporary Water Facilities Add the following new Section: ' (NEW SECTION) 9-30.9 Temporary Water Facilities ' 9-30.9(1) Temporary Water Mains Temporary water mains, including bends, fittings, and couplings shall be in accordance with the corresponding subsections hereinabove for permanent water facilities, or be in accordance with ' the requirements of AWWA C901-08 "Polyethylene (PE) Pressure Pipe and Tubing, '/2 In. (13 mm) Through 3 In. (76 mm), for Water Service," or AWWA C904-06 "Cross -Linked Polyethylene (PEX) Press Pipe, '/2 In. (12 mm) Through 3 In.(76 mm), for Water Service.' Temporary water mains, bends, fittings, and couplings shall have a minimum pressure class rating of 160 psi. ' 9-30.9(2) Temporary Water Service Connections Temporary water service connections, including service lines, fittings, and couplings shall be in ' accordance with the corresponding subsections hereinabove for permanent water service connections, except that water service lines may be in accordance with the requirements of AWWA C901-08 "Polyethylene (PE) Pressure Pipe and Tubing, '/2 In. (13 mm) Through 3 In. (76 ' mm), for Water Service," or AWWA C904-06 "Cross -Linked Polyethylene (PEX) Press Pipe, '/2 In. (12 mm) Through 3 In.(76 mm), for Water Service." Temporary water service lines shall have a minimum pressure class rating of 160 psi. ' In addition, connections may be fused, grip fitting, threaded, or barbed provided that the connection is sufficient for the minimum pressure rating of 160 psi. ' City of Federal Way RFB 16-006 Pacific Highway South June 2016 HOV Lanes Phase V ' Page 349 SPECIAL PROVISIONS SECTION 9-34, PAVEMENT MARKING MATERIAL 9-34.3(4) Type D — Liquid Cold Applied Methyl Methacrylate Section 9-34.3(4) is supplemented with the following: (March 13, 2012 ******) The methyl methacrylate (MMA) material shall be formulated as a long -life durable pavement marking system capable of providing a minimum of two years of continuous performance. The material shall be a catalyzed methyl methacrylate (MMA), wet -continuous reflective product and placed shall have a dry time (cure) to the touch of no more than 30 minutes. The material shall be capable of retaining reflective glass beads and ceramic micro -crystalline elements of the drop -on or spray -on type as specified by the manufacturer. The binder shall be lead free and suitable for bituminous and concrete pavements. 9-34.4 Glass Beads for Pavement Marking Materials Section 9-34.4 is supplemented with the following: (March 13, 2012 ******) Methyl Methacrylate Pavement Markings Optics Glass Beads Surface -drop glass beads shall be the "Utah Blend" with a Methacrylate compatible coupling agent approved by the material manufacturer. Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred square feet. Bonded Core Elements Surface -drop ceramic elements shall be the Series 50M or 70M with a Methacrylate compatible coupling agent approved by the material manufacturer. Elements shall meet or exceed a ' minimum initial value of 150 mcd for white and 125 mcd for yellow per ASTM 2176. The bonded core reflective elements shall contain either clear or yellow tinted microcrystalline ceramic beads bonded to the opacified core. These elements shall not be manufactured using lead, chromate or arsenic. All "dry -performing" microcrystalline ceramic beads bonded to the core shall have a minimum index of refraction of 1.8 when tested using the liquid oil immersion method. All "wet performing" microcrystalline ceramic beads bonded to the core shall have a minimum index of refraction of 2.30 when tested using the liquid oil immersion method. There are two gradations for the bonded core elements, standard size and "S" series. "S" series is a slightly finer gradation of elements compared to standard. Element Gradations Mass Percent Passing ASTM D1214 US Mesh Micron Standard Elements "S" Series 12 1700 80-100 85-100 14 1410 45-80 70-96 City of Federal Way Pacific Highway South HOV Lanes Phase V Page 350 RFB 16-006 June 2016 L' SPECIAL PROVISIONS ' 16 1180 5-40 50-90 White 18 1000 0-20 5-60 D (ASTM E1710) 700 20 850 0-7 0-25 ' 30 600 0-7 Wet continuous ASTM E2176 150 A sample of bonded core reflective elements supplied by the manufacturer shall show resistance to corrosion of their surface after exposure to a 1% solution (by weight) of sulfuric ' acid. The 1 % acid solution shall be made by adding 5.7 cc of concentrated acid into 1 000c of distilled water. CAUTION: Always add the concentrated acid into the water, not the reverse. The bonded core elements are surface treated to optimize embedment and adhesion to the MMA binder. Elements treated for use with MMA shall have identification on packaging or label ' to indicate use with the MMA binder. Bonded core elements shall be applied at a rate of ten (10) grams per four (4) inch wide by one ' (1) linear foot of marking. Reflectance Typical initial retro reflectance values are shown in the Table below. Typical retro reflectivity is ' averaged over many readings. Minimum Retro reflectivity results represent average "S" performance for smooth pavement surfaces. Values represent both standard and Series elements. Results may vary due to differences in pavement type and surface roughness. Increased element drop rate may be necessary to compensate for increased surface area characteristic of rough pavement surfaces. The initial retro reflectance of a single installation shall be the average value determined by the measurement procedures outlined in ASTM E 1710, using a 30 -meter (98.4 feet) retro-reflectometer. RL shall be expressed in units of millicandelas per square foot per foot-candle [mcd(ft-2)(fc-1)]. The optics incorporated into the pavement marking system shall be tested and certified by an independent laboratory to meet ASTM E2177 for wet -recovery and ASTM E2176 for wet - continuous performance levels. ' The pavement marking system installed shall meet a minimum Dry reflectance value of 700 MCD/M2/LX for white pavement markings and 500 MCD/M2/LX for yellow pavement markings and wet -recovery (as described by ASTM 2177) reflectance value of 375 MCD/M2/LX for white pavement markings and 280 MCD/M2/LX for yellow pavement markings, and wet -continuous (as described by ASTM 2176 testing) reflectance values of 150 MCD/M2/LX for white pavement markings and 125 MCD/M2/LX for yellow pavement markings as measured with a 30 meter ' device approved by the Traffic Engineering Division (TED). The Contractor will be required to take and record readings every 500 feet utilizing a 30 meter ' device approved by the Traffic Engineering Division. These readings shall be recorded on the daily report and submitted to the project engineer at the end of each work day or shift. Minimum Initial Retro Reflectance Values White Yellow D (ASTM E1710) 700 500 Wet recovery ASTM E2177 375 280 Wet continuous ASTM E2176 150 125 City of Federal Way Pacific Highway South HOV Lanes Phase V Page 351 RFB 16-006 June 2016 SPECIAL PROVISIONS SECTION 9-37 MISCELLANEOUS MATERIALS Add the following new Section: (NEW SECTION) 9-37 MISCELLANEOUS MATERIALS 9-37.1 Location Wire and Locate Stations 9-37.1(1) Location Wire Location wire (or tracer wire) for decommissioned water mains shall be steel core copper clad size AWG 14 insulated conductor . The insulation shall be 30 -mil, orange High Density Polyethylene (HDPE), with minimum insulation rating of 300 volts, and comply with ASTM -D- 1248, 30 volt rating, and Restriction of Use of Hazardous Substances (RoHS) requirements. Location wire shall be continuous and not be spliced between pairs of locate stations. Connections at terminations shall be installed so that no portion of uninsulated wire is exposed. The location wire shall have a minimum of one (1) foot of slack at the Locate Station after the station is set to final grade Wire connectors shall be waterproof, 3M DBR, Copperhead SnakeBite moisture displacement connections, or Engineer -approved equal. Non-locking friction fit, twist -on, or taped connectors will not be allowed. 9-37.1(2) Locate Station Location stations shall consist of an in -ground access box either fabricated or manufactured for the purpose of location wire terminations and tracer equipment connections for locating buried underground facilities. Fabricated access boxes for locate stations shall consist of a six-inch (6") diameter valve box meeting the requirements of subsection 9-30.3(4). The valve box shall include an isolated terminal block with stainless steel nuts and bolts for each of the location and grounding wires. Terminal block posts shall be of sufficient length to allow a solid connection by standard line tracing equipment. If the terminal block is mounted externally, the valve box shall be installed in a 5/8 -inch x 3/4 -inch meter box as specified in subsection 9-30.6(7). The terminal block shall be located within six (inches) of the meter box lid. Manufactured locate (test) stations shall be Copperhead SnakePit test stations, Valvco tracer wire access box or Engineer approved equal. Locate stations with exposed (not internal) terminal blocks shall enclosed either in a meter box as provided above for fabricated access boxes, or shall be enclosed in a proprietary enclosure suitable for the location as approved by the Engineer. Terminal blocks shall include a removable jumper between the posts for each of the location and grounding wires. The wire shall be as specified in subsection 9-37.1(1). The locate station shall be installed so that the access lid, and enclosure as applicable, are flush to and match finish grade. 9-37.1(3) Grounding City of Federal Way Pacific Highway South HOV Lanes Phase V Page 352 r t RFB 16-006 ' June 2016 1 1 SPECIAL PROVISIONS Location wire shall be properly grounded at each Locate Station by using a magnesium grounding anode rod. A steel core copper clad size AWG 14 insulated conductor shall connect the grounding anode rod to the locate wire at the terminal block in the Locate Station as specified in ' subsection 9-27.1(2). The grounding rod shall be a minimum of 18.5 inches long and 1.3 inches in diameter, with a ' minimum weight of one (1) pound, and specifically configured for the purpose of locate wire and locate station pairs for buried underground facilities. The grounding rod shall be driven into solid native soil, directly underneath the Locate Station so that the top of the grounding rod shall be at ' the same depth as the location wire's exit from the decommissioned water main, or at the location recommended by the manufacturer of the Locate Station. ' The insulation for the grounding wire shall be 30 -mil. red HDPE, with a minimum insulation rating of 300 volts, and comply with ASTM -D-1248, 30 volt rating, and with RoHS requirements. The grounding wire shall have a minimum of one (1) foot of slack at the Locate Station after the station is set to final grade. Wire connectors shall be waterproof, 3M DBR, Copperhead SnakeBite ' moisture displacement connections, or Engineer -approved equal. Non-locking friction fit, twist -on, or taped connectors will not be allowed. Connections at terminations shall be installed so that no portion of uninsulated wire is exposed. 9-37.2 Pipe and Hose Ramps Pipe and hose ramps for protecting temporary water mains and service lines, and maintaining ' safe movement of traffic through the Work area shall be prefabricated, rated for a minimum HS 20-44 axle loading, and provide transition approach and departure ramps suitable for the anticipated traffic speeds. ' Installed temporary ramps shall have sufficient stability to ensure that ramp is not displaced by vehicle or pedestrian movement over the surface of the ramp. In addition, the ramp configuration ' shall ensure that vehicle and pedestrian traffic over the surface of the ramp do not damage either the pipe or hose, or the existing pavement under the ramp. Ramps across roadway surfaces shall be placed on a slight diagonal offset from perpendicular to ' the roadway centerline. Transition slopes and temporary traffic signing for the ramp crossings shall be as approved by the jurisdictional agency. fl 1 r Fabricate temporary pipe or hose ramps shall be as manufactured by Brahman Systems, LLC, American Recycled Products, Mentor Hose Ramps, Rubberform, or Engineer -reviewed equal. City of Federal Way Pacific Highway South HOV Lanes Phase V END OF DIVISION 9 Page 353 RFB 16-006 June 2016 ORIGINAL CONTRACT #1 CITY CLERK CITY OF Federal Way BID AND CONTRACT DOCUMENTS AND SPECIFICA TIONS FOR Pacific Highway South HOV Lanes Phase V (S 340th Street to S 359th Street) Federal Aid No, STPUL 0099(126) RFB # 16-006 City of Federal Way Public Works Department 33325 Eighth A venue South Federal Way, WA 98003 June 2016 Volume 2 of 2 BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS M Pacific Highway South HOV Lanes Phase V (S 340th Street to S 359th Street) STPUL 0099(126) RFB # 16-006 Bids Accepted Until 10:00 a.m., July 29, 2016 Bids Opened 10:10 a.m., July 29, 2016 AT: City of Federal Way Hylebos Room in Federal Way City Hall 33325 Eighth Avenue South Federal Way, WA 98003 Prepared By: KPG 753 9th Avenue North Seattle, WA 98109 ' FEDERAL WAY STANDARD DETAILS (Appendix E) ................................. WHITE PAGES LAKEHAVEN UTILITY DISTRICT WATERLINE STANDARDS (Appendix F)WHITE PAGES CONSTRUCTION STORM WATER GENERAL PERMIT (Appendix G) ........ WHITE PAGES GEOTECHNICAL BORINGS (Appendix H) .............................................. YELLOW PAGES ASBESTOS HANDLING DOCUMENTATION (Appendix I) ......................... WHITE PAGES TEMPORARY WATER BYPASS AND STAGING PLAN (Appendix J) ............ BLUE PAGES PUGET SOUND ENERGY CONSTRUCTION STANDARDS (Appendix K) ... WHITE PAGES TABLE OF CONTENTS VOLUME 2 PAGE FHWA 1273 (Appendix A)..................................................................... SALMON PAGES PREVAILING WAGES AND BENEFIT CODE KEY (Appendix B) ................... PINK PAGES PIERCE TRANSIT STANDARDS (Appendix C) .......................................... WHITE PAGES WSDOT STANDARD PLANS (Appendix D) ............................................... WHITE PAGES ' FEDERAL WAY STANDARD DETAILS (Appendix E) ................................. WHITE PAGES LAKEHAVEN UTILITY DISTRICT WATERLINE STANDARDS (Appendix F)WHITE PAGES CONSTRUCTION STORM WATER GENERAL PERMIT (Appendix G) ........ WHITE PAGES GEOTECHNICAL BORINGS (Appendix H) .............................................. YELLOW PAGES ASBESTOS HANDLING DOCUMENTATION (Appendix I) ......................... WHITE PAGES TEMPORARY WATER BYPASS AND STAGING PLAN (Appendix J) ............ BLUE PAGES PUGET SOUND ENERGY CONSTRUCTION STANDARDS (Appendix K) ... WHITE PAGES (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. it t u i 1 APPENDIX B PREVAILING WAGES AND BENEFIT CODE KEY 0 11 r General Decision Number: WA160001 06/24/2016 WAl Superseded General Decision Number: WA20150001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number 0 1 2 3 4 5 6 7 CARP0001-008 06/01/2015 Publication Date 01/08/2016 02/19/2016 02/26/2016 03/04/2016 04/22/2016 05/20/2016 06/03/2016 06/24/2016 Rates CARPENTER GROUP 1 .....................$ 27.61 GROUP 2 .....................$ 41.86 GROUP 3 .....................$ 32.97 GROUP 4 .....................$ 31.94 GROUP 5 .....................$ 73.44 GROUP 6 .....................$ 35.02 GROUP 7 .....................$ 36.72 GROUP 8 .....................$ 33.27 GROUP 9 .....................$ 35.02 CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, machine erector Fringes 14.00 14.49 14.00 14.00 14.00 14.00 14.00 14.00 14.00 GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby, Bell/Vehicle or Submersible operator Not Under Pressure GROUP 8: Assistant Tender, ROV Tender/Technician GROUP 9: Manifold Operator -Mixed Gas ZONE PAY: ZONE 1 0-40 MILES FREE ZONE 2 41-65 MILES $2.25/PER HOUR ZONE 3 66-100 MILES $3.25/PER HOUR ZONE 4 OVER 100 MILES $4.75/PER HOUR DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite). DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50-100 feet $2.00 per foot 101-150 feet $3.00 per foot 151-220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0-25 feet Free 26-300 feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. 11 i i L; 1 'J !I U J d WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. ---------------------------------------------------------------- CARP0003-006 10/01/2011 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: 11 Carpenters: Rates Fringes CARPENTERS ..................$ 32.04 14.18 DIVERS TENDERS ..............$ 36.34 14.18 ' DIVERS. .$ 77.08 14.18 DRYWALL .....................$ 27.56 14.18 ' MILLWRIGHTS_ ..............$ PILEDRIVERS. .$ 32.19 33.04 14.18 14.18 DEPTH PAY: ' 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 11 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities ---------------------------------------------------------------- CARP0770-003 06/01/2015 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Rates Fringes CARPENTER Bremerton Anacortes CENTRAL WASHINGTON: Shelton Yakima CHELAN, DOUGLAS (WEST OF Tacoma Wenatchee THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE MATERIAL ...................$ 40.46 13.66 CARPENTERS .................$ 40.36 13.66 DIVERS TENDER ..............$ 35.02 14.00 DIVERS .....................$ 73.44 14.00 MILLWRIGHT AND MACHINE ERECTORS ...................$ 41.86 13.66 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING ....... $ 40.61 13.66 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee n C 11 l u Ellensburg Everett Port Angeles ' Centralia Mount Vernon Sunnyside Chelan Pt. Townsend ---------------------------------------------------------------- CARP0770-006 06/01/2015 Rates Fringes CARPENTER WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES BRIDGE CARPENTERS .......... $ 40.36 13.66 CARPENTERS ON CREOSOTE MATERIAL ...................$ 40.46 13.66 CARPENTERS .................$ 40.36 13.66 DIVERS TENDER ..............$ 44.67 13.66 DIVERS .....................$ 93.56 13.66 MILLWRIGHT AND MACHINE ERECTORS ...................$ 41.86 13.66 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING ....... $ 40.61 13.66 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the Zone Pay: ' 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free ' 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ---------------------------------------------------------------- CARP0770-006 06/01/2015 Rates Fringes CARPENTER WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES BRIDGE CARPENTERS .......... $ 40.36 13.66 CARPENTERS ON CREOSOTE MATERIAL ...................$ 40.46 13.66 CARPENTERS .................$ 40.36 13.66 DIVERS TENDER ..............$ 44.67 13.66 DIVERS .....................$ 93.56 13.66 MILLWRIGHT AND MACHINE ERECTORS ...................$ 41.86 13.66 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING ....... $ 40.61 13.66 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ---------------------------------------------------------------- ELEC0046-001 02/01/2016 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER ....................$ 46.87 30+15.96 ELECTRICIAN ......................$ 45.77 3%+17.91 ---------------------------------------------------------------- * ELEC0048-003 01/01/2016 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER ....................$ 44.22 21.50 ELECTRICIAN ......................$ 40.20 21.11 HOURLY ZONE PAY: Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1: 31-50 miles $1.50/hour Zone 2: 51-70 miles $3.50/hour ' Rates Fringes CABLE SPLICER.. ................$ 40.74 18.65 ELECTRICIAN ......................$ 38.80 18.59 ------------------------------------------------------- ELEC0191-003 06/01/2014 ' ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER ....................$ 44.23 17.73 ELECTRICIAN ......................$ 40.21 17.73 ---------------------------------------------------------------- ' ELECO191-004 06/01/2014 17 Ll Zone 3: 11-90 miles $5.50/hour Zone 4: Beyond 90 miles $9.00/hour *These are not miles driven. Zones are based on Delorrne ' Street Atlas USA 2006 plus. ---------------------------------------------------------------- ELEC0048-029 01/01/2016 ' COWLITZ AND WAHKIAKUM COUNTY ' Rates Fringes CABLE SPLICER ....................$ 44.22 21.50 ELECTRICIAN ......................$ 40.20 21.11 -------------------------------------------------------- ELEC0073-001 07/01/2015 ' ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, COUNTIES STEVENS, WHITMAN ' Rates Fringes CABLE SPLICER ....................$ 34.10 16.68 ' ELECTRICIAN..... .................$31 00------------16 - ELECO076-002 09/01/2014 68 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON ' COUNTIES ' Rates Fringes CABLE SPLICER ....................$ 37.94 23.36 t ELECTRICIAN ......................$ 34.4923_36 ------------ ELECO112-005 06/01/2015 - ' ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES ' Rates Fringes CABLE SPLICER.. ................$ 40.74 18.65 ELECTRICIAN ......................$ 38.80 18.59 ------------------------------------------------------- ELEC0191-003 06/01/2014 ' ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER ....................$ 44.23 17.73 ELECTRICIAN ......................$ 40.21 17.73 ---------------------------------------------------------------- ' ELECO191-004 06/01/2014 17 Ll CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER ....................$ 40.82 17.63 ELECTRICIAN ......................$ 37.11 17.63 ---------------------------------------------------------------- ENGI0302-003 06/01/2014 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS SHOWN BELOW) Zone 1 (0-25 radius miles): Rates Power equipment operators: Group 1A ...................$ 38.39 Group 1AA..................$ 38.96 Group 1AAA.................$ 39.52 Group 1 .....................$ 37.84 Group 2 .....................$ 37.35 Group 3 .....................$ 36.93 Group 4 .....................$ 34.57 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 Fringes 17.39 17.39 17.39 17.39 17.39 17.39 17.39 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 7 1 F 1 1 J 1 7 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders -overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off-road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine -shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps -concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrpers-concrete and carry -all; Service engineer -equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator Category B Projects: 95% of the basic hourly reate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: t 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million 1 excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit - Base wage rate plus $ .25 per hour. H-3 Class "B" Suit - Base wage rate plus $ .50 per hour. H-4 Class "A" Suit - Base wage rate plus $ .75 per hour. Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 1 1 E 1 L 1 L L 7 L ' yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- ' Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); ' Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill ' operator; Loaders -overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside ' operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off-road equipment -under 45 yards; Subgrade ' trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine -shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer ' GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or ' crane mount; Dozers -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; ' Loader -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps -concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrpers-concrete and carry -all; Service ' engineer -equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under ' GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with ' attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; ' Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator ' CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACH GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED ' RATES MAY BE PAID ON THE FOLLOWING: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 ' million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving including, but utilities excluded. 3. Marine projects (docks, wharfs, ect.) less than $150,000. L HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designed hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing. H-2 Class "C" Suit - Base wage rate plus $.25 per hour. H-3 Class "B" Suit - Base wage rate plus $.50 per hour. H-4 Class "A" Suit - Base wage rate plus $.75 per hour. --------------------------------------------------------------- ENGI0370-002 06/01/2015 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1 .....................$ 26.16 13.55 GROUP 2 .....................$ 26.48 13.55 GROUP 3 .....................$ 27.09 13.55 GROUP 4 .....................$ 27.25 13.55 GROUP 5 .....................$ 27.41 13.55 GROUP 6 .....................$ 27.69 13.55 GROUP 7 .....................$ 27.96 13.55 GROUP 8 .....................$ 29.06 13.55 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Fireman & Heater Tender; Hydro -seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler -Driver (CLD required) & Cable Tender, Mucking Machine GROUP 2: A -frame Truck (single drum); Assistant Refrigeration u 1 0 7 0 r C G r Plant (under 1000 ton); Assistant Plant Operator, Fireman ' or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or ' electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); ' Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable -concrete); Pavement Breaker, Hydra -Hammer & similar; Power Broom; ' Railroad Ballast Regulation Operator (self-propelled); Railroad Power Tamper Operator (self-propelled); Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy ' (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator ' GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with ' power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or ' similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green ' & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or ' Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer/Tractor (up to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; I Turnhead Operator u GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front-end, under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R/T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re -screening); Vacuum Drill (reverse circulation drill under 8 inch bit) GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments); Cable Controller (dispatcher); Compactor (self-propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber -tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (REcycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over); Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ENGI0612-012 06/01/2014 LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line 1 LJ 1 J 7 11 0 0 1 extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles): Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) _ $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP lAA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom ' GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft ' of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment ' 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator ' on rubber tired earth moving equipment; Rollagon; Scrapers - self -propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type ' GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom ' attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1A ...................$ 38.39 17.40 GROUP 1AA..................$ 38.96 17.40 GROUP 1AAA.................$ 39.52 17.40 GROUP 1 .....................$ 37.84 17.40 GROUP 2 .....................$ 37.35 17.40 GROUP 3 .....................$ 36.93 17.40 GROUP 4 .....................$ 34.57 17.40 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) _ $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP lAA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom ' GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft ' of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment ' 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator ' on rubber tired earth moving equipment; Rollagon; Scrapers - self -propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type ' GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom ' attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto -mill, roto - grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump -Concrete; Roller, plant mix or multi-lfit materials; Saws -concrete; Scrapers, concrete and carry all; Service engineers -equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger -mechanical; Power plant; Pumps -water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not u 7 n 1 C r n outfitted with protective clothing, Class "D" Suit - Base wage rate plus $ .50 per hour. H-2 Class "C" Suit - Base wage rate plus $1.00 per hour. H-3 Class "B" Suit - Base wage rate plus $1.50 per hour. H-4 Class "A" Suit - Base wage rate plus $2.00 per hour. ---------------------------------------------------------------- ENGI0701-002 01/01/2015 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates POWER EQUIPMENT OPERATOR GROUP 1 .....................$ 39.47 GROUP 1A ....................$ 41.44 GROUP 1B ....................$ 43.42 GROUP 2 .....................$ 37.58 GROUP 3 .....................$ 36.44 GROUP 4 .....................$ 35.36 GROUP 5 .....................$ 34.13 GROUP 6 .....................$ 30.94 Zone Differential (add to Zone 1 rates): Zone 2 - $3.00 Zone 3 - $6.00 Fringes 14.10 14.10 14.10 14.10 14.10 14.10 14.10 14.10 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: ' All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of ' Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, ' Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. ' All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. 1 All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS Group 1 Concrete Batch Plan and or Wet mix three (3) units or more; Crane, Floating one hundred and fifty (150) ton but less than two hundred and fifty (250) ton; Crane, two hundred (200) ton through two hundred ninety nine (299) ton with two hundred foot (200') boom or less (including jib, inserts and/or attachments); Crane, ninety (90) ton through one hundred ninety nine (199) ton with over two hundred (200') boom Including jib, inserts and/or attachments); Crane, Tower Crane with one hundred seventy five foot (1751) tower or less and with less than two hundred foot (200') jib; Crane, Whirley ninety (90) ton and over; Helicopter when used in erecting work Group lA Crane, floating two hundred fifty (250) ton and over; Crane, two hundred (200) ton through two hundred ninety nine (299) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Crane, three hundred (300) ton through three hundred ninety nine (399) ton; Crane, Tower Crane with over one hundred seventy five foot (175') tower or over two hundred foot (200') jib; Crane, tower Crane on rail system or 2nd tower or more in work radius Group 1B Crane, three hundred (300) ton through three hundred ninety nine (399) ton, with over two hundred foot (200') boom (including jib, inserts and/or attachments); Floating crane, three hundred fifty (350) ton and over; Crane, four hundred (400) ton and over Group 2 Asphalt Plant (any type); Asphalt Roto -Mill, pavement profiler eight foot (81) lateral cut and over; Auto Grader or "Trimmer"; Blade, Robotic; Bulldozer, Robotic Equipment (any type); Bulldozer, over one hundred twenty thousand (120,000) lbs. and above; Concrete Batch Plant and/or Wet Mix one (1) and two (2) drum; Concrete Diamond Head Profiler; Canal Trimmer; Concrete, Automatic Slip Form Paver (Assistant to the Operator required); Crane, Boom Truck fifty (50) ton and with over one hundred fifty foot (150') boom and over; Crane, Floating (derrick barge) thirty (30) ton but less than one hundred fifty (150) ton; Crane, Cableway twenty-five (25) ton and over; Crane, J 1 J 1 1 Floating Clamshell three (3) cu. Yds. And over; Crane, ninety (90) ton through one hundred ninety nine (199) ton up to and including two hundred foot (200') of boom (including jib inserts and/or attachments); Crane, fifty (50) ton through eighty nine (89) ton with over one hundred fifty foot (150') boom (including jib inserts and/or attachments); Crane, Whirley under ninety (90) ton; Crusher Plant; Excavator over one hundred thirty thousand (130,000) lbs.; Loader one hundred twenty thousand (120,000) lbs. and above; Remote Controlled Earth Moving Equipment; Shovel, Dragline, Clamshell, five (5) cu. Yds. And over; Underwater Equipment remote or otherwise, when used in construction work; Wheel Excavator any size Group 3 Bulldozer, over seventy thousand (70,000) lbs. up to and including one hundred twenty thousand (120,000) lbs.; Crane, Boom Truck fifty (50) ton and over with less than one hundred fifty foot (150') boom; Crane, fifty (50) ton through eighty nine (89) ton with one hundred fifty foot (150') boom or less (including jib inserts and/or attachments); Crane, Shovel, Dragline or Clamshell three (3) cu. yds. but less than five (5) cu. Yds.; Excavator over eighty thousand (80,000) lbs. through one hundred thirty thousand (130,000) lbs.; Loader sixty thousand (60,000) lbs. and less than one hundred twenty thousand (120,000) lbs. Group 4 Asphalt, Screed; Asphalt Paver; Asphalt Roto -Mill, pavement profiler, under eight foot (81) lateral cut; Asphalt, Material Transfer Vehicle Operator; Back Filling Machine; Backhoe, Robotic, track and wheel type up to and including twenty thousand (20,000) lbs. with any attachments; Blade (any type); Boatman; Boring Machine; Bulldozer over twenty thousand (20,000) lbs. and more than one hundred (100) horse up to seventy thousand (70,000) lbs.; Cable -Plow (any type); Cableway up to twenty five (25) ton; Cat Drill (John Henry); Chippers; Compactor, multi -engine; Compactor, Robotic; Compactor with blade self-propelled; Concrete, Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile; Concrete, Paving Road Mixer; Concrete, Reinforced Tank Banding Machine; Crane, Boom Truck twenty (20) ton and under fifty (50) ton; Crane, Bridge Locomotive, Gantry and Overhead; Crane, Carry Deck; Crane, Chicago Boom and similar types; Crane, Derrick Operator, under one hundred (100) ton; Crane, Floating Clamshell, Dragline, etc. Operator, under three (3) cu. yds. Or less than thirty (30) ton; Crane, under fifty (50) ton; Crane, Quick Tower under one hundred foot (100') in height and less than one hundred fifty foot (150') jib (on rail included); Diesel -Electric Engineer (Plant or Floating); Directional Drill over twenty thousand (20,000) lbs. pullback; Drill Cat Operator; Drill Doctor and/or Bit Grinder; Driller, Percussion, Diamond, Core, Cable, Rotary and similar type; Excavator Operator over twenty thousand (20,000) lbs. through eighty thousand (80,000) lbs.; Generator Operator; Grade -all; Guardrail Machines, i.e. punch, auger, etc.; Hammer Operator (Piledriver); Hoist, stiff leg, guy derrick or similar type, fifty (50) ton and over; Hoist, two (2) drums or more; Hydro Axe (loader mounted or similar type); Jack Operator, Elevating Barges, Barge Operator, self -unloading; Loader Operator, front end and overhead, twenty five thousand (25,000) lbs. and less than sixty thousand (60,000) lbs.; Log Skidders; Piledriver Operator (not crane type); Pipe, Bending, Cleaning, Doping and Wrapping Machines; Rail, Ballast Tamper Multi -Purpose; Rubber -tired Dozers and Pushers; Scraper, all types; Side -Boom; Skip Loader, Drag Box; Strump Grinder (loader mounted or similar type); Surface Heater and Planer; Tractor, rubber -tired, over fifty (50) HP Flywheel; Trenching Machine three foot (3') depth and deeper; Tub Grinder (used for wood debris); Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine; Ultra High Pressure Water Jet Cutting Tool System Operator; Vacuum Blasting Machine Operator; Water pulls, Water wagons Group 5 Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt mix); Asphalt, Roto -Mill pavement profiler ground man; Bulldozer, twenty thousand (20,000) lbs. or less, or one hundred (100) horse or less; Cement Pump; Chip Spreading Machine; Churn Drill and Earth Boring Machine; Compactor, self-propelled without blade; Compressor, (any power) one thousand two hundred fifty (1,250) cu. ft. and over, total capacity; Concrete, Batch Plant Quality control; Concrete, Combination Mixer and compressor operator, gunite work; Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb and Gutter; Concrete, Finishing Machine; Concrete, Grouting Machine; Concrete, Internal Full Slab Vibrator Operator; Concrete, Joint Machine; Concrete, Mixer single drum, any capacity; Concrete, Paving Machine eight foot (81) or less; Concrete, Planer; Concrete, Pump; Concrete, Pump Truck; Concrete, Pumperete Operator (any type); Concrete, Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Conveyored Material Hauler; Crane, Boom Truck under twenty (20) tons; Crane, Boom Type lifting device, five (5) ton capacity or less; Drill, Directional type less than twenty thousand (20,000) lbs. pullback; Fork Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist Operator, single drum; Hydraulic Backhoe track type up to and including twenty thousand (20,000) lbs.; Hydraulic Backhoe wheel type (any make); Laser Screed; Loaders, rubber -tired type, less than twenty five thousand (25,000) lbs.; Pavement Grinder and/or Grooving Machine (riding type); Pipe, cast in place Pipe Laying Machine; Pulva-Mixer or similar types; Pump Operator, more than five (5) pumps (any size); Rail, Ballast Compactor, Regulator, or Tamper machines; Service Oiler (Greaser); Sweeper Self -Propelled; Tractor, Rubber -Tired, fifty (50) HP flywheel and under; Trenching Machine Operator, maximum digging capacity three foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power Jumbo setting slip forms, etc. Group 6 Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck Mounted Asphalt Spreader, with Screed; Auger Oiler; Boatman; Bobcat, skid steed (less than one (1) yard); 1 1 1 1 Broom, self-propelled; Compressor Operator (any power) ' under 1,250 cu. ft. total capacity; Concrete Curing Machine (riding type); Concrete Saw; Conveyor Operator or Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler; ' Deckhand; Drill, Directional Locator; Fork Lift; Grade Checker; Guardrail Punch Oiler; Hydrographic Seeder Machine, straw, pulp or seed; Hydrostatic Pump Operator; Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump ' (any power); Rail, Brakeman, Switchman, Motorman; Rail, Tamping Machine, mechanical, self-propelled; Rigger; Roller grading (not asphalt); Truck, Crane Oiler -Driver l L ---------------------------------------------------------------- IRON0014-005 07/01/2015 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER .......................$ 32.76 23.19 ---------------------------------------------------------------- IRON0029-002 07/01/2015 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER .......................$ 34.12 23.04 IRON0086-002 07/01/2015 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes IRONWORKER .......................$ 32.76 23.19 ---------------------------------------------------------------- IRON0086-004 07/01/2015 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER .......................$ 40.04 23.19 ---------------------------------------------------------------- LABO0001-002 06/01/2014 ZONE 1: Rates Fringes I Laborers: CALLAM, GRAYS HARBOR, 11 ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES GROUP 1 ....................$ 22.49 10.30 GROUP 2 ....................$ 25.79 10.30 GROUP 3 ....................$ 32.29 10.30 GROUP 4 ....................$ 33.08 10.30 GROUP 5 ....................$ 33.62 10.30 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES GROUP 1 ....................$ 18.95 10.30 GROUP 2 ....................$ 21.76 10.30 GROUP 3 ....................$ 23.85 10.30 GROUP 4 ....................$ 24.43 10.30 GROUP 5 ....................$ 24.85 10.30 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car r_ r_ 7 IL - 11 1 GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line). LABO0238-004 06/01/2014 PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES Rates Fringes LABORER (PASCO) GROUP 1 .....................$ 22.25 10.95 GROUP 2 .....................$ 24.35 10.95 GROUP 3 .....................$ 24.62 10.95 GROUP 4 .....................$ 24.89 10.95 GROUP 5 .....................$ 25.17 10.95 LABORER (SPOKANE) GROUP 1 .....................$ 21.95 10.95 GROUP 2 .....................$ 24.05 10.95 GROUP 3 .....................$ 24.32 10.95 GROUP 4 .....................$ 24.59 10.95 GROUP 5 .....................$ 24.87 10.95 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo-crete nozzle); Nozzleman, water, air or steam; Pavement 0 F C 1 Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a ' self-contained breathing apparatus or a supplied air line); Miner Class "D", (to include raise and shaft miner, laser beam operator on riases and shafts) L ---------------------------------------------------------------- LABO0238-006 06/01/2014 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier ......................$ 24.32 10.95 ---------------------------------------------------------------- LAB00335-001 06/01/2013 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes ILaborers: ZONE 1: GROUP 1 ....................$ 28.65 10.05 GROUP 2 ....................$ 29.25 10.05 GROUP 3 ....................$ 29.69 10.05 GROUP 4 ....................$ 30.07 10.05 GROUP 5 ....................$ 26.15 10.05 GROUP 6 ....................$ 23.73 10.05 GROUP 7 ....................$ 20.53 10.05 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles ZONE 2: More than 30 miles but respective city hall. ZONE 3: More than 40 miles but respective city hall. ZONE 4: More than 50 miles but respective city hall. of the respective city all. less than 40 miles from the less than 50 miles from the less than 80 miles from the ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; 1 1 1 11 r Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake -Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber -mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying) -applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers ---------------------------------------------------------------- LAB00335-019 09/01/2013 Rates Fringes Hod -Carrier �����������____�____�_$ 30.47------------10_05 PAIN0005-002 06/01/2016 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS ....................$ 29.25 14.98 ---------------------------------------------------------------- PAIN0005-004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER ..........................$ 20.82 7.44 ------------------------- * PAIN0005-006 07/01/2015 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes PAINTER Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting ............ $ 28.15 10.85 Over 30'/Swing Stage Work..$ 22.20 7.98 Brush, Roller, Striping, Steam -cleaning and Spray .... $ 23.05 10.85 Lead Abatement, Asbestos Abatement ...................$ 21.50 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. ---------------------------------------------------------------- PAIN0055-003 10/01/2015 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes PAINTER Brush & Roller ..............$ 22.97 9.85 High work - All work 60 ft. or higher ...............$ 23.72 9.85 Spray and Sandblasting ...... $ 23.57 9.85 ---------------------------------------------------------------- PAIN0055-006 11/01/2014 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER .....................$ 33.43 11.08 ---------------------------------------------------------------- PLAS0072-004 06/01/2015 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES * PLAS0528-001 06/01/2016 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, ' KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes CEMENT MASON CEMENT MASON ................$ 39.52 16.04 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE ....... $ 40.02 16.04 TROWLING MACHINE OPERATOR ON COMPOSITION ..............$ 40.02 16.04 ---------------------------------------------------------------- PLAS0555-002 06/01/2015 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes CEMENT MASON CEMENT MASONS DOING BOTH CEMENT MASON/CONCRETE FINISHER Rates Fringes MACHINERY AND ZONE 1 ......................$ 27.01 12.59 1 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 SUSPENDED, SWINGING AND/OR BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee $ 30.58 ' Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office * PLAS0528-001 06/01/2016 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, ' KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes CEMENT MASON CEMENT MASON ................$ 39.52 16.04 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE ....... $ 40.02 16.04 TROWLING MACHINE OPERATOR ON COMPOSITION ..............$ 40.02 16.04 ---------------------------------------------------------------- PLAS0555-002 06/01/2015 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes CEMENT MASON CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD..$ 30.58 18.18 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD ............ $ 30.58 18.18 CEMENT MASONS ...............$ 29.98 18.18 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS ... $ 31.18 18.18 Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall ---------------------------------------------------------------- TEAM0037-002 06/01/2014 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Truck drivers: ZONE 1 GROUP 1 ....................$ 26.90 GROUP 2 ....................$ 27.02 GROUP 3 ....................$ 27.15 GROUP 4 ....................$ 27.41 GROUP 5 ....................$ 27.63 GROUP 6 ....................$ 27.79 GROUP 7 ....................$ 27.99 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 Fringes 14.37 14.37 14.37 14.37 14.37 14.37 14.37 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w/load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and/or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo ri r ' Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, ' Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman ' GROUP 2: Boom Truck/Hydra-lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi -trailer ' or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver -Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry t mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck/Wagons (rated capacity) over 3,000 to 5,000 gallons ' GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and ' including 30 cu. yds. includes Articulated Dump Trucks; Self -Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck ' Mechanic -Welder -Body Repairman; Utility and Clean-up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom ' cumps, including Semi -Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix ' and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons ' GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks ' GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch concrete Mix Trucks; Dump trucks, side, end and bottom ' dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck ' GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump ' Trucks; Industrial Lift Truck (mechanical tailgate) ---------------------------------------------------------------- * TEAM0174-001 06/01/2015 ' CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the ' north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES ZONE B (25-45 miles from center of listed cities*): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*): Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA Rates Fringes Truck drivers: SHELTON ANACORTES BELLEVUE ZONE A: PORT ANGELES MT. VERNON KENT GROUP 1: ................... $ 32.18 17.27 GROUP 2: ................... $ 31.34 17.27 GROUP 3: ................... $ 28.53 17.27 GROUP 4 :...................$ 23.56 17.27 GROUP 5: ................... $ 31.73 17.27 ZONE B (25-45 miles from center of listed cities*): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*): Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four -Wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four -wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, L r i C r ' rubber-tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment ' GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) tGROUP 4 - Escort or Pilot Car ' GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is ' required, shall be compensated as a premium, in addition to the classification working in as follows: ' LEVEL C: +$.25 per hour - This respirator or additional protective level uses an air purifying clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." ' LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self-contained breathing apparatus a supplied air line. ' --or ------------------------------------------------------------ TEAM0690-004 01/01/2016 ' ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA ' COUNTIES ' Rates Fringes Truck drivers: (AREA 1: SPOKANE ZONE CENTER: Adams, Chelan, Douglas, Ferry, ' Grant, Kittitas, Lincoln, Okanogan, Pen Oreille, ' Spokane, Stevens, and Whitman Counties AREA 1: LEWISTON ZONE CENTER: Asotin, Columbia, and ' Garfield Counties AREA 2: PASCO ZONE CENTER: ' Benton, Franklin, Walla Walla and Yakima Counties) AREA 1: ' GROUP 1 ....................$ GROUP 2. .$ 20.17 16.69 22.44 16.69 GROUP 3 ....................$ 22.94 16.69 GROUP 4 ....................$ 23.27 16.69 GROUP 5 ....................$ 23.38 16.69 ' GROUP 6. .$ 23.55 16.69 GROUP 7 ....................$ 24.08 16.69 GROUP 8 ....................$ 24.44 16.69 AREA 2: GROUP 1 ....................$ 22.17 16.69 GROUP 2 ....................$ 24.44 16.69 GROUP 3 ....................$ 24.94 16.69 GROUP 4 ....................$ 25.27 16.69 GROUP 5 ....................$ 25.38 16.69 GROUP 6 ....................$ 25.55 16.69 GROUP 7 ....................$ 26.08 16.69 GROUP 8 ....................$ 26.44 16.69 Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00) BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber -tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A -Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi -Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck -Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 r 1 C C �I L �I 1 J ' yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever ' is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) ' GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with ' load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials ' Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C -D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator ' or additional protective clothing. LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with 1 a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) ' and eight(8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15/hour ' over applicable truck rate I WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. 7 Unlisted classifications needed for work not included within ' the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- ' The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the ' cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. 1� 11 rJ ---------------------------------------------------------------- ' WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can ' be: * an existing published wage determination ' * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling ' On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour ' Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal ' process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 ' 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request ' review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator ' U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, ' etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION PJ 11 11 1 C 1 t n 1 J 1 1 1 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 6/30/2016 'Count Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $43.95 5D 1 H King Boilermakers Journey Level $64.29 5N 1C jKing Brick Mason Journey Level $52.82 5A 1M King Brick Mason Pointer -Caulker -Cleaner $52.82 5A 1M King Building Service Employees Janitor $22.09 5S 2F King Building Service Employees Traveling Waxer/Shampooer $22.54 5S 2F King { Building Service Employees Window Cleaner (Non- Scaffold) $23.99 5S 2F '-King Building Service Employees Window Cleaner (Scaffold) $26.78 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $54.02 5D 4C King I Carpenters Bridge, Dock And Wharf Carpenters $54.02 5D 4C ;King Carpenters Carpenter $54.02 5D 4C King Carpenters Carpenters on Stationary Tools $54.15 5D 4C King Carpenters Creosoted Material $54.12 5D 4C King Carpenters Floor Finisher $54.02 5D 4C King Carpenters Floor Layer $54.02 5D 4C ;King Carpenters Scaffold Erector $54.02 5D 4C King Cement Masons Journey Level $53.95 7A 1M King Divers Et Tenders Diver $107.22 5D 4C 8A � King Divers $ Tenders Diver On Standby $64.42 5D 4C King Divers Et Tenders Diver Tender $58.33 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator $58.33 5D 4C S King Divers Et Tenders Surface Rcv Et Rov Operator Tender $54.27 5A 4C King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F l King Dredge Workers Boatmen $56.44 5D 3F IKing Dredge Workers Engineer Welder $57.51 5D 3F 'King Dredge Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $54.02 5D 1 H King Drywall Tapers Journey Level $54.07 5P 1E King Electrical Fixture Maintenance Workers Journey Level $27.24 5L 1E King Electricians - Inside Cable Splicer $69.77 7C 4E King Electricians - Inside Cable Splicer (tunnel) $74.95 7C 4E King Electricians - Inside Certified Welder $67.41 7C 4E King Electricians - Inside Certified Welder (tunnel) $72.37 7C 4E King Electricians - Inside Construction Stock Person $37.94 7C 4E King Electricians - Inside Journey Level $65.05 7C 4E King Electricians - Inside Journey Level (tunnel) $69.77 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Construction Cable Splicer $74.92 5A 4D King Electricians - Powerline Construction Certified Line Welder $65.71 5A 4D King Electricians - Powerline Construction Groundperson $44.12 5A 4D King Electricians - Powerline Construction Heavy Line Equipment Operator $65.71 5A 4D King Electricians - Powerline Construction Journey Level Lineperson $65.71 5A 4D King Electricians - Powerline Construction Line Equipment Operator $55.34 5A 4D King Electricians - Powerline Construction Pole Sprayer $65.71 5A 4D King Electricians - Powerline Construction Powderperson $49.16 5A 4D King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $85.45 7D 4A King Elevator Constructors Mechanic In Charge $92.35 7D 4A King Fabricated Precast Concrete All Classifications - In -Factory Work Only $16.55 5B 1R Products !King Fence Erectors Fence Erector $15.18 1 King Foggers Journey Level $37.26 7A 31 ;King Glaziers Journey Level $56.16 7L 1y King Heat Et Frost Insulators And Journeyman $63.18 5J is Asbestos Workers ;King Heating Equipment Mechanics Journey Level $72.83 7F 1E King Hod Carriers Et Mason Tenders Journey Level $45.32 7A 31 King Industrial Power Vacuum Journey Level $9.47 1 Cleaner King Inland Boatmen Boat Operator $56.78 5B 1K l King Inland Boatmen Cook $53.30 5B 1K `King Inland Boatmen Deckhand $53.30 5B 1K 11 u F1 1 CJ r, LI 7 L LI U �J King Inland Boatmen Deckhand Engineer $54.321 5B I IK King Inland Boatmen Launch Operator $55.57 5B 1 K King Inland Boatmen Mate $55.57 5B 1 K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer Operator $31.49 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer Ft Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer & Water Systems By Remote Control King a Inspection /Cleaning Technician $19.33 1 Of Sewer 8 Water Systems By Remote Control IKing Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer & Water Systems By Remote Control King Insulation Applicators Journey Level $54.02 5D 4C '. King Ironworkers Journeyman $63.53 7N 10 King Laborers Air, Gas Or Electric Vibrating Screed $43.95 7A 31 King Laborers Airtrac Drill Operator $45.32 7A 31 King Laborers Ballast Regular Machine $43.95 7A 31 King Laborers Batch Weighman $37.26 7A 31 ;King Laborers Brick Pavers $43.95 7A 31 King Laborers Brush Cutter $43.95 7A 31 King Laborers Brush Hog Feeder $43.95 7A 31 King Laborers Burner $43.95 7A 31 King Laborers Caisson Worker $45.32 7A 31 King Laborers Carpenter Tender $43.95 7A 31 King Laborers Caulker $43.95 7A 31 King Laborers Cement Dumper -paving $44.76 7A 31 King Laborers Cement Finisher Tender $43.95 7A 31 t King Laborers Change House Or Dry Shack $43.95 7A 31 'King Laborers Chipping Gun (under 30 Lbs.) $43.95 7A 31 King Laborers Chipping Gun(30 Lbs. And Over) $44.76 7A 31 King Laborers Choker Setter $43.95 7A 31 :'King Laborers Chuck Tender $43.95 7A 31 `King Laborers Clary Power Spreader $44.76 7A 31 King Laborers Clean-up Laborer $43.95 7A 31 King Laborers Concrete Dumper/chute Operator $44.76 7A 31 ,King Laborers Concrete Form Stripper $43.95 7A 31 :King Laborers Concrete Placement Crew $44.76 7A 31 King Laborers Concrete Saw Operator/core Driller $44.76 7A 31 King Laborers Crusher Feeder $37.26 7A 31 King Laborers Curing Laborer $43.95 7A 31 King Laborers Demolition: Wrecking Et Moving (incl. Charred Material) $43.95 7A 31 King Laborers Ditch Digger $43.95 7A 31 King Laborers Diver $45.32 7A 31 King Laborers Drill Operator (hydraulic, diamond) $44.76 7A 31 King Laborers Dry Stack Walls $43.95 7A 31 King Laborers Dump Person $43.95 7A 31 I King Laborers Epoxy Technician $43.95 7A 31 King Laborers Erosion Control Worker $43.95 7A 31 King Laborers Faller Et Bucker Chain Saw $44.76 7A 31 King Laborers Fine Graders $43.95 7A 31 King Laborers Firewatch $37.26 7A 31 King Laborers Form Setter $43.95 7A 31 King Laborers Gabian Basket Builders $43.95 7A 31 King Laborers General Laborer $43.95 7A 31 King Laborers Grade Checker Et Transit Person $45.32 7A 31 ;King Laborers Grinders $43.95 7A 31 King Laborers Grout Machine Tender $43.95 7A 31 !King Laborers Groutmen (pressure)including Post Tension Beams $44.76 7A 31 {King Laborers Guardrail Erector $43.95 7A 31 'King Laborers Hazardous Waste Worker (level A) $45.32 7A 31 ;King f Laborers Hazardous Waste Worker (level B) $44.76 7A 31 iKing Laborers Hazardous Waste Worker (level C) $43.95 7A 31 p King Laborers High Scaler $45.32 7A 31 King Laborers Jackhammer $44.76 7A 31 King Laborers Laserbeam Operator $44.76 7A 31 !King Laborers Maintenance Person $43.95 7A 31 King Laborers Manhole Builder-mudman $44.76 7A 31 King Laborers Material Yard Person $43.95 7A 31 King Laborers Motorman-dinky Locomotive $44.76 7A 31 King I Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla $44.76 7A 31 King Laborers Pavement Breaker $44.76 7A 31 King Laborers Pilot Car $37.26 7A 31 King Laborers Pipe Layer Lead $45.32 7A 31 fl 1 C InI lj r� i King Laborers Pipe Layer/tailor $44.76 7A 31 King Laborers Pipe Pot Tender $44.76 7A 31 King Laborers Pipe Reliner $44.76 7A 31 King Laborers Pipe Wrapper $44.76 7A 31 King Laborers Pot Tender $43.95 7A 31 King Laborers Powderman $45.32 7A 31 King Laborers Powderman's Helper $43.95 7A 31 King Laborers Power Jacks $44.76 7A 31 King Laborers Railroad Spike Puller - Power $44.76 7A 31 King Laborers Raker- Asphalt $45.32 7A 31 King Laborers Re-timberman $45.32 7A 31 King Laborers Remote Equipment Operator $44.76 7A 31 King Laborers Rigger/signal Person $44.76 7A 31 King Laborers Rip Rap Person $43.95 7A 31 King Laborers Rivet Buster $44.76 7A 31 King Laborers Rodder $44.76 7A 31 King Laborers Scaffold Erector $43.95 7A 31 King Laborers Scale Person $43.95 7A 31 King Laborers Sloper (over 20") $44.76 7A 31 4King Laborers Sloper Sprayer $43.95 7A 31 King Laborers Spreader (concrete) $44.76 7A 31 King Laborers Stake Hopper $43.95 7A 31 King Laborers Stock Piler $43.95 7A 31 King Laborers Tamper Et Similar Electric, Air Et Gas Operated Tools $44.76 7A 31 King Laborers Tamper (multiple 1* Self- propelled) $44.76 7A 31 King Laborers Timber Person - Sewer (tagger, Shorer Et Cribber) $44.76 7A 31 ,King Laborers Tootroom Person (at Jobsite) $43.95 7A 31 King Laborers Topper $43.95 7A 31 tKing Laborers Track Laborer $43.95 7A 31 King Laborers Track Liner (power) $44.76 7A 31 I King Laborers Traffic Control Laborer $39.84 7A 31 8R a King Laborers Traffic Control Supervisor $39.84 7A 31 8R King Laborers Truck Spotter $43.95 7A 31 King Laborers Tugger Operator $44.76 7A 31 xKing Laborers Tunnel Work -Compressed Air Worker 0-30 psi $74.29 7A 31 King Laborers Tunnel Work -Compressed Air Worker 30.01-44.00 psi $79.32 7A 31 88 King Laborers Tunnel Work -Compressed Air Worker 44.01-54.00 psi $83.00 7A 31 8� King Laborers Tunnel Work -Compressed Air Worker 54.01-60.00 psi $88.70 7A 31 King Laborers Tunnel Work -Compressed Air Worker 60.01-64.00 psi $90.82 7A 31 King Laborers Tunnel Work -Compressed Air Worker 64.01-68.00 psi $95.92 7A 31 8� King Laborers Tunnel Work -Compressed Air Worker 68.01-70.00 psi $97.82 7A 31 8� King Laborers Tunnel Work -Compressed Air Worker 70.01-72.00 psi $99.82 7A 31 8� King Laborers Tunnel Work -Compressed Air Worker 72.01-74.00 psi $101.82 7A 31 88 King Laborers Tunnel Work-Guage and Lock Tender $45.42 7A 31 88 ' King Laborers Tunnel Work-Miner $45.421 7A 31 8� King Laborers Vibrator $44.76 7A 31 King Laborers Vinyl Seamer $43.95 7A 31 King Laborers Watchman $33.86 7A 31 King Laborers Welder $44.76 7A 31 King Laborers Well Point Laborer $44.76 7A 31 King Laborers Window Washer/cleaner $33.86 7A 31 King Laborers - Underground Sewer General Laborer Et Topman $43.95 7A 31 Et Water King Laborers - Underground Sewer Pipe Layer $44.76 7A 31 Et Water King Landscape Construction Irrigation Or Lawn Sprinkler Installers $13.56 1 IKing Landscape Construction Landscape Equipment Operators Or Truck Drivers $28.17 1 IKing Landscape Construction Landscaping or Planting Laborers $17.87 1 ;King Lathers Journey Level $54.02 5D 1H `King Marble Setters Journey Level $52.82 5A 1M ;King Metal Fabrication (In Shop) Fitter $15.86 1 ;King Metal Fabrication (In Shop) Laborer $9.78 1 :King Metal Fabrication In Shop) Machine Operator $13.04 1 iKing Metal Fabrication (In Shop) Painter $11.10 1 `King Metal Fabrication (In Shop) Welder $15.48 1 `King Millwright Journey Level $55.52 5D 4C ?King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 -King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.47 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $39.35 6Z 2B King Pile Driver Journey Level $54.27 5D 4C King Plasterers Journey Level $51.68 1R King Playground Et Park Equipment Journey Level $9.47 1 Installers L u n �J i LJ �J r1 LJ r,. �J 1 �u n, n LJ �1 �J I U King Plumbers 8. Pipefitters Journey Level $75.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $56.94 7A 3C 8P King Power Equipment Operators Assistant Engineer $53.57 7A 3C 8P King Power Equipment Dperators Barrier Machine (zipper) $56.44 7A 3C 8P King 1 Power Equipment Operators Batch Plant Operator, Concrete $56.44 7A 3C 8P King Power Equipment Operators Bobcat $53.57 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition Equipment $53.57 7A 3C 8P King Power Equipment Operators Brooms $53.57 7A 3C 8P King Power Equipment Operators Bump Cutter $56.44 7A 3C 8P King Power Equipment Operators Cableways $56.94 7A 3C 8P King Power Equipment Operators Chipper $56.44 7A 3C 8P King Power Equipment Operators Compressor $53.57 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $56.94 7A 3C 8P King Power Equipment Operators Concrete Finish Machine -laser Screed $53.57 7A 3C 8P King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $56.00 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $56.44 7A 3C 8P 'King Power Equipment Operators Conveyors $56.00 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and over $58.67 7A 3C 8P h King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $56.44 7A 3C 8P rKing Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $57.51 7A 3C 8P King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $58.10 7A 3C 8P King Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $58.67 7A 3C 8P King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $56.94 7A 3C 8P ;King Power Equipment Operators Cranes: A -frame - 10 Tons And Under $53.57 7A 3C 8P 'King Power Equipment Operators Cranes: Friction cranes through 199 tons $58.10 7A 3C 8P :King 3 Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $56.00 7A 3C 8P ,King Power Equipment Operators Crusher $56.441 7A 3C 8P King ' Power Equipment Operators Deck Engineer/deck Winches (power) $56.44 7A 3C 8P King Power Equipment Operators Derricks, On Building Work $56.94 7A 3C 8P King Power Equipment Operators Dozers D-9 Et Under $56.00 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $56.00 7A 3C 8P King Power Equipment Operators Drilling Machine $57.51 7A 3C 8P King Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $53.57 7A 3C 8P King Power Equipment Operators Finishing Machine, Bidwell And Gamaco Et Similar Equipment $56.44 7A 3C 8P King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $56.00 7A 3C 8P King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $53.57 7A 3C 8P King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $56.44 7A 3C 8P King Power Equipment Operators Gradechecker/stakeman $53.57 7A 3C 8P (King Power Equipment Operators Guardrail Punch $56.44 7A 3C 8P King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $56.94 7A 3C 8P King Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $56.44 7A 3C 8P King Power Equipment Operators Horizontal/directional Drill Locator $56.00 7A 3C 8P King Power Equipment Operators Horizontal/ directional Drill Operator $56.44 7A 3C 8P (King Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $56.00 7A 3C 8P King $ Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $53.57 7A 3C 8P King Power Equipment Operators Loader, Overhead 8 Yards. Et Over $57.51 7A 3C 8P King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $56.94 7A 3C 8P (King Power Equipment Operators Loaders, Overhead Under 6 Yards $56.44 7A 3C 8P King Power Equipment Operators Loaders, Plant Feed $56.441 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $56.00 7A 3C 8P King Power Equipment Operators Locomotives, All $56.44 7A 3C 8P King Power Equipment Operators Material Transfer Device $56.44 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $57.51 7A 3C 8P E lKing 1Power Equipment Operators Motor Patrol Graders $56.94 7A 3C 8P I King Power Equipment Operators $56.94 7A 3C 8P 1 0 1 LJ 7 i7 11 L 1 1 rl LJ J 1 '1 J 1 1 n �1 F L r - L__1' 7 L Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower Distribution Et Mulch Seeding Operator $53.57 7A 3C 8P King Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $56.00 7A 3C 8P King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $56.44 7A 3C 8P King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $57.51 7A 3C 8P ;King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $56.94 7A 3C 8P 'King Power Equipment Operators Pavement Breaker $53.57 7A 3C 8P I King Power Equipment Operators Pile Driver (other Than Crane Mount) $56.44 7A 3C 8P King Power Equipment Operators Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $53.57 7A 3C 8P King Power Equipment Operators Power Plant $53.57 7A 3C 8P King Power Equipment Operators Pumps - Water $53.57 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P x King Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $53.57 7A 3C 8P King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $56.94 7A 3C 8P ;King Power Equipment Operators Rigger And Bellman $53.57 7A 3C 8P `King L_ Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $56.00 7A 3C 8P j ;King Power Equipment Operators Rollagon $56.94 7A 3C 8P 'King Power Equipment Operators Roller, Other Than Plant Mix $53.57 7A 3C 8P ,`King Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $56.00 7A 3C 8P King Power Equipment Operators Roto mill, Roto grinder $56.44 7A 3C 8P =King Power Equipment Operators Saws - Concrete $56.00 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $56.44 7A 3C 8P King Power Equipment Operators Scrapers - Concrete Et Carry All $56.00 7A — 3C — 8P King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $56.94 7A 3C 8P King Power Equipment Operators Service Engineers - Equipment $56.00 7A 3C 8P s King Power Equipment Operators Shotcrete/gunite Equipment $53.57 7A 3C 8P ,King # Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $56.00 7A 3C 8P King Power Equipment Operators $56.94 7A 3C 8P 1 L L 1 1 C 1 Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $56.44 7A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $57.51 7A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $58.10 7A 3C 8P King Power Equipment Operators Slipform Pavers $56.94 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et Screedman $56.94 7A 3C 8P King Power Equipment Operators Subgrader Trimmer $56.441 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $56.00 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $57.51 7A 3C 8P King Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $58.10 7A 3C 8P King Power Equipment Operators Tower Cranes: over 250' in height from base to boom $58.67 7A 3C 8P King Power Equipment Operators Transporters, All Track Or Truck Type $56.94 7A 3C 8P King Power Equipment Operators Trenching Machines $56.00 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $56.44 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $56.00 7A 3C 8P King Power Equipment Operators Truck Mount Portable Conveyor $56.44 7A 3C 8P King Power Equipment Operators Welder $56.94 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $53.57 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $56.44 7A 3C 8P ,King Power Equipment Operators- Asphalt Plant Operators $56.94 7A 3C 813 Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $53.57 7A 3C 8P Underground Sewer Et Water !King Power Equipment Operators- Barrier Machine (zipper) $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bobcat $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition Equipment $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brooms $53.57 7A 3C 8P ,Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $56.44 7A 3C 8P Underground Sewer Et Water 1 L L 1 1 C 1 17 L 7 u 7— u 1 L 1 l 1 1 King Power Equipment Operators- Cableways $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine -laser Screed $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Conveyors $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and over $58.67 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $57.51 7A 3C 8P Underground Sewer Et Water ?King Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $58.10 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 300 tons and over or 300' of boom including jib with attachments $58.67 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Friction cranes through 199 tons $58.10 7A 3C 8P Underground Sewer Et Water r King Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Crusher $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches (power) $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Derricks, On Building Work $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Drilling Machine $57.51 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: Permanent And Shaft Type $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Finishing Machine, Bidwell And Gamaco Et Similar Equipment $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Gradechecker/stakeman $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Horizontal/directional Drill Locator $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Horizontal/directional Drill Operator $56.44 7A 3C 8P Underground Sewer Et Water (King Power Equipment Operators- Hydratifts/boom Trucks Over 10 Tons $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $57.51 7A 3C 8P Underground Sewer Et Water :King Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders, Overhead Under 6 Yards $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders, Plant Feed $56.44 7A 3C 8P Underground Sewer Et Water t King Power Equipment Operators- Loaders: Elevating Type Belt $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $57.51 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Motor Patrol Graders $56.94 7A 3C 8P Underground Sewer Et Water 1 1 1 L 11 1 1 1 1 King Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Oil Distributors, Blower Distribution Et Mulch Seeding Operator $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $56.44 7A 3C 8P Underground Sewer Et Water iKing Power Equipment Operators- Overhead, Bridge Type: 100 Tons And Over $57.51 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pavement Breaker $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane Mount) $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $53.57 7A 3C 8P Underground Sewer 8 Water King Power Equipment Operators- Power Plant $53.57 7A 3C 8P Underground Sewer Et Water `King Power Equipment Operators- Pumps - Water $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $53.57 7A 3C 8P Underground Sewer Et Water_ King Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $56.94 7A 3C 8P Underground Sewer Et Water ,King Power Equipment Operators- Rigger And Bellman $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman (Certified) $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rollagon $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $53.57 7A 3C 8P Underground Sewer Et Water i King Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roto -mill, Roto -grinder $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $56.44 7A 3C 8P Underground Sewer Et Water King $56.00 7A 3C 8P 1 �I u r� 0 J L Power Equipment Operators- Scrapers - Concrete Et Carry All Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Service Engineers - Equipment $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $57.51 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $58.10 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Slipform Pavers $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et Screedman $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Subgrader Trimmer $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $57.51 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane: over 175' through 250' in height, base to boom $58.10 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Cranes: over 250' in height from base to boom $58.67 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Transporters, All Track Or Truck Type $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Trenching Machines $56.00 7A 3C 8P Underground Sewer Et Water !King s Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Mount Portable Conveyor $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Welder $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $56.44 7A 3C 8P Underground Sewer Et Water 1 �I u r� 0 J L L C LI u C King Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A Trimmers King Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $40.84 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers King Refrigeration Et Air Conditioning Mechanics Journey Level $74.36 6Z 1G King Residential Brick Mason Journey Level $52.821 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $40.64 5D 4C King Residential Drywall Tapers Journey Level $54.07 5P 1E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $38.40 7L 1H King Residential Insulation Applicators Journey Level $26.28 1 King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Ft Pipefitters Journey Level $34.69 1 King Residential Refrigeration Et Air Journey Level $74.36 6Z 1G Conditioning Mechanics King l Residential Sheet Metal Workers Journey Level (Field or Shop) $43.46 7F 1R King Residential Soft Floor Layers Journey Level $44.11 5A 3D King I Residential Sprinkler- Fitters Journey Level $42.73 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $52.82 5A 1M King Residential Terrazzo Workers Journey Level $47.461 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers (King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $46.46 5A 3H King Roofers Using Irritable Bituminous Materials $49.46 5A 3H King Sheet Metal Workers Journey Level (Field or Shop) $72.83 7F 1E King Shipbuilding £ Ship Repair Boilermaker $40.87 7M 1H King Shipbuilding E Ship Repair Carpenter $40.41 7T 2B King Shipbuilding E Ship Repair Electrician $41.43 7T 4B King Shipbuilding Et Ship Repair Heat Et Frost Insulator $63.18 5J 1S King Shipbuilding 8t Ship Repair Laborer $41.47 7T 4B King Shipbuilding Et Ship Repair Machinist $41.46 7T 4B King Shipbuilding Et Ship Repair Operator $41.39 7T 413 King Shipbuilding Et Ship Repair Painter $41.42 7T 413 King Shipbuilding EtShip Repair Pipefitter $41.40 7T 413 King Shipbuilding Et Ship Repair Rigger $41.48 7T 4B King Shipbuilding Et Ship Repair Sheet Metal $41.43 7T 4B King Shipbuilding Et Ship Repair Shipfitter $41.48 7T 4B gKing Shipbuilding Et Ship Repair Trucker $41.32 7T 413 King Shipbuilding Et Ship Repair Warehouse $41.37 7T 413 King Shipbuilding Et Ship Repair Welder/Burner $41.48 7T 4B King Sign Makers Et Installers (Electrical) Sign Installer $22.92 1 King Sign Makers Et Installers (Electrical) Sign Maker $21.36 1 King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical King Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical) King Soft Floor Layers Journey Level $44.11 5A 3D !King Solar Controls For Windows Journey Level $12.44 1 1 IKing Sprinkler Fitters (Fire Protection) Journey Level $70.14 5C 1X King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $52.82 5A 1M King Street And Parking Lot Sweeper Workers Journey Level $19.09 1 King Surveyors Assistant Construction Site Surveyor $56.00 7A 3C 8P King Surveyors Chainman $55.47 7A 3C 8P King Surveyors Construction Site Surveyor $56.94 7A 3C 8P King Telecommunication Technicians Journey Level $22.76 1 King Telephone Line Construction - Cable Splicer $37.60 5A 213 Outside King Telephone Line Construction - Hole Digger/Ground Person $20.79 5A 2B Outside King n Telephone Line Construction - Installer (Repairer) $36.02 5A 213 Outside King Telephone Line Construction - Special Aparatus Installer 1 $37.60 5A 2B Outside `King Telephone Line Construction - Special Apparatus Installer II $36.82 5A 213 Outside King Telephone Line Construction - Telephone Equipment Operator (Heavy) $37.60 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator (Light) $34.94 5A 2B Outside King Telephone Line Construction - Telephone Lineperson $34.93 5A 213 Outside 1 r 0 1 n 1 1 Ll 1 J King Telephone Line Construction - Television Groundperson $19.73 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $26.31 5A 2B Outside King Telephone Line Construction - Television System Technician $31.50 5A 2B Outside King Telephone Line Construction - Television Technician $28.23 5A 2B Outside King Telephone Line Construction - Tree Trimmer $34.93 5A 2B Outside King Terrazzo Workers Journey Level $47.46 5A 1M King Tile Setters Journey Level $21.65 1 iKing Tile, Marble Et Terrazzo Finishers Finisher $38.29 5A 1B King Traffic Control Stripers Journey Level $43.73 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards (W. WA -Joint Council 28) $51.25 5D 3A 8L King Truck Drivers Asphalt Mix To 16 Yards (W. WA -Joint Council 28) $50.41 5D 3A 8L King Truck Drivers Dump Truck Et Trailer $51.25 5D 3A 8L King Truck Drivers Dump Truck (W. WA -Joint Council 28) $50.41 5D 3A 8L King I Truck Drivers Other Trucks (W. WA -Joint Council 28) $51.25 5D 3A 8L King Truck Drivers Transit Mixer $43.23 1 a King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers !King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers ;King _, . Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 03/02/2016 Edition, Published February 1St, 2016 L 7 WSDOT's ' Predetermined List for Suppliers - Manufactures - Fabricator i i i Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced ' concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe - Plain Concrete pipe and reinforced ' concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 6. Corrugated Steel Pipe - Steel lock seam corrugated ' pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. l ' Supplemental to Wage Rates pp 9 03/02/2016 Edition, Published February 1St, 2016 is is x rj rj x n ON ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X in accordance with Section 9-28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or X boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP -Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in X accordance with Section 9-28.14(3). - --- ---- - -- ------------ 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs. See Std. Plans. 1 1 11 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. X See Std. Plans. t 16. Precast Catch -Basin --Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 3 03/02/2016 Edition, Published February 1St, 2016 1 ITEM DESCRIPTION YES NO 17. Precast Conc x See Std. Plar 18. Precast Drop is See Std. Plar 19. Precast Grate See Std. Plar 20. Metal frames, is Inlets. See Sty 21. Precast Conc various sizes. 1. Plans controls. See X requirements. prior to castin,, 22. Vault Risers - Vaults. 23. Valve Vault - I See Contract 24. Precast Conc use as new bs Barrier. Only permanent ba 25. Reinforced E� size and shap annual appro� See Shop Drs Fabrication at inspection, co 26. Precast Conc panel in size Fabrication pl to be used 'ete Inlet - with adjustment sections, is x nlet Type 1 and 2 with metal grate supports. is. is Inlet Type 2 with extension and top units. is is vaned grates, and hoods for Combination 1. Plans X 'ete Utility Vaults - Precast Concrete utility vaults of Used for in ground storage of utility facilities and Contract Plans for size and construction Shop drawings are to be provided for approval For use with Valve Vaults and Utilities X =or use with underground utilities. Plans for details. x 'ete Barrier - Precast Concrete Barrier for irrier or may also be used as Temporary Concrete new state approved barrier may be used as X rrier. rth WaII Panels —Reinforced Earth Wall Panels in e as shown in the Plans. Fabrication plant has 'al for methods and materials to be used. wing. X other locations may be approved, after facilities ntact HQ. Lab. 'ete Walls - Precast Concrete Walls - tilt -up wall ind shape as shown in Plans. ant has annual approval for methods and materials X Supplemental to Wage Rates 4 03/02/2016 Edition, Published February 1St, 2016 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to x casting girders. See Std. Spec. Section 6-02.3(25)A 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be x provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 31. Prestressed Precast Hollow Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to X be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. - - - --- - -- --- - - - 32. Prestressed --Bulb Tee Girder Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided x for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 33. Monument Case and Cover See Std. Plan. x i� Fj C r Supplemental to Wage Rates 5 03/02/2016 Edition, Published February 15', 2016 1 C ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO-M-111. 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure �( shall be galvanized after fabrication in accordance with AASHTO-M-111. 37. Steel Sign Post Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to X fabrication 38. Light Standard -Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre -approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on ' highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre -approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. 1 Supplemental to Wage Rates ' 03/02/2016 Edition, Published February 1St, 2016 D x Supplemental to Wage Rates 7 03/02/2016 Edition, Published February 1St, 2016 ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. x X NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed CustomStd Message Signing Message 43. Cutting & bending reinforcing steel x 44. Guardrail components X X Custom Standard End Sec Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile x 50. Girder pads (elastomeric bearing) 51. Standard Dimension lumber X 52. Irrigation components �( Supplemental to Wage Rates 7 03/02/2016 Edition, Published February 1St, 2016 ITEM DESCRIPTION 53. Fencing materials 54. Guide Posts 55. Traffic Buttons 56. Epoxy 57. Cribbing 58. Water distribution materials 59. Steel "H" piles 60. Steel pipe for concrete pile casings 61. Steel pile tips, standard 62. Steel pile tips, custom YES NO is Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39,12. 010 (The definition of 'locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 8 03/02/2016 Edition, Published February 1St, 2016 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential *** ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 9 03/02/2016 Edition, Published February 1St, 2016 1 'J 11 L Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above -listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock ' quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. C C C (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 03/02/2016 Edition, Published February 1St, 2016 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. 1 u t (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the ' stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 11 03/02/2016 Edition, Published February 1St, 2016 ' ' Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 Overtime Codes ' Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. ' C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly ' rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday ' shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday ' shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. ' G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four -ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at ' double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or ' equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. ' I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday ' shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. ' K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be ' paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. ' N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 7 Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 ' Overtime Codes Continued O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All ' hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on ' Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and ' one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. ' Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on , Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) ' hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall ' be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half 1 times the hourly rate of wage. ' R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. ' S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday ' shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be at three times the hourly rate of wage. ' paid ' U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on ' Labor Day shall be paid at three times the hourly rate of wage. ' V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and t one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the ' employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be ' paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on ' Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours ' Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the ' holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 ' workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours ' and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All ' hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 1 2 C Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 ' Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK S14ALL ' BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. ' C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. ' F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. ' G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. ' H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. ' O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. ' U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. ' W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ' ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on ' holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL ' BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when ' four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm ' and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has ' worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when ' four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate ' of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 ' Overtime Codes Continued I D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one ' and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the ' hourly rate of wage. t week (Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. ' E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. ' F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. ' H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. ' I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week (Monday through Friday,) or a four day -ten hour work t week (Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. ' 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL ' BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly I rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. J Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 ' Overtime Codes Continued 4. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly ' rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. ' EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: ' The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) ' times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. ' All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. ' E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. ' On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-day, ten hour work week, and Saturday shall be paid at one and one half (1'/2) times the regular shift rate for the ' first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium ' rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked ' Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Holiday Codes I5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). ' B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). ' C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and ' Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, ' And Christmas (6). 5 ' Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 Holiday Codes Continued ' 5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). ' K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). ' L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday ' After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. ' Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). , R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving t Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). ' Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving ' Day, the Friday after Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, ' Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half -Day On Christmas Eve Day. (9 1/2). ' G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). ' H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). ' I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). 6 ' Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 ' Holiday Codes Continued 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, ' Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). ' Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be ' Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and ' Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. ' C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be ' observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving ' Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. ' E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding ' Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after ' Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. ' G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. ' I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls ' on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day ' (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7 Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 Holiday Codes Continued K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. I P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on I the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after ' Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on ' a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. ' R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be ' considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after ' Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, ' Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Note Codes I A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: ' Over 50' To 100' -$2.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$3.00 per Foot for Each Foot Over 100 Feet Over 150' To 220'-$4.00 per Foot for Each Foot Over 150 Feet ' Over 220'-$5-00 per Foot for Each Foot Over 220 Feet 8 IBenefit Code Key — Effective 3/2/2016 thru 8/30/2016 I Note Codes Continued ' 8. C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100'-$1.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$1.50 per Foot for Each Foot Over 100 Feet ' Over 150' To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200' -Divers May Name Their Own Price ' D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: ' $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. ' P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. ' Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. ' R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, ' and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective ' on or after August 31, 2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. ' T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian ' traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any ' and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade ' elevation receive an additional $0.50 per hour. 9 APPENDIX C PIERCE TRANSIT STANDARDS J 7 L JOINT DETAIL SHELTER FOOTING SIDEWALK JOINT DETAIL— SEE ABOVE CRUSHED ROCK, COMPACTED TO 4" DEEP NOTES: 1. EXCAVATE AS PER DRAWING. 2. FORM & POUR CONCRETE SLAB TO HAVE CONTINUAL DEPTH OF 8" WITHOUT REINFORCEMENT. 3. MIN. 2% SLOPE, OR MATCH EXISTING SIDEWALK SLOPE. 4. PLACE EXPANSION JOINTS WITH JOINT FILLER 3/8" x DEPTH OF SIDEWALK AT ALL ADJACENT SEAMS 5. CLEAN UP AND RESTORE AREA. 6. CURE MIN. 72 HOURS VIA APPROVED METHOD CONCRETE SPEC's: COMMERCIAL CLASS 3000 CONTRACTOR MIX, REFER TO WSDOT 2000 STANDARDS, SECTION 6-02.3(2)A DWG. 5 X 10 PAD T.V. 11-7-06 NONE APPENDIX D WSDOT STANDARD PLANS M M M M M M M M M M M M M r M = M M 10' R. J� D ° ° ` I • ° D D ° D � D •p ° ° p D D °0 .. b CONCRETE BASE SOIL q GROUT'I' 2" 0 . GALVANIZED STEEL PIPE - NOTE 4 I SECTION OA INSTALLATION RISER RING DIMENSIONS A 11/2" 1 T' 3" (SIZE) 10 12" DIAM. D 1/1' DIAM.. A IY DIAM. — 9" DIAM. SECTION RISER RING 4 5/8" R. J 3/r OIAM ~~~III N SECTION COVER 8 1/4' R ItI 4 914' R. SII 12' I I �1 SECTION CASE NOTES 1. Dimensions may vary according to manufacturer. 2. Base to be placed on a well compacted foundation. 3. Monument case to be installed by contractor. 4. See Standard Plan A-10.20 for Monument (brass disc) type to place in 2" O.D. galvanized pipe. 31� 1N" SECTION OF LETTER ISOMETRIC APPROXIMATE WEIGHTS CASE W LBS COVER iDLBS TOTAL 79 LBS MONUMENT CASE AND COVER STANDARD PLAN A-10.30-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch 01 10-05-07 �� erre omiow DYmx�a BMW 9/ WmhWgl n fwu Dpo.h w f 7 *.**ion •D D'. CONCRETE BABE°D D °D I D °D D � •\ D S D •D 7 p D� •D ° D PLAN VIEW 10' R. J� D ° ° ` I • ° D D ° D � D •p ° ° p D D °0 .. b CONCRETE BASE SOIL q GROUT'I' 2" 0 . GALVANIZED STEEL PIPE - NOTE 4 I SECTION OA INSTALLATION RISER RING DIMENSIONS A 11/2" 1 T' 3" (SIZE) 10 12" DIAM. D 1/1' DIAM.. A IY DIAM. — 9" DIAM. SECTION RISER RING 4 5/8" R. J 3/r OIAM ~~~III N SECTION COVER 8 1/4' R ItI 4 914' R. SII 12' I I �1 SECTION CASE NOTES 1. Dimensions may vary according to manufacturer. 2. Base to be placed on a well compacted foundation. 3. Monument case to be installed by contractor. 4. See Standard Plan A-10.20 for Monument (brass disc) type to place in 2" O.D. galvanized pipe. 31� 1N" SECTION OF LETTER ISOMETRIC APPROXIMATE WEIGHTS CASE W LBS COVER iDLBS TOTAL 79 LBS MONUMENT CASE AND COVER STANDARD PLAN A-10.30-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch 01 10-05-07 �� erre omiow DYmx�a BMW 9/ WmhWgl n fwu Dpo.h w f 7 *.**ion L ✓ FRAME AND VANED GRATE 1 6" OR 12" I ONE #3 BAR HOOP FOR 6" HEIGHT TWO #3 BAR HOOPS FOR 12" HEIGHT RECTANGULAR ADJUSTMENT SECTION A � / #3 BAR EACH CORNER — #3 BAR EACH SIDE TOP AND BOTTOM ONE #3 BAR ACROSS BOTTOM PRECAST BASE SECTION PIPE ALLOWANCES 9���NAS#,, MAXIMUM PIPE MATERIAL INSIDE DIAMETER REINFORCED OR 12" PLAIN CONCRETE 15" ALL METAL PIPE CPSSP * 12" (STD. SPEC. 9-05.20) CONCRETE INLET SOLID WALL PVC 15, (STD. SPEC. 9-05.12(1)) PROFILE WALL PVC 15' (STD. SPEC. 9-05.12(2)) BThIE UE&ON @lO�6EER D„E Twwhl-gb ShM Dq o..1 W 7renlyMpM" * CORRUGATED POLYETHYLENE STORM SEWER PIPE #3 BAR EACH CORNER 18" MIN. #3 BAR HOOP NOTES 1. As acceptable alternatives to the rebar shown in the PRECAST BASE SECTION, fibers (placed according to the Standard Specifications), or wire mesh having a minimum area of 0.12 square inches per foot shall be used with the minimum required rebar shown in the ALTERNATIVE PRECAST BASE SECTION. Wire mesh shall not be placed in the knockouts. 2. The knockout diameter shall not be greater than 18". 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 Standard Specification 9-04.3. 3. The maximum depth from the finished grade to the lowest pipe invert shall be 5'. 4. The frame and grate may be installed with the flange up or down. The frame may be cast into the adjustment section. 5. The Precast Base Section may have a rounded floor, and the walls may be sloped at a rate of 1:24 or steeper. 6. The opening shall be measured at the top of the precast base section. 7. All pickup holes shall be grouted full after the inlet has been placed. SEE NOTE 1 ALTERNATIVE PRECAST BASE SECTION 9���NAS#,, , A 9 � e O �O 15586GISTS i �� •S' S�ONAI, EXPIRES JULY I, 2007 CONCRETE INLET STANDARD PLAN B-25.60-00 SHEET 1 OF I SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 06-01-06 BThIE UE&ON @lO�6EER D„E Twwhl-gb ShM Dq o..1 W 7renlyMpM" M M M w M M M M M M M M M M M M M M M TOP r� SLOT - SEE DETAIL AND NOTE 1 U. NOTES 1. Bok -down capability is required on all frames, prates, and covers, unless Specified otherwise in the Contract. Provide 2 holes in the frame that are 618"rti- 1 tr NNCC x2' Allen headcappr cover ebb. The frame shall accept the screw by being tapped, or other approved mechanism. Location of bolt -down hobs varies by manufacturer. 2. Refer to Standard $pockkatlon 945.15(2) for additional requirements, 3. For frame details, we Standard Plan 8130.10. 4. The mcknsss of the prats she# not exceed 1 6J8'. ISOMETRIC RECTANGULAR HERRINGBONE GRATE STANDARD PLAN B-30.50-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch M 01/28J12 Wb*kq e S ft of Ti- parlelbn 4' - 0" MIN. - � 4 - 0' MIN. - NOTES A 1. Provide a separate Curb Ramp for each marked or unmarked crosswalk. SEE CONTRACT PLANS SEE CONTRACT PLANS PEDESTRIAN CURB - Curb Ramp location shall be placed within the width of the associated 3/8" EXPANSION JOINT (TYP.) - PEDESTRIAN CURB - 3/8' EXPANSION JOINT (TYP.) - SEE NOTE 0 Cro33W81k, or as shown in the Contrail Plans. SEE STANDARD PLAN F30.10 LANDING SEE NOTE 9 SEE STANDARD PLAN F30.10 LANDING 2. Where "GRADE BREAIC is called out, the entire length of the grade break between the two adjacent surface planes shall be flush. + - SIDEWALK _ c B / , 3. Do not place Gratings, Junction Boxes, Access Covers, or other appurte- �iIj/- 1 C) nanoss In front of the Curb Ramp or on any part of the Curb Ramp or CURB AND GUTTER SIDEWALK o � �� Landing. X R. M'e�i6 II— _ iii 4. See Contract Plans for the curb design specified. See Standard Plan 4' - 0" MIN. (TYP.) - CURB 8 GUTTER - F-10.12 for Curb, Curb and Gutter, Depressed Curb and Gutter, and SEE CONTRACT PLANS CURB RAMP CURB RAMP DETECTABLE WARNING SURFACE - Pedestrian Curb details. CURB RAMP ` 4'- D- MIN. (TYP.) - SEE STANDARD PLAN F-46.10 5. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details, DETECTABLE WARNING SURFACE - SEE CONTRACT PLANS See Contract Plans for width and placement of sidewalk. FACE OF CURB SEE STANDARD PLAN F�6.10 DEPRESSED CURB 8 GUTTER FACE OF CURB DEPRESSED CURB 6 GUTTER 6. The Bid Item "Cement Concrete amp Type —�� te Curb Rdoes not include � CROSSWALK CROSSWALK the adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, Pedestrian Curb, or Sidewalks. z 7. The Curb Ramp maximum running slope shall not require the ramp length w PLAN VIEW DETECTABLE WARNING SURFACE - PLAN VIEW to exceed 15 feet to avoid chasing the slope indefinitely when connecting W TYPE PARALLEL A SEE STANDARD PLAN F�B.10 TYPE PARALLEL B to steep grades. When applying the 15 -foot max. length, the running slope 4' -0'MN m of the Curb ramp shall be as flat as feasible. . SEE CONTRACT PLANS GRADE BREAK 8. Curb Ramp, Landing, and Flares shall receive broom finish. See Standard Specifications 8-14. o ^ c 2 MAx COUNTER SLOPETOP OF 9. Pedestrian Curb may be omitted if the ground surface at the back of the 5 ROADWAY Curb Ramp and/or Landing will be at the same elevation as the Curb N. Ramp or Landing and there will be no material to retain. W DEPRESSED CURB 6 GUTTER - CEMENT CONCRETE PEDESTRIAN7R R LANDING SEE STANDARD PLAN F-10.12 CURB - SEE NOTE 9 > AND NOTE 6 SECTION15'-0" MAX. 4-a, MIR AO SEE NOTE 7 SEE CONTRACT PLAITS LEGEND SIDEWALK - SLOPE IN EITHER DIRECTION 15'- 0" MAX. 4'-(r MN. 15' -D" MAX. GRADE BREAK GRADE BREAK SEE NOTE 7 SEE CONTRACT PLANS SEE NOTE 7 SIDEWALK GRADE BREAK GRADE BREAK 8.3__% � CURB RAMP 2.0% MAX- 6 LANDING PEDESTRIAN CURB - 6 SEE NOTE 9 e ATTIC � /.I'. EXPANSION JOINT (TYP.) - Q 0p FAS e 6 CURB RAMP LANDING CURB RAMP SEE STANDARD PLAN F30.10 5��� y74r 7� i l l 3I8' EXPANSION JOINT (TYP.) - SECTION O yy�g SEE STANDARD PLAN F30.10 W A � � SECTION O O p 34363 O Q� RUN "CEMENT CONCRETE CURB RAMP TYPE 'Ps GIl S T PARALLEL B" PAY LIMIT - SEE NOTETE� / @. "CEMENT CONCRETE CURB RAMP TYPE PARALLEL A" PAY LIMIT - SEE NOTE 6 7 TYPE PARALLEL A PAY LIMIT ISOMETRIC VIEW TYPE PARALLEL B PAY LIMIT PARALLEL CURB RAMP STANDARD PLAN F-40.12-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch N 6/20113 6T�TE DE&GN ENGINEER MTE Wmh1R6bR Slob DpoN .f iee^N.�b1bn -I A p CEMENT CONCRETE 4'- 0" MIN. -SEE PEDESTRIAN CURB - CONTRACT PLANS CEMENT CONCRETE z SEE NOTE 9 DETECTABLE WARNING SURFACE - LANDING PEDESTRIAN CURB 15'-0* MAX. B CEMENT CONCRETE - SEE NOTE 9 LL I CURB RAMP PEDESTRIAN CURB - CURB RAMP DETECTABLE WARNING SURFACE - m 1 MATCH SIDEWALK (4' - 0" MIN.) - SEE STANDARD PLAN F-45.10 I I SEE CONTRACT PLANS � BREAK COUNTER SLOPE TOP OF CEMENT CONCRETE PEDESTRIAN CUR8 - t SEE NOTE 9 t f I CEMENTCONCRETE CURB & GUTTER- SEE NOTES 4 & 6 DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F46.10 PLAN VIEW TYPE COMBINATION WrTH BUFFER 3l8" EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F-70.10 BUFFER STRIP (TYP.) - SEE CONTRACT PLANS DEPRESSED CURB & GUTTER - SEE NOTES 4 & 6 DEPRESSED CURB AND GUTTER - SEE NOTES 4 & 6 CEMENT CONCRETE CURB AND GUTTER - SEE NOTES 4 & 6 DETAIL O CURB RADIUS DETAIL SECTION OA CURB RAMP 4'-0"MIN. 3' -("MIN. -SEE SEE CONTRACT PLANS CONTRACT PLANS BUFFER TOP OF + 2.0% MAX. STRIP ROADWAY CEMENT CONCRETE CURB AND CEMENT CONCRETE PEDESTRIAN GUTTER - SEE NOTES 4 & 6 CURB (TYP.) - SEE NOTE 9 SECTION B NOTES 1. Provide a separate Curb Ramp for each marked or unmarked crosswalk. Curb Ramp location shall be placed within the width of the associated crosswalk or as shown in the Contract Plans. 2. Where "GRADE BREAIC' is called out, the entire length of the grade break between the two adjacent surface planes shall be flush. 3. Do not place Gratings, Junction Boxes, Access Covers, or other appurtenances in front of 3"R.3. the Curb Ramp or on any part of the Curb Ramp or Landing. 4. See Contract Plans for the curb design specified. See Standard Plan F-10.12 for Curb, Curb and Gutter, Depressed Curb, Gutter and Pedestrian Curb details. 5. See Standard Plan 12-30.10 for Cement Concrete Sidewalk Details. See Contract Plans for width and placement of sidewalk. 6. The Bid Item "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 maximum running slope shall not require the ramp length to exceed 15 feet to avoid chasing the slope indefinitely when connecting to steep grades. When applying the 15 -foot max. length, the running slope of the Curb Ramp shall be as flat as feasible. 8. Curb Ramp, Landing and Flares shall receive broom finish. See Standard Specifications 8.14. 9. Pedestrian Curb may be omitted if the ground surface at the back of the Curb Ramp and/or Landing will be at the same elevation as the Curb Ramp or Landing and there Will not be material to retain. LEGEND — SLOPE IN EITHER DIRECTION 16- 0" MAX. 4'- 0" MIN. 16-0" MAX. DETECTABLE WARNING SURFACE - SEE CONTRACT PLANS 4'- 0" MIN. 15'-0* MAX. SEE STANDARD PLAN F45A0 CEMENT CONCRETE SEE CONTRACT PLANS SEE NOTE 7 GRADE BREAK PEDESTRIAN CURB - SEE NOTE 9 GRADE 2.0% MAX. e � BREAK COUNTER SLOPE TOP OF =` 5y% VAX ROADWAY LU LANDING CURB RAMP DEPRESSED CURB AND GUTTER - SEE STANDARD PLAN F-10.12 AND NOTE 6 SECTION OA CURB RAMP 4'-0"MIN. 3' -("MIN. -SEE SEE CONTRACT PLANS CONTRACT PLANS BUFFER TOP OF + 2.0% MAX. STRIP ROADWAY CEMENT CONCRETE CURB AND CEMENT CONCRETE PEDESTRIAN GUTTER - SEE NOTES 4 & 6 CURB (TYP.) - SEE NOTE 9 SECTION B NOTES 1. Provide a separate Curb Ramp for each marked or unmarked crosswalk. Curb Ramp location shall be placed within the width of the associated crosswalk or as shown in the Contract Plans. 2. Where "GRADE BREAIC' is called out, the entire length of the grade break between the two adjacent surface planes shall be flush. 3. Do not place Gratings, Junction Boxes, Access Covers, or other appurtenances in front of 3"R.3. the Curb Ramp or on any part of the Curb Ramp or Landing. 4. See Contract Plans for the curb design specified. See Standard Plan F-10.12 for Curb, Curb and Gutter, Depressed Curb, Gutter and Pedestrian Curb details. 5. See Standard Plan 12-30.10 for Cement Concrete Sidewalk Details. See Contract Plans for width and placement of sidewalk. 6. The Bid Item "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 maximum running slope shall not require the ramp length to exceed 15 feet to avoid chasing the slope indefinitely when connecting to steep grades. When applying the 15 -foot max. length, the running slope of the Curb Ramp shall be as flat as feasible. 8. Curb Ramp, Landing and Flares shall receive broom finish. See Standard Specifications 8.14. 9. Pedestrian Curb may be omitted if the ground surface at the back of the Curb Ramp and/or Landing will be at the same elevation as the Curb Ramp or Landing and there Will not be material to retain. LEGEND — SLOPE IN EITHER DIRECTION 16- 0" MAX. 4'- 0" MIN. 16-0" MAX. SEE NOTE 7 SEE CONTRACT PLANS SEE NOTE 7 GRADE BREAK 8.3%_� 2.0% MAX. _ GRADE BREAK 8 3% MAX CURB RAMP LANDING CURB RAMP 3/6" EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F-30.10 SECTION O "CEMENT CONCRETE CURB RAMP TYPE COMBINATION" PAY LIMIT - SEE NOTE 6 - - -- - --I PAY LIMIT QATRIC 6 ev q Qc G Y 100 34363O �cp BCI STI&O ♦} 10NAL SSG COMBINATION CURB RAMP STANDARD PLAN F-40.14-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch M VW13 7- W=14,g", Slob DpeMm.nl drs Tgwn im W 9 z D: LL LANDIN M GRADE BREAK SEE CONTRACT PUNS - 4'- 0" MIN. 0 CEMENT CONCRETE SIDEWALK - SEE NOTE 5 FLARE (TYP ) 3/a" EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F-30.10 GRADE BREAK 10. CURB, OR CURB AND GUTTER - SEE NOTE 4 FACE OF CURB MEASURED PARALLEL TO CURB (TYP.) SLOPE TREATMENT - SEE STANDARD PUN F-30.10 LANDING DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 4'-0"MIN. 15'-0"MAX. SEE CONTRACT PLANS SEE NOTE 7 GRADE BREAK 2.0% MAX. 8.3% MAX j CURB RAMP — 6 SECTION O (SHOWN WITH BUFFER) CEMENT CONCRETE PEDESTRIAN CURB - GRADE BREAK SEE NOTE 4 COUNTER SLOPE - DETECTABLE WARNING SURFACE - SEE STANDARD PUN F45.10 5.0% MAX. 3"R. TYP. DEPRESSED CURB AND GUTTER - SEE NOTE 4 TOP OF ROADWAY DEPRESSED CURB AND GUTTER - SEE STANDARD PLAN F-10.12 CEMENT CONCRETE CURB RAMP "TYPE MIT - ISOMETRIC VIEW TYPE PERPENDICULAR A PAY LIMIT CEMENT CONCRETE CURB AND GUTTER - SEE NOTE 4 Q A Op a�Q���W R NOTES w CURB RAMP WIDTH 4' - 0" MIN. LANDING TO MATCH / s 1 CURB RAMP WIDTH - SEE CONTRACT PLANS CURB RAMP WIDTH 4'- 0" MIN. 1. Provide a Separate Curt) Ramp for each marked Or unmarked crosswalk. I I LANDING MATCH CURB RAMP Curb Ramp location shall be placed within the Width of the associated WIDTH - SEE E CONTRACT PLANS crosswalk or as shown in the Contract Plans. G GRADE BREAK LANDING CURB RAMP GRADE BREAK 2. Where "GRADE BREAK" is called Out, the entire length of the grade SEE CONTRACT PLANS - break between the two adjacent surface planes shall be flush. I 4'- 0" MIN. CEMENT CONCRETE SIDEWALK - I SEE NOTE 5 3. Do not place Gratings, Junction Boxes, Access Covers, or other appurte- PROVIDE SMOOTH TRANSITION TO7 nances in front of the Curb Ramp or on any part of the Curb Ramp or SIDEWALK SEE CONTRACT PLANS - _ 01' SEE CONTRACT PLANS - Landing. I 2.0-41 MAX. WIDTH (TYP.) 4'- 0" MIN. I 2.0911 MAX. MIN. 4' - 0' MIN. I 4. See the Contract Plans for the curb design specified. See Standard Plan 3/8" EXPANSION BUFFER WIDTH - MATCH TO F-10.12 for Curb, Curb and Gutter, Depressed Curb and Gutter, and JOINT- SEE STANDARD PLAN F-30.10 • v,, CURB RAMP DEPTH (TYP.) Pedestrian Curb details. I CURB RAMP \ v I I �• 5. See Standard Plan F-30.10 for Cement Concrete Sidewalk details. GRADE BREAK % BREAK l TRANSITION TO SIDEWALK BUFFER, IF V" "" See Contract Plans for Width and placement of sidewalk. < PRESENT, OR TO BACK OF CURB (TYP.) - �." 8. The Bid Item "Cement Concrete Curb Ramp Type does not include 0% MAX ii' •:ii SEE CONTRACT PLANS 10.0% VAX 1 ......... ""' _" the adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, :::...... ............ •••••• Pedestrian Curb, or Sidewalk. _ CURB, OR CURB CEMENT CONCRETE PEDESTRIAN CURB - 7. The Curb Ramp maximum running slope shall not require the ramp length AND GUTTER - DETECTABLE WARNING SURFACE - SEE NOTE 4 D i SEE NOTE 4 to exceed 15 -feet to avoid chasing the slope indefinitely when connecting SEE STANDARD PLAN F45.10 DETECTABLE WARNING SURFACE - to steep grades. When applying the 15 -foot maximum length, the running FACE OF CURB _ _ _ SEE STANDARD PUN F46.10 slope of the Curb Ramp shall as flat as feasible. DEPRESSED CURB AND GUTTER - DEPRESSED CURB AND GUTTER 8. Curb Ramp, Landing, and Flares shall receive broom finish. See CROSISWALK SEE NOTE 4 CROSISWALK Standard Specifications 8-14. LEGEND SLOPE IN EITHER DIRECTION PLAN VIEW PLAN VIEW TYPE PERPENDICULAR A TYPE PERPENDICULAR B LANDING DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 4'-0"MIN. 15'-0"MAX. SEE CONTRACT PLANS SEE NOTE 7 GRADE BREAK 2.0% MAX. 8.3% MAX j CURB RAMP — 6 SECTION O (SHOWN WITH BUFFER) CEMENT CONCRETE PEDESTRIAN CURB - GRADE BREAK SEE NOTE 4 COUNTER SLOPE - DETECTABLE WARNING SURFACE - SEE STANDARD PUN F45.10 5.0% MAX. 3"R. TYP. DEPRESSED CURB AND GUTTER - SEE NOTE 4 TOP OF ROADWAY DEPRESSED CURB AND GUTTER - SEE STANDARD PLAN F-10.12 CEMENT CONCRETE CURB RAMP "TYPE MIT - ISOMETRIC VIEW TYPE PERPENDICULAR A PAY LIMIT CEMENT CONCRETE CURB AND GUTTER - SEE NOTE 4 Q A Op a�Q���W R CURB RADIUS DETAIL O w ISOMETRIC VIEW TYPE PERPENDICULAR B PAY LIMIT PERPENDICULAR CURB RAMP STANDARD PLAN F-40.15-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich N! 6/20113 TWmhi-W— Sb Dpemn. -fTh -Poi Im GAP M M M M M M M M M M M M M M M M M M M M M M r M M M M M M M M M M i m DETECTABLE WARNING SURFACE 15'- 0" MAX - SEE STANDARD PUN F46.10 SEE NOTE 8 NOTES 16- kr' MAX 16 - 0" MAX GRADE BREAK GRADE BREAKGRADE SEE NOTE 8 BREAK COUNTER SLOPE 1. This plan is to be used where pedestrian crossing in one direction is not GRADE BREAK SLOPE IN EITHER DIRECTION 5.0% MAX. /—Z, - SEE NOTE 8 MATCH SIDEWALK BUFFER STRIP permitted ice. , ROADWAY CURB WIDTH - 4' 0' MIN. SEE CONTRACT PLANS 2. Curb ramp location shall be placed within the width of the associated MATCH SIDEWALK SECTION O PEDESTRIAN CURB "CEMENT CONCRETE CURB RAMP crosswalk, or as shown in the Contract Plans. WIDTH - 4' 0" MIN. - SEE CONTRACT PLANS - SEE NOTE 10 CURB RAMP 8.3% MAX 3. Where "GRADE BREAK' is called out, the entire length of the grade break 8.3% MAX- PEDESTRIAN CURB MATCH SIDEWALK WIDTH ^ 4' 0" MIN. Q ATRICB Q� � oP WASq/ B aF gRe��C9?Hit PEDESTRIAN CURB ." -SEE NOTE C between the two adjacent surface planes shall be flush. 318' EXPANSION JOINT - BEE NOTE 10 SEE CONTRACT PLANS LANDING '2 �� 4. Do not place gratings, jUrlCflOn boxes, access covers or other appurtan- (TYP.) -SEE STANDARD PLAN F_30.100.1D YO"LANDING EXPANSION JOINT -SEE ences in front of the curb ramp or on any part of the curb ramp or landing. SIDEWALK 5' - V MIN. 3" R STANDARD PLAN F-30.10 i� 5. See the Contract Documents for the curb design specified. SEE NOTE 6 -- - - - --- A s, - MIN. - - - y �5 See Standard Plan F-10.12 for Curb, Curb and Gutter, Depressed Curb and clamber and Pedestrian Curb details. _ Bi B ,- 3 R s' o" MIN. a 21 3" R. b 6. See Standard Plan F30.10 for Cement Concrete Sidewalk Details. 1 1 nn H a SIDEWALK- - ei o 1 See contract plans for width and placement of sidewalk. u SEE NOTE 8 O 1. The bid item "Cement Concrete Curb Ramp Type does not include the '• -I _" adjacent Curb or (Curb and Gutter), Depressed Curb and Gutter, Pedestrian BUFFER STRIP ^ SEE - DETECTABLE WARNING SURFACE BUFFER D DETECTABLE WARNING SURFACE Curb or Sidewalk, or the pedestrian crossing closure sign. CONTRACT PLANS D SEE STANDARD PLAN F45.10 STRIP SEE STANDARD PLAN F45.10 CURB 5 GUTTER 6. The curb ramp maximum running sk)pe shall not require the ramp length to CURB 5 GUTTER - SEE NOTE 5 exceed 15 feet to avoid chasing the slope indefinitely when connecting ^ SEE NOTE 5 to steep grades. When applying the 15 foot maximum length, the running PEDESTRIAN CROSSING CLOSURE SIGN CURB RAMP PEDESTRIAN CROSSING CLOSURE SIGN FACE OF CURB RAMP slope of the curb ramp shall be as flat as feasible. FACE OF CURB 9. Curb ramps and landings shall receive broom finish. w CURB PLAN VIEW PLAN VIEW See Standard Specifications 8-14. TYPE SINGLE DIRECTION A TYPE SINGLE DIRECTION B m DETECTABLE WARNING SURFACE 15'- 0" MAX - SEE STANDARD PUN F46.10 SEE NOTE 8 0 16- kr' MAX 16 - 0" MAX GRADE BREAK GRADE BREAKGRADE SEE NOTE 8 BREAK COUNTER SLOPE SIDE WALK GRADE BREAK SLOPE IN EITHER DIRECTION 5.0% MAX. /—Z, - SEE NOTE 8 8.3% MAX. 2.0% MAX. TOP OF ice. , ROADWAY CURB RAMP DEPRESSED CURB 5 GUTTER T LANDING G ^ SEE STANDARD PLAN F-10.12 SECTION O "CEMENT CONCRETE CURB RAMP NOT ,r TYPE SINGLE DIRECTION A" PAY UMIT ISOMETRIC VIEW TYPE SINGLE DIRECTION A PAY LIMIT 1" RADIU CORNE PEDESTRIAN CURB 00" ANGLE RADIUS MA VAR DETAIL OD POS ,9 34363 44 "CEMENT "CEMENT CONCRETE CURB RAMP - F �GIST 81` ♦� TYPE SINGLE DIRECTION SEE NOTE IT �'r�ONAL DETECTABLE WARNING 4 SURFACE -SEE STANDARD PLAN F45.10 - SINGLE DIRECTION DEPRESSED CURB AND CURB RAMP GUTTER - SEE NOTE 5 STANDARD PLAN F-40.16-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION ISOMETRIC VIEW Pasco Bakodch l/l WM13 $TAIE GEBGN ENGINEER MlE TYPE SINGLE DIRECTION BWmhMybn Stab DpehnwMd7ntiypbien PAY LIMIT -" 10. Pedestrian Curb may be omitted if the ground surface at the back of the Curb Ramp and/or landing will be at the some elevation as the Curb Ramp or Landing and there will be no material to retain. 16- kr' MAX 16 - 0" MAX LEGEND GRADE BREAL;� SEE NOTE 8 SEE NOTE 8 GRADE BREAK SLOPE IN EITHER DIRECTION GRADE BREAK SIDEWALSIDEWALK-SEE NOT SEE NOTE 8 8.3% MAX 2.0% MAX. 8.3% MAX- v a CURB RAMP LANDING CURB RAMP SECTION O Q ATRICB Q� � oP WASq/ B aF gRe��C9?Hit 5 8 DETAIL OD POS ,9 34363 44 "CEMENT "CEMENT CONCRETE CURB RAMP - F �GIST 81` ♦� TYPE SINGLE DIRECTION SEE NOTE IT �'r�ONAL DETECTABLE WARNING 4 SURFACE -SEE STANDARD PLAN F45.10 - SINGLE DIRECTION DEPRESSED CURB AND CURB RAMP GUTTER - SEE NOTE 5 STANDARD PLAN F-40.16-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION ISOMETRIC VIEW Pasco Bakodch l/l WM13 $TAIE GEBGN ENGINEER MlE TYPE SINGLE DIRECTION BWmhMybn Stab DpehnwMd7ntiypbien PAY LIMIT -" 3" P W (IN) PIPE CAP (IN) PIPE CA TOP OF POST = NOTES 1. See Standard Plan J-20.26 for Accessible Pedestrian Pushbutton details. STAINLESS STEEL 2. Where shown in the plans, install plaque (R10 -32P) "PUSH BUTTON FOR 2 SECONDS FOR EXTRA FLAT WASHER (TVP.) TOP OF POST T7 - - - — - CROSSING TIME" above the Accessible Pedestrian Signal (APS) assembly. Add 14" (in) to post THREE 114' (IN) STAINLESS _ }_ _ height to accommodate plaque and leave a 2" (in) space between signs. 1/4" STEEL HEX NUTS (IN) • 1 114" (IN) LONG C GROUNDING CONNECTION - 3. Mounting distances vary between manufacturers. See manufacturers recommendations for mounting Information. U STAINLESS STEEL SEE DETAIL AT LEFT .�� 0 4. Junction Box serving the Standard shall preferably be located S - D" (10'- 0" Max-) from the Standard. THREADED STUD - -- EQUIPMENT GROUNDING POST CONDUCTOR EQUIPMENT GROUNDING WALL CONDUCTOR AND FULL CIRCLE CRIMP -ON CONNECTOR - CRIMPED FIELD DRILL AND TAP FOR WITH A MANUFACTURER'S 114-20 THREAD BOLT (TYP.) — ACCESSIBLE PEDESTRIAN RECOMMENDED CRIMPER • ;��- � ® � SIGNAL (APS) ASSEMBLY 118 ___ �'- — - GROUNDING CONNECTION t WELD STUD TO POLE WALL TO DETAIL MAXIMUM EXTENT POSSIBLE S (12" (IN) MINIMUM WELD) . , .� ® 10" (IN) OR LESS DESIRABLE - p - 1B" (IN) MAXIMUM 518" (IN) DIAMETER HOLE (TYP.)- LL R 1 LE (IN) DIAMETER HOLE 51W (IN) DIAMETER HOLE m 1 POST DETAIL o bW / N t 8" (IN) DIAMETER BOLT CIRCLE 114" (IN) STEEL r( EQUIPMENT GROUNDING " CONDUCTOR EDGE OF PLATE PEDESTRIAN PUSHBUTTON POST - a to SIDEWALK 3" STEEL PIPE (SCHEDULE 40) CONDUIT COUPLING - INSTALL FLUSH = ANCHOR BOLT TEMPLATE WITH TOP OF FOUNDATION (DO NOT GLUE PVC STUBOUT) = 7' A 3/4" (IN) CHAMFER (TVP.) •L / `t TOP OF FOUNDATION 518' (IN) DIAMETER HOLE (TYP.)P " ED R JOINTINT FILLER TOP OF Q FINISHED GRADEFINISHED r SIDEWALK 8' (IN) DIAMETER ° GRADE BOLT CIRCLE III d ANCHOR BOLT TEMPLATE ASSEMBLY 10 SEP py 3 9/18" (IN) DIAMETER %(1 �\ ° ANCHOR BOLTTEMPLATE -TWO REQUIRED ELEVATION ��$ pp WAS - b I 12" IN x1 " (IN) FULL THREAD ANCHOR BOLT FOUR REQUIRED PER ASSEMBLY ° I III 12' (IN) DIAMETER STEEL HEAVY HEX NUTS 3' (IN) STEEL PIPE b , I FOUR REQUIRED PER ANCHOR BOLT STEEL PLATE BASE PLATE DETAIL (SCHEDULE 40) iv # I ° FLAT WASHERS - FOUR REQUIRED � I PER ANCHOR BOLT oQ 39920�Q0 qB GROUNDING EQUIPMENTCO BASE PLATE ASSEMBLY ^ ° I ° I S Tg G\ CA,y GIST CONDUCTOR"N) DIAMETER STEEL HEAVY HEX NUT, - ° COMMERCIAL CONCRETE /0 AL WITH FLAT WASHER, TWO EACH ° D PER ANCHOR BOLT - MIN. TWOTHREADS ABOVE TOP OF OR 518" (IN) MAXIMUM (TYP.) ACCESSIBLE PEDESTRIAN GROUTPAD- PUSHBUTTON POST (PPB) INSTALL AFTER 1" (IN) DIAMETER I�1318"(IN)PLUMBING FOUNDATIODRAIN STANDARD ELECTRICALAND CONDUIT STANDARD PLAN J-20.10-03 TUBE o 8 1 - 6 SHEET 1 OF 1 SHEET SQUARE APPROVED FOR PUBLICATION 2" (IN) PVC STUBOUT v , FOUNDATION DETAIL ar�reo�aNexoxn o • . .. .. ° DETAIL A O .. _ WmhkVftn Sm nvr.wl W Tnrrpnrke11 r T PERSPECTIVE VIEW 2 # 4 (TYP) TOP OF POST 3' (IN) PIPE CAP NOTES CURB BASE m STANDARD PLAN J-20.11-02 1" (IN) DIAMETER - 1. See Standard Plan J-20.26 for Accessible Pedestrian Pushbutton details. 0#4 APPROVED FOR PUBLICATION CONDUIT T ELEVATION PERSPECTIVE VIEW14r"°r'D 0 2. Where shown in the plans, install plaque (R10 -32P) "PUSH BUTTON FOR 2 SECONDS FOR EXTRA GROUNDING CONNECTION - 6 CROSSING TIME" above the Accessible Pedestrian Signal (APS) assembly. Add 14" (in) to the PPB post height to • SEE DETAIL I = ID accommodate plaque and leave a 2" (In) space between signs. � m 3. Mounting distances vary between manufacturers. See manufacturers recommendations for mounting information. �.SIGNAL ACCESSIBLE PEDESTRIAN (APS) ASSEMBLY 5' 4. Junction Box serving the Standard shall preferably be located - 0" (10'- 0" Max.) from the Standard. ®oO®o / n 5. Supplemental Grounding Conductor shall be non -insulated #4 AWG stranded copper and shall be clamped to vertical rebar c wit h a connector suitable for use embedded in concrete: Provide 3' - 0" min. slack. Attach to pole grounding stud with a full FIELD DRILL AND TAP FOR is = circle crimp -on connector (crimped with a manufacturer recommended crimper). J 1l4-20 THREAD BOLT .) w w 0 _ 2 12" CLR. (TYP,) 3 12" 7" 12' (IN) STEEL PLATE I- - - —I` - - - OF PUSHBUTTON PIPE CAP 118 EEL 114" (IN) SLATE TOP OF POST STAINLESS STEEL PLATE FLAT WASHER (TYP.) DIAM. u 1' 1. (IN) SQUARE 5/8' (IN) DIAM. HOLE (TYP.) �' kl I 518" (IN) DAM. SB" (IN) DAM. HOLE HOLE (TYP.) �_� m PLAN VIEW O O HOLE _ - _ _ O B" (IN) qAM. BOLT CIRCLE r w w o N / 1• POST WALL 1/4" (IN) a 1-114" (IN) LONG STAINLESS STEEL THREADED STUD 314" (IN) CHAMFER \ % rk1 (�j ° °D = EQUIPMENT GROUNDING THREE 1/4" (IN) STAINLESS CONDUCTOR AND FULL CIRCLE STEEL HEX NUTS (TYP) 1 # 4 (TYP) • n 8" (IN) DAM. 01 0j/ CRIMP -ON CONNECTOR - CRIMPED FINISHED 1 12" = 3 9/18" (IN) DIAM. 3" (IN) STEEL PIPE 3" (IN) STEEL PIPE (SCHEDULE 40) BOLT CIRCLE _ / WITH A MANUFACTURER'S RECOMMENDED CRIMPER GRADE CLR HOLE (SCHEDULE 40) GROUNDING CONNECTION DETAIL BASE PLATE DETAIL f° ANCHOR BOLT TEMPLATE * WELD STUD TO POLE WALL TO MAXIMUM EXTENT _ - POSSIBLE -1/2" (IN) MINIMUM WELD O 1-1T'r-i - TOP EQUIPMENT CONFIGURATIONS VARY AMONG DIFFERENT MANUFACTURERS r ii ii� � J_ ��--rii--� ro SIDEWALK SIDEWALK I GROUNDING EQUIPMENT GROUNDING CONDUCTOR Z CONDUCTOR BASE PLATE ASSEMBLY ^ Zv ; I iii I - i y18 12' (IN) DIAMETER STEEL HEAVY HEX NUT, WITH f fl" WASHER, TWO EACH REQUIRED PER 2 12" (IN) CLR. • ' 12" (IN) STEEL BASE PLATE ANCHOR BOLT - MINIMUM OF TWO THREADS ABOVE (IYP.). ; n PREMOLDED JOINT FILLER GROUT PAD -INSTALL ti TOP OF NUT OR 5/9" (IN) MAXIMUM (TYP.) (IN) BASE PLATE - AFTER PLUMBING ' I I I2 # 4 (TYP.) %� I SEE DETAIL SE # 4 STANDARD 3/8' (IN) DRAIN TUBE -'4' .' 1:33 1l8 1 • a . I_ (TYP.) 70P OF CURB _ __1__-1 ANCHOR BOLT TEMPLATE ASSEMBLY ANCHOR BOLT TEMPLATE -TWO REQUIRED - " 2' IN ]OSEpy • CONDUIT COUPLING - INSTALLo D PVC STUBOUT C'� 12" (IN) N 24' (IN) FULL THREAD ANCHOR BOLTS - FOUR REQUIRED FLUSH WITH TOP OF FOUNDATION. O� OR pASy� NOT GLUE PVC STUBOUT) ., q 4' r ' 1 12" CLR (DO p' TOP OF SECTION DL4METER 112" (IN) DAM. STEEL HEAVY HEX NUTS - i . (') SIDEWALK y' tTJ ELECTRICAL CONDUIT FOUR REWIRED PER ANCHOR BOLT _t FLAT WASHERS - FOUR y i i ���• •o REQUIRED PER ANCHOR BOLT Z. �,I; y yl'i 9 �` 902o e0 0�qBGISTS* SQUARE �.- PREMOLDED 0 �G1 SECTION A O iD m I ,J n n iii n n il� JOINT FILLER ANCHOR BOLT /OVAL TEMPLATE ASSEMBLY REINFORCING STEEL BENDING DIAGRAM -4+r1��� 2 #4(TyP) ACCESSIBLE PEDESTRIAN PUSHBUTTON WITH CURB BASE m STANDARD PLAN J-20.11-02 1" (IN) DIAMETER SHEET 1 OF 2 SHEETS ELECTRICAL APPROVED FOR PUBLICATION CONDUIT ELEVATION PERSPECTIVE VIEW14r"°r'D BTAIE D..N ENGINEER s h 0.pvin�4d Tn rpenoYan TYPE PPB STANDARD DETAILS a 9' (IN) DIAMETER 118 BOLT CIRCLE 3N8 @94 (TYP.) T#4 REINFORCING STEEL QUANTITIES LIST MARK3Q I Q4 1 ® z S' (IN) DIAMETER HOLLOW IN �� • �• CENTER OF GROUT PAD SIGNAL (APS) ASSEMBLY 0 #a I/ U(m(m - 9I( CONDUCTOR (SEE NOTE 5) 2 12" CLR. 314" (IN) STEEL BASE PLATE - SEE DETAIL (TYPJ 2, 0' SQUARE TYPE 1 SIGNAL POLE PLAN VIEW 1" (IN) DIAMETER . FOUNDATION DETAILS HOLE (TYP.) HAND HOLE OR 5/8" (IN) MAXIMUM (TYP.) TYPE 1 SIGNAL POLE a 9' (IN) DIAMETER 118 BOLT CIRCLE 3N8 @94 (TYP.) T#4 REINFORCING STEEL QUANTITIES LIST MARK3Q I Q4 1 ® 80 QTY- 1 3 1 2 1 3 1 7 314' (IN) STEEL PLATE LATH HOLE = POLE BASE + 116" (IN) BASE PLATE DETAIL I- (IN) DIAMETER 114' (IN) STEEL HOLE (TYP.) - PLATE ttn" \\�' ttrr Q B" (IN) DIAMETER - BOLT CIRCLE ANCHOR BOLT TEMPLATE O#4 fV I. . •III m n I o i ELECTRICAL CONDUIT - SEE CONTRACT FOR DIAMETER ANCHOR BOLT TEMPLATE ASSEMBLY ANCHOR BOLT TEMPLATE - TWO REQUIRED 3/4" (IN) . 38' (IN) FULL THREAD ANCHOR 2 12" CLR. BOLT - FOUR REQUIRED C d 314' (IN) DIAM. STEEL HEAVY HEX NUTS FOUR REQUIRED PER ANCHOR BOLT PERSPECTIVE VIEW SQUARE FLAT WASHERS - ELEVATION FOUR REQUIRED PER ANCHOR BOLT)FOUNDATION DETAIL TYPE 1 SIGNAL STANDARD DETAILS REINFORCING STEEL BENDING DIAGRAM SEE STD. SPEC. 8.07.1(2) FOR BENDING DIAMETER 135' I I HOOK (TYP.) 135' Q HOOK #4 ( (TYP) #4 1'-T' 2'-7' 3'-2" (�) #4 © #4 DIMENSIONS ARE OUT TO OUT 4� O9tiN ACCESSIBLE PEDESTRIAN SEE STANDARD PLAN J-20.20 SIGNAL (APS) ASSEMBLY CONDUCTOR SUPPLEMENTAL GROUNDING BASE PLATE ASSEMBLY - CONDUCTOR (SEE NOTE 5) 314' (IN) DIAMETER STEEL HEAVY HEX NUT, 314" (IN) STEEL BASE PLATE - SEE DETAIL WITH FLAT WASHER, TWO EACH REQ -0 b TYPE 1 SIGNAL POLE GROUT PAD - INSTALL AFTER b PLUMBING STANDARD HAND HOLE OR 5/8" (IN) MAXIMUM (TYP.) 318" (IN) I.D. DRAIN TUBE LEVELING NUT (TVP.) ®#4 PREMOLDED n 314" (IN) CHAMFER JOINT FILLER FINISHED i (TYP) ')+ 1 GRADE 1" TO 2" I TOP OF FOUNDATION - GROUNDING CONNECTION - SEE STANDARD PLAN J-20.20 EQUIPMENT GROUNDING CONDUCTOR SUPPLEMENTAL GROUNDING BASE PLATE ASSEMBLY - CONDUCTOR (SEE NOTE 5) 314' (IN) DIAMETER STEEL HEAVY HEX NUT, 314" (IN) STEEL BASE PLATE - SEE DETAIL WITH FLAT WASHER, TWO EACH REQ -0 PER ANCHOR BOLT - MINIMUM OF GROUT PAD - INSTALL AFTER TWO THREADS ABOVE TOP OF NUT PLUMBING STANDARD OR 5/8" (IN) MAXIMUM (TYP.) 318" (IN) I.D. DRAIN TUBE LEVELING NUT (TVP.) IN GROUT PAD @104 2" (IN) PVC STUBOUT 314" (IN) CHAMFER FINISHED i (TYP) ')+ 1 GRADE 1" TO 2" I TOP OF FOUNDATION - T i FLUSH WITH SIDEWALK TOP OF SIDEWALK 8' (IN) DUWM.HOLLOW IN CENTER OF I GROUT PAD ,� I �. _i 2 12- C'L'R. -��'---- PREMOLDED JOINT FILLER SUPPLEMENTAL GROUNDING 5 # 4 Q CONDUCTOR CLAMP I (SEE NOTE 5) I ©#4 I ANCHOR BOLT ELECTRICAL CONDUIT -SEE CONTRACT FOR DIAMETER SECTION OD KEY NOTE OCONDUIT COUPLING - INSTALL FLUSH WITH TOP OF FOUNDATION. (DO NOT GLUE PVC STUBOUT) TOP OF CURB TOP OF FOUNDATION DT WAAy7\ AteC)STBQ�O ;�ONAL ACCESSIBLE PEDESTRIAN PUSHBUTTON WITH CURB BASE STANDARD PLAN J-20.11-02 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION BTATED *NENGINEER Alft T w-1 k bn 51 D.pv f Tmrypellu6u. m m m m m m m m m m m m m m m m m m M M M M M M M M M M M M M M M M ' M M TOP OF z POLE rc 1/4' (IN) WEEP HOLE m 1/4" (IN) WEEP HOLE i o BELOW MATCHLINE- SEE DETAILS ON PEDESTRIAN SIGNAL HEAD ac MATCHLINE WITH TYPE D MOUNT I TYPE C MOUNT PLACEMENT 1" (IN) DIAMETER HOLE (TYP.) TAPERED STEEL -_ SHAFT I � iA - It /� o \� 9" (IN) DIAMETER m BOLT CIRCLE 314" (IN) STEEL PLATE 1/8 3116 BASE PLATE DETAIL INSTALL ROSETTE IF CP11CK1UT IS OPEN 1/4" (IM WEEP TOP OF HOLE SIDEWALK NIPPLE TOP OF POLE MATCHLINE to HAND HOLE (SEE NOTE 6) OFFSET SLIPFITTER - PREMOLDED r T OFFSET TO FRONT JOINT FILLER OF POLE CONCRETE FOUNDATION (SEE NOTE 1) TYPE D MOUNT VIEW O PEDESTRIAN SIGNAL STANDARD (FIXED BASE SHOWN) TYPE D MOUNTING DETAIL NOTES PEDESTRIAN SIGNAL HEAD 4 WITH TYPED MOUNT 1. See Standard Plan J-21.10 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, 4 112" (in) O.D. at slipfitter - EQUIPMENT GROUNDING CONDUCTOR SUPPLEMENTAL GROUNDING CONDUCTOR (SE NOTE 8) TOP OF FOUNDATION SUPPLEMENTAL GROUNDING CONDUCTOR (SEE NOTE 8) PERSPECTIVEIV EW 5 � ? ASCI ST81`�O � ►��ONAL �'� PEDESTRIAN SIGNAL STANDARD (TYPE PS) DETAILS STANDARD PLAN J-20.16-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION sr�re oes� eNwr�n TW.I`I V n Slob Dpvl .l TTI pafeY- weld. Taper shall be 0.14" (in) per foot. 3. Welding of structures shall be in accordance with the latest edition of the AWS 131.1 Structural Welding Code - Steel. All butt welds shall be ground flush with base metal. 4. See Standard Plan J-20.26 for Accessible Pedestrian Pushbutton details. 5. See Standard Plan J-20.20 for Accessible Pedestrian Signal Standard Electrical details. 1/4' (IN) WEEP HOLE 6. Hand holes shall include a removable, rain -tight cover and gasket, fastened with two stainless steel OFFSET SLIPFITTER screws (ASTM 593). 7. 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 a manufacturer recommended crimper). ABOVE MATCHLINE - USE DETAILS - FOR PEDESTRIAN SIGNAL HEAD 8. The junction box serving the standard shall preferably be located 5'- 0" (1V - 0" max.) from WITH TYPE C MOUNT the standard. 9. Where shown in the plans, install plaque (R10 - 32P) "PUSH BUTTON FOR 2 SECONDS FOR EXTRA CROSSING TIME" two inches above the Accessible Pedestrian Signal (APS) Assembly. TAPERED STEEL SHAFT 1/4" (IN) STAINLESS STEEL HEX NUT (SEE NOTE 2) POLE WALL STAINLESS STEEL WASHERS(TYP.) ACCESSIBLE PEDESTRIAN 1/4" ON) DIAMETER " 1 1/4' (IM LONG SIGNAL (APS) (SEE NOTE 5) STAINLESS STEEL STUD 1/8 1/4" (IN) STAINLESS STEEL NUT HEX (TYP.) FULL CIRCLE CRIMP -ON CONNECTOR (TYP.) EQUIPMENT GROUNDING CONDUCTOR SUPPLEMENTAL GROUNDING CONDUCTOR GROUNDING CONNECTION - r SEE DETAIL GROUNDING CONNECTION JOSEp� DETAIL ov WASyj - EQUIPMENT GROUNDING CONDUCTOR SUPPLEMENTAL GROUNDING CONDUCTOR (SE NOTE 8) TOP OF FOUNDATION SUPPLEMENTAL GROUNDING CONDUCTOR (SEE NOTE 8) PERSPECTIVEIV EW 5 � ? ASCI ST81`�O � ►��ONAL �'� PEDESTRIAN SIGNAL STANDARD (TYPE PS) DETAILS STANDARD PLAN J-20.16-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION sr�re oes� eNwr�n TW.I`I V n Slob Dpvl .l TTI pafeY- d� NOTES W-:1 AL BLOCK 1. See Standard Plan J-21.10 for Signal Standard Foundation With Fixed Base and Slip Base details. 2. See Standard Specification 9-29.3 for Cable Conductor requirements. o TERMINAL3. Install heat shrink caps on all spare conductors not terminated on a terminal strip. BLOCK(TYP) 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 R qr crimp -on connector (Crimped with a manufacurees recommended crimper). CL I�- SEE NOTE 3 1!4" WEEP HOLE USE SLIPFITTER - OFFSET TOP MOUNT, W PLACE OFFSET TO FRONT OF POLE, 7 * 2 DRILL TO SEAT SET SCREWS FOR SIGNAL HEAD MOUNTING IMSA 2D-1 5C #14 CABLE 1!4" WEEP HOLE DETAILS; SEE STANDARD NEUTRAL CONDUCTOR PLAN J-20.16 B PEDESTRIAN SIGNAL WIRING DETAIL BRONZE COLLAR AND TERMINAL COMPARTMENT IMSA 241 3C #14 CABLE (TYPE D MOUNTING SHOWN) 0 7 * 2 0 WALK DISPLAY j IMSA 20-1 7C #14 CABLE 1 WB U - FROM CONTROLLER (SEE NOTE 3) J IMSA 20.1 7C OR 5C #14 CABLE - -- ACCESSIBLE PEDESTRIAN m- TO SIGNAL DISPLAY (SEE CONTRACT PUSHBUTTON DETAILS PLANS FOR WIRE SIZE AND QUANTITIES) SEE STANDARD PLAN J-20.28 <Z K O 2C(SH)CONDUCTOR - FROM CONTROLLER DOUBLE PEDESTRIAN SIGNAL WIRING DETAIL (TYPE C MOUNTING SHOWN) V,NSULINER SLEEVE ACCESSIBLE PEDESTRIAN PUSHBUTTON WIRING DETAIL IMSA 241 7C OR 5C #14 CABLE - TO SIGNAL DISPLAY (SEE CONTRACT PLANS FOR STAINLESS STEEL WIRE SIZE AND QUANTITIES) 2C (SH) CONDUCTOR - TO PUSHBUTTON WASHERS (TYP.) (SEE CONTRACT PLANS FOR QUANTITIES) 1I8 GROUNDING 114" DIAMETER . 1" LONG CONNECTION HAND HOLE POLE WALL STAINLESS STEEL STUD EQUIPMENT GROUNDING CONDUCTOR - SEE NOTE 5 LEVELING NUT (TYP.) 318" DRAIN TUBE STAINLESS STEEL REINFORCING STEEL NUT !v BAR (TYP.) STAINLESS STEEL NUT SUPPLEMENTAL GROUNDING CONDUCTOR - SEE NOTE 4 FULL CIRCLE CRIMP -ON EQUIPMENT GROUNDING CONNECTOR (TYP.) CONDUIT COUPLING - INSTALL FLUSH WITH TOP OF FOUNDATION CONDUCTOR - SEE NOTE 5 (DO NOT GLUE PVC STUBOUT) GROUNDING CONNECTION f DETAIL SUPPLEMENTAL GROUNDING ELECTRICAL CONDUIT - SEE j CONDUCTOR - SEE NOTE 4 CONTRACT PLAN FOR DIAMETER CONFIGURATIONS VARY AMONG DIFFERENT MANUFACTURERS (SHOWN EXPLODED FOR CLARITY) FOUNDATION WIRING DETAIL SC PEDESTRIAN HEAD TERMINATIONS TERMINAL COLOR NUMBER CODE USE 7 * 1 R DON'T WALK DISPLAY 7 * 2 G WALK DISPLAY 7* 3 W NEUTRAL CONDUCTOR 7 * 6 B SPARE CONDUCTOR 7 * 7 O SPARE CONDUCTOR Yf A$5DUTATED PHASE NUMHEI 7C PEDESTRIAN HEAD TERMINATIONS TERMINAL COLOR NUMBER CODE USE 7 * 1 R DON'T WALK DISPLAY 7 * 2 O WALK DISPLAY 7 * S W NEUTRAL CONDUCTOR 7 4 6 B SPARE CONDUCTOR 7 * 1 O DON'T WALK DISPLAY 7 * 2 BL WALK DISPLAY 7 it 3 1 WB NEUTRAL CONDUCTOR * ASSOCIATED PHASE NUMBER ]OSEPhn, 1011 6 y Jill, a ¢ 1W IN 90 f 39820 h.GIST �S'ONAL PEDESTRIAN SIGNAL STANDARD (TYPE PS) ELECTRICAL DETAIL STANDARD PLAN J-20.20-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch 111 5/20113 _ sure cealtw u�oHFtn wre T W.rh%g . S> D p m ofTmn"* la Af M M M � M M M � M M M M M M M M M M M M M M M i M M M HOUSING FIXTURE -THREE 12" LENSES w 0 0 z z w w PLACE SEAR Of SILICONE y ON TOP OF SEARRATED AREA m END CAP NEOPRENE GASKET HOUSING FIXTURE STEEL WASHER - THREE 12" LENSES F" Y - / 1 1/2" DIAM. TOP OF POLE `—�CONDUIT LOCKNUT RUBBER MOUNTING ASSEMBLY (TVP.) i SLIPFITTER SEAL(TYP.) I LOCK NIPPLE - 1 1/2" [NAM. 1l4" WEEP HOLE SLIPFITTER - OFFSET TOP MOUNT, SET OFFSET TO BACK OF POLE. a TAPERED STEEL SHAFT a I - SEE NOTE 2 ACCESSIBLE PEDESTRIAN PUSHBUTTOP W ii "4 `JI1 �WITH DUEL ASSEMBLY MOUNTING TAPERED STEEL SHAFT MAX. .`/✓' ADAPTER(TYP.) SIDEWALK E TOP OF FOUNDATION PAVED SURFACE 1" UNPAVED SURFACE FLUSH N OF SII CONCRETE FOUNDATION - SEE NOTE 1 TYPE 1 SIGNAL STANDARD FIXED BASE SHOWN NOTES 1. See Standard Plan J-21.10 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 slipftler. 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 D1.1 Structural Welding Code - Steel. All butt wells 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° g0° 135', 180', 225°, 270°, or 315° shall utilize: Type A mounting when two pedestrian heads are installed on the same signal pole. a 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 ]OSBp�, a O OP 11AS111 ill, �0 q� 39820 P70NAL TYPE 1 SIGNAL STANDARD DETAILS STANDARD PLAN J-21.15-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch NI 6110113 $TATE OE&OIEWNEEA MTE 7 *`W`gb Sar° Dpo� of T a"° "m FLASHING BEACON END CAP FLASHING BEACON PLACE BEAD OF SILICONE ON TOP POLE OF SERRATED AREA A 8" POLYCARBONATE - ; FULL CIRCLE VISOR SINGLE FLASHING BEACON 4. Visor shall be 8" Polycarbonate, fully an - (SEE NOTE 5) SIGN PANEL LOCKNIPPLE -Ilp j sign. Display shall be of appropriate color MOUNTING BRACKET needed. AND STEEL STRAP (TYP.) - j - SEE STANDARD PLAN G-24.10 1/4" WEEP TAPERED STEEL SHAFT _ HOLE SUPFITTER - OFFSET TOP MOUNT. PLACE OFFSET 6. Junction Box serving the Standard shall TO BACK OF POLE SIGN BRACE - SEE preferably be located 5'- 0" (10'- 0" Max.) STANDARD PLAN 030.10 0 from the Standard. PIN RECEPTACLES LL----------------- SERRATED RING - NO PINS ----- v TAPERED STEEL - OFFSET TOP MOUNT SHAFT OFFSET TO BACK OF POLE FLASHING WARNING BEACON m 3` DETAIL OA SINGLE FLASHING BEACON DETAIL Jtr USE DETAILS BELOW MATCHLINE ON RAMP METER WITH DOUBLE FLASHING BEACON FLASHING BEACON ` TOP OF FLASHING BEACON (TVP.) POLE metal. T-3' V-3" NOTES TOP of i 1. See Standard Plan J-21.10 for Signal POLE Standard Foundation details. 2. All poles shall be hot dip galvanized per ' AASHTO M111. I j 3. Welding of structures shall be in accord- ance with the latest edition of the AWS D1.1 Structural Welding Code - Steel. All I d b tt Id h 11 be d fl h th b MOUNTING BRACKETU ` Wa as a groun us wl ase AND STEEL STRAP (TYP.) I ���'' metal. - SEE STANDARD PLAN G-24.10 ; SINGLE FLASHING BEACON 4. Visor shall be 8" Polycarbonate, fully an - SIGN PANEL closed circle at bottom to reduce glare on -Ilp j sign. Display shall be of appropriate color SIGN BRACE - SEE needed. STANDARD PLAN G30.10 j 1 1/2" DIAM. 5. See Standard Plan J-21.17 for Electrical TAPERED STEEL SHAFT _ HEX LOCKNUT - details. -------------- 6. Junction Box serving the Standard shall LOCKNUT(TYP.) preferably be located 5'- 0" (10'- 0" Max.) STEEL SET SCREWS, (2 REO -D.) from the Standard. 0. 3 �I; �9- I BOTTOM OF SIGN J 0. ; j USE DETAILS BELOW MATCHLINE j a FOR RAMP METER WITH SINGLE j F FLASHING BEACON � 1/4" WEEP HOLE ORNAMENTAL CAP WITH 2 -WAV FLASHER, NEOPRENE GASKET AND LOCKNUT DETAIL OB ALTERNATING FLASHING BEACON DETAIL (SHOWN WITHOUT HINGE DOOR FOR CLARITY) I ALTERNATWG FLASHING BEACON FLASHING BEACON TYPE 1 SLIP BASE SHOWN BOTTOM OF SIGN ]OSEP�, Qa pgO��gv O1 WAS9I� �' R k ow 100 .9 39820 �G GISTS �q"ONAL FLASHING BEACON TYPE 7 SIGNAL STANDARD DETAILS STANDARD PLAN J-21.76-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch 111 6110113 _ BTATE OE8IGN ENGINEER MTE T Wmhinpbn Stab Dporlm.nt d Tr Por ion IF M M M M M M M r M M M M M M M M M M M NIPPLE - MATCHLINE / SERRATED OR FLANGED ELBOW SINGLE FLASHING BEACON EAMED TEE WITH SETSCREW CONDUIT LOCKNUT - 1 1/2" DIAM. PPLE - 1 1/2" OIAM. TAPERED STEEL SHAFT _ HEX LOCKNUT - - SEE NOTE 2 ALLEN HEAD STAINLESSHEX LOCKNUT(TYP.) STEEL SET SCREWS, (2 REO -D.) PIN RECEPTACLES SERRATED RING - NO PINS SERRATED RING WITH PINS JE PLACE BEAD OF SILICONE ONSLIPFITTER - OFFSET TOP MOUNT TOP OF SERRATED AREAPLACE OFFSET TO BACK OF POLE FLASHING WARNING BEACON NEOPRENE GASKET STEEL WASHER STEEL HEX LOCKNUT - 1 12" DIAM.TAPERED SHAFT CONCRETE FOUNDATION CONDUIT LOCKNUT- 1 12" DIAM. SEE NOTE 1 � 1/4" WEEP HOLE ORNAMENTAL CAP WITH 2 -WAV FLASHER, NEOPRENE GASKET AND LOCKNUT DETAIL OB ALTERNATING FLASHING BEACON DETAIL (SHOWN WITHOUT HINGE DOOR FOR CLARITY) I ALTERNATWG FLASHING BEACON FLASHING BEACON TYPE 1 SLIP BASE SHOWN BOTTOM OF SIGN ]OSEP�, Qa pgO��gv O1 WAS9I� �' R k ow 100 .9 39820 �G GISTS �q"ONAL FLASHING BEACON TYPE 7 SIGNAL STANDARD DETAILS STANDARD PLAN J-21.76-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch 111 6110113 _ BTATE OE8IGN ENGINEER MTE T Wmhinpbn Stab Dporlm.nt d Tr Por ion IF M M M M M M M r M M M M M M M M M M M SEE STANDARD PLAN 121.18 FOR MOUNTING HARDWARE DETAILS FITTING HARDWARE - SEE NOTES 2C (SH) B&W CABLE 1. ALTERNATING FLASHING BEACON 1/4" WEEP HOLE CLAMP CONDUCTORS See Standard Plan J-21.18 for Flashing Beacon Type 1 Signal Standard details. DETAIL ON STANDARD PLAN J-21.16 3. TO PREVENT SLIPPING BEACON HOUSING (TYP.) W provide 3' - 0" min. slack. Clamp to vertical steel reinforcing bar with listed connector (TYP.) 0 4. See Standard Plan J-21.10 for foundation requirements. z o: LL B TERMINAL Provide Cable Tie at wiring entering the Junction Box V. W TC Pt BLOCK (TYP.) m FLASHING B BEACON Standard Plan J-28.70. COLOR CODE p O O DETAIL AO 2C (SH) R Bu �i - WITH FLASHER BEACON HOUSING POLE 8" FLASHING BEACON ORNAMENT CAP - J 1/4" WEEP HOLE NOTES 2C (SH) B&W CABLE 1. See Standard Specification 8-28.3 for Cable Conductor requirements. 1/4" WEEP HOLE 2. See Standard Plan J-21.18 for Flashing Beacon Type 1 Signal Standard details. 8" FLASHING WARNING 3. Supplemental Grounding Conductor shall be non -insulated #4 AWG stranded copper, BEACON HOUSING (TYP.) provide 3' - 0" min. slack. Clamp to vertical steel reinforcing bar with listed connector suitable for use embedded in concrete. 4. See Standard Plan J-21.10 for foundation requirements. TERMINAL BLOCK (TVP.) 5. Provide Cable Tie at wiring entering the Junction Box TC Pt (for Slip Base installations only) -See Detail A, Standard Plan J-28.70. COLOR 8" FLASHING BEACON ORNAMENT CAP - J 1/4" WEEP HOLE 1/4" WEEP HOLE WITH 2 -WAY FLASHER ORNAMENT CAP -, FLASHER 1 2C (SH) B&W CABLE FLASHER 2 - FROM FOUNDATION WIRING COLOR CODE USE ORNAMENTCAP 8" FLASHING WARNING DETAIL AO B POWER - WITH FLASHER BEACON HOUSING FLASHING BEACON WIRING W NEUTRAL R FLASHER 1 - ALTERNATING FLASH - WIRING SHOWN Bu FLASHER 2 TERMINAL BLOCK 2C (SH) B&W CABLE 0 0 0 8" - TO FLASHING BEACON W FLASHING W BEACON GROUNDING STUD WITH NUT - SEE STANDARD PLAN 120.20 FOR - 2C(SH) GROUND CONNECTION DETAILS EQUIPMENT GROUNDING _ INSTALL SIZED REDUCING CONDUCTOR WASHER AND CONNECTOR 1/4" WEEP HOLE TO SECURE CONDUCTORS LEVELING NUT (TYP.) AT TOP OF POLE C } STEEL REINFORCING C 2C (SH) B&W CABLE BAR (TYP.) - FROM FOUNDATION WIRING POLE SUPPLEMENTAL GROUNDING - CONDUCTOR -SEE NOTE 3 CLAMP CONDUCTOR TO STEEL REINFORCING WITH USTED CONNECTOR B SUITABLE FOR USE EMBEDDED IN CONCRETE I DETAIL ( B FLASHING BEACON WIRING SINGLE FLASH WIRING SHOWN POLE HAND HOLE INSTALL UNFUSED QUICK DISCONNECT FOR W CONDUCTOR, AND FUSED FOR B CONDUCTOR - PULL DOWN TIGHT TO CONDUIT CONDUIT COUPLING - II FLUSH WITH TOP OF FC (DO NOT GLUE PVC STL I 1" DIAMETER ELECTRICAL ---".-CONDUIT DETAIL O FOUNDATION WRING FIXED BASE SHOWN TOP OF .E PERSPECTIVE VIEW FLASHING BEACON TYPE 1 ALTERNATING FLASH BEACON SHOWN FLASHING BEACON TYPE 1 SINGLE FLASH BEACON SHOWN ]oSEp s �ogp4 � al W #1' �p 116 4° tz .9 39820 arc° O `AGI STS ♦� $ �r10NAL e�G IM FLASHING BEACON TYPE 1 SIGNAL STANDARD ELECTRICAL DETAILS STANDARD PLAN J-21.17-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch fit 6110/13 6T111E DFBltii FNGINE9i DIE ��fl Wmhinpbn SM. Dpo— IhsrW—i- R Y R CLAMP SLIPFITTER - OFFSET TOP MOUNT, PLACE OFFSET TO BACK OF POLE IMSA 20-1 5C #14 CABLE - CONTINUED FROM FOUNDATION SIGNAL WIRING DETAIL TERMINAL BLOCK R TERMINAL MARK DEFINITION NUMBER 6*1 R RED DISPLAY 6*2 O AMBER DISPLAY 8*3 G GREEN DISPLAY 6*4 B SPARE CONDUCTOR 6*6 W NEUTRAL CONDUCTOR * ASSOCIATED PHASE NUMBER IMSA 20-1 5C #14 CABLE )1 - CONTINUING TO SIGNAL DISPLAY B (SEE NOTE 4) (SEE CONTRACT PLAN FOR WIRE SIZE AND QUANTITIES) GROUNDING STUD WITH NUT - SEE STANDARD PLAN J-20.20 FOR GROUND CONNECTION DETAILS INSTALL SIZED REDUCING _ WASHER AND CONNECTOR TO SECURE CONDUCTORS AT TOP OF POLE STEEL REINFORCING BAR (TYP.) SUPPLEMENTAL GRO CONDUCTOR - SEE CLAMP - SEE NOTE 3 POLE HAND HOLE 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 Y - 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. B. Provide Cable Tie at wiring entering the Junction Box (for Slip Base installations only) - See Detail A, Standard Plan J-28.70. _ EQUIPMENT GROUNDING CONDUCTOR LEVELING NUT (TVP.) C I NDUIT COUPLING - INSTALL FU WITH TOP OF FOUNDATION (DO NC GLUE PVC STUBOUT) CONCRETE FOI - SE ELECTRICAL CONDUIT - SEE CONTRACT PLAN FOR DIAMETER FOUNDATION WIRING DETAIL SIDEWALK EDGE FLUSI OF ISOMETRIC VIEW TOP OF POLE Jos Epy OQp���Q. p1 WASy� 10 FOn C F1 'N b cc 10 039820 44;� 'o�y'F`#di STS11, }�� j g S10NAL S € mil TYPE 1 SIGNAL STANDARD ELECTRICAL DETAILS STANDARD PLAN J-21.20-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich N 6110113 aT­oetpw ercwern a�Te 7- W-hhVft. Stab D."—f T�vepoblien r M� M M= M M M r M � = M M r r= r M M = M! M� M� r M M M M! M TOP OF FOUNDATION LEVEL W/ GROUNDING CONDUCTOR NOW INSULATED #4 AWG STRANDED TOP OF FOUNDATION LEVEL W/ GROUND SLOPE - GREATER THAN 3H: 1V TO 2H: 1V GROUNDING CONDUCTOR NON- INSULATED #4 AWG STRANDED NOTES IsOR ABOVE SOIL SURFACE COPPER- PROVIDE Y MIN. SLACK SIDEWALK OR ABOVE SOIL SURFACE TYPE 700 1 900 1 1350 1 1500 1 1900 1 2300 2800 3000 COPPER- PROVIDE Y MIN. SLACK 1. This structure has been designed according to the Fifth - SEE STANDARD PLAN J-26.15 FOR PLACEMENT DETAILS (ROUTE CONDUCTOR TO GROUNDING T-O'SQUARE SPECIAL FOUNDATION TYPE - SEE STANDARD PLAN J-26.15 FOR PLACEMENT DETAILS SIGNAL POLE (ROUTE CONDUCTOR TO GROUNDING T-0"ROUND B'-0' 8'-0' 9'-0" 1V-0" 13'-0' 15'-0" 18'-a' 18'-0' Edition 2009 AASHTO Standard Specifications for Y-0"ROUND IV -0' 11'-0' 12'-0' 14'-0' 18'-0" 18'-0" 21'-0' 21'-0' SIGNAL POLE STUD) a T-0' 7'-0' T-0' B'-0" a --O' 9--D' 1D-0' 10'-0' 4'-O'ROUND 10'-0' 10'-0' 10'-0' 11'-0• 11'-0' 12'-0" 13'-0' 13'-0" i STUD) 2500 PSF OR GREATER Structural Supports for Highway Signs, Luminaires and 3'-0"SQUARE B-0' a' - G" S - a" S-0' T - G' T -o" 8'-a" a' -G" 3'_0'3QUARE 9'-G" II 9'-O' W -O' 10'-0" 10'-G" 11'-O' 11'-G' CONDUIT COUPLING - INSTALL FLUSH WITH TOP OF FOUNDATION (DO NOT 4'-0"ROUND 7_0' 9'-0' 9'-G' 7-0" 10'-0" 10'-9' 11'-0" 11'-0' >,t < J GROUT W / 31W a DRAIN HOLE GROUND SLOPE- 3H: IV OR FLATTER I ALLOWABLE LATERAL BEARING PRESSURE CONDUIT COUPLING - INSTALL FLUSH WITH TOP OF FOUNDATION (DO NOT ALLOWABLE LATERAL BEARING PRESSURE Traffic Signals. Basic wind velocity is 90 mph, Design Life/Recurrence Interval 50 ears, and Fatigue Category III. Y 9 9 rY TYPE 79p 900 1350 1800 1900 2300 2600 3000 GROUT W /318' 1 DRAIN HOLE 1000 PSF T- O'ROUND 10'-a' 10'-G' 11'-0' 15'-O' 21'-0" 25'-0' 28'-0' 28'-0' GLUE PVC STUBOUT) T-0"ROUND SPECIAL FOUNDATION TYPE O 4'-G"ROUND SPECIAL FOUNDATION TYPE i I 1500 PSF GLUE PVC STUBOUT) 2. Foundations are designed for Type II, III, and SD Signal 2500 PSF OR GREATER 3'-O'ROUND F-0" 8'-0' 7'-G" 11'-G' 13'-0' 18'-0" 27-0" 20'-0" 2500 PSF OR GREATER T-0"ROUND 9'-0" 9'-0" 10'-0' 14'-0' 1' 21'-O" 1 23'- 0"1 23'-0' 4-_0'ROUND S -O' 8'-G' 9'-D' S -O' T -D' 9--0' 9'-0" 9'-0' 4'-0"ROUND 9'-0" 9'-0" I 9'-0" I T -O' 10'-0' 17-0' lz.(rl 17-0' Standards with a maximum mast arm length of 65'. f, F' a tv 7 EARTH EMBANKMENT -_z y xx AS REQUIRED -SEE R PLACEMENT DETAILS _ -m EARTH EMBANKMENT AS REQUIRED - SEE f. PLACEMENT DETAILS 3. Foundations are designed for Single Mast Arm Standards and Double Mast Arm Standards with 90' between arms. 5, t'3 o _ Special foundation design is required for DoublesArm EXISTING GRADE � W/� ry �� 11 EXISTING GRADE Standards where the angle between mast arms is other of, goO�Ythan 2 oImo°�1 MAX. 90°. For Double Mast Arm Standards with 90° between arms, use larger XYZ value for foundation depth W uow wryii 1 MAX GROUNDSLOPE F <_ y --n 1 GROUND SLOPEselection. n NCHOR BOLTS & ANCHOR LATE SUPPLIED BY SIGNAL z p = 4 0 -P 1 ANCHOR BOLTS & ANCHOR PLATE SUPPLIED BY SIGNAL 4. Foundations not within the parameters of this standard require Special Design. Contact the WSDOT Bridge and 33 IX O ruM.1'-O'CENTERS HOOPS R 15QUARF: OLE MANUFACTURER LL O 1-_" UMfTS OF EXCAVATION y o.$''a (r'P.) L_ I POLE MANUFACTURERo#4 Structures Office through the Engineer for Special Foundation Desi ns. �,0 -#8 BARS EVENLY SPACEDw�LL LL�O 1N HOOPSQ II I I 8-#SBARSgIi_� CLR EVENLY SPACED5. Foundations constructed within Ecolo Embankments R. w 1 0' CENTERSSHORING = fd OR EXTRA EXCAVATION (TYP.)Embankment. shall be increased in depth by the depth of the Ecology y N U CORRUGATED METAL PIPE 6. The top 2 feet of the foundation shall use a smooth form (such as paper or cardboard). After the concrete UNDISTURBED OVER -EXCAVATED AREA SHALL BE BACKFILLED 1'-0 Y-O'ORW-0' UNDISTURBED EARTH has cured, this entire form shall be removed. O v OR ROUND OR 4' - 0' ROUND EARTH WITH CONTROLLED -DENSITY FILL (CDF) OR WITH SOIL IN ACCORDANCE WITH STD. SPEC. &20.3(2) MIN. ROUND (7YP.) (TYP-) 7. For design parameters between the values listed in Table, 9 FOUNDATION REINFORCEMENT DETAIL FOUNDATION REINFORCEMENT AND BACKFILL DETAIL depth requirements may be interpolated between the :: CONCRETE CAST DIRECTLY AGAINST UNDISTURBED EARTH, DRILLED SHAFT O4 CONCRETE CAST WITHIN A CORRUGATED METAL PIPE STAY -IN-PLACE FORM values provided. ALTERNATE # 1 O CONDUIT SIZE AND QUANTITY AS SHOWN IN THE CONTRACT; ALTERNATE # 2 8. Install Signal Foundation Identification Tag. See M CAP BOTH ENDS Standard Plan J-26.15 for details. O2 CLAMP CONDUCTOR TO STEEL REINFORCING WITH LISTED CONNECTOR SUITABLE FOR USE EMBEDDED IN CONCRETE ALTERNATE #2 - CONSTRUCTION METHOD O3 PAPER OR CARDBOARD FORM SHALL NOT STAY -IN-PLACE METAL (SUBSURFACE) FORM REQUIRED FOUNDATION DEPTH "D" TABLE ALTERNATE #1 DRILLED SHAFT -TYPE CONSTRUCTION FOR LATERAL BEARING PRESSURE = 2500 PSF & 0 = 34', 1500 PSF & 0 = 28°, 1000 PSF & 0 = 26° GROUND SLOPE - 3H: 1 V OR FLATTER GROUND SLOPE - GREATER THAN 3H: 1V TO 2H: 1V ALLOWABLE LATERAL BEARING PRESSURE FOUNDATION XYZ (FT) ALLOWABLE LATERAL BEARING PRESSURE FOUNDATION XYZ (FT) TYPE 700 900 1350 1500 1900 2300 2900 3000 TYPE 700 1 900 1 1350 1 1500 1 1900 1 2300 2800 3000 1000 PSF 3'-0"ROUND 10'-0" 1G' -G" 11'-0" 11'-0" 15'-0' 1a'-0" 20'-D' 20"-0' 1000 PSF T-WROUND SPECIAL FOUNDATION TYPE T-0"SQUARE 8'-0' 8'-0" 9'-O' 9'-0' 10'-D" 11'-O' 1Z-0' 17-0' T-O'SQUARE SPECIAL FOUNDATION TYPE 4' -O -ROUND 8'-0' e'-0' 9'-O" 9'-0" 10'-0' 11'-G" 17-0" 1Z -O" 4'-WROUND SPECIAL FOUNDATION TYPE 1500 PSF T-0"ROUND B'-0' 8'-0' 9'-0" 1V-0" 13'-0' 15'-0" 18'-a' 18'-0' 1500 PSF Y-0"ROUND IV -0' 11'-0' 12'-0' 14'-0' 18'-0" 18'-0" 21'-0' 21'-0' T-0"SQUARE T -O' T- Or T-0" 111 F -O' W -G" 1D-0- 1D -O' T-O'SQUARE 10'-G' 10'-0' 10'-0' 11'-0' 11'-0" 12'-0" 13'-0' IT -0- a T-0' 7'-0' T-0' B'-0" a --O' 9--D' 1D-0' 10'-0' 4'-O'ROUND 10'-0' 10'-0' 10'-0' 11'-0• 11'-0' 12'-0" 13'-0' 13'-0" 2500PSF OR GREATER 3'-0"ROUND 6'-O" 8'-o' T -a' S -O' 9'-0' 11'-0' 15-G' 1S-0' 2500 PSF OR GREATER 3' -G=ROUND 9'-0' 9'-a" 10'-0- 17-0' 17-0" 14'-O' 16'-O' 1B'-G- 3'-0"SQUARE B-0' a' - G" S - a" S-0' T - G' T -o" 8'-a" a' -G" 3'_0'3QUARE 9'-G" II 9'-O' W -O' 10'-0" 10'-G" 11'-O' 11'-G' 4' -G=ROUND V-0- B'-0' 8'-O' S -G' T-0' T -a" a'-0" &-a' 4'-0"ROUND 7_0' 9'-0' 9'-G' 7-0" 10'-0" 10'-9' 11'-0" 11'-0' ALTERNATE # 2 CORRUGATED METAL PIPE TYPE CONSTRUCTION FOR LATERAL BEARING PRESSURE = 2500 PSF & 0 = 23`, 1500 PSF & 0 = 18', 1000 PSF & 0 = 17' GROUND SLOPE- 3H: IV OR FLATTER GROUND SLOPE -GREATER THAN 3H: 1V TO 2H: 1V ALLOWABLE LATERAL BEARING PRESSURE FOUNDATION Xyz (FT) ALLOWABLE LATERAL BEARING PRESSURE FOUNDATION XYZ (FT) TYPE 79p 900 1350 1800 1900 2300 2600 3000 TYPE 700 900 1350 1600 1900 1 2300 2600 3000 1000 PSF T- O'ROUND 10'-a' 10'-G' 11'-0' 15'-O' 21'-0" 25'-0' 28'-0' 28'-0' 1000 PSF T-0"ROUND SPECIAL FOUNDATION TYPE 4'-O'ROUND a--0' B' -a' 9'-a' 12'-O' 13'-O' 14'-G' 15-0' 16-0" 4'-G"ROUND SPECIAL FOUNDATION TYPE 1500 PSF 3'-O'ROUND 8'-G' 8'-O' IV -0" 15'-0' 18-0' 21'-G" 25-G' 26-0' 1500 PSF 3' -G=ROUND IV -0' 11'-0' 1 14'-0' 18'-0' 21'-G" 24' - U-1 28' - 0`1 23'-G' 4'-0"ROUND T-0' T-0' T-0" 8'-0' 10'-0' 13'•0" 15-0' 15-0' 4'-0"ROUND 10'-0' 10'-0" 10'-0' 11'-0' 13'-0" 16'-0° 16'-0' 18'-G' 2500 PSF OR GREATER 3'-O'ROUND F-0" 8'-0' 7'-G" 11'-G' 13'-0' 18'-0" 27-0" 20'-0" 2500 PSF OR GREATER T-0"ROUND 9'-0" 9'-0" 10'-0' 14'-0' 1' 21'-O" 1 23'- 0"1 23'-0' 4-_0'ROUND S -O' 8'-G' 9'-D' S -O' T -D' 9--0' 9'-0" 9'-0' 4'-0"ROUND 9'-0" 9'-0" I 9'-0" I T -O' 10'-0' 17-0' lz.(rl 17-0' When the existing soil will not retain a vertical face, over -excavate the found- ation area and install a 36" or 48" diameter corrugated metal (pipe) form. The top of the corrugated metal form shall terminate 1 foot below final grade. Continue forming to full height using paper or Cardboard form to achieve a smooth finish on final exposed cement concrete. Support the form as necessary to remain plumb. 6 Place the concrete foundation. 0 Q• ZELD� After concrete has cured, remove the Z•Ie o1 entire paper or cardboard form portion. � a Backfill with controlled -density fill or — 0 compacted borrow in accordance with o y Standard Specification 8-20.3(2). oA rq � 25470 Rf 'UURRAL 66tt3 �ti� SyDNAL IWO FHil SIGNAL STANDARD FOUNDATION PLAN STANDARD PLAN J-26.10-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco BakoUch Ill 03-1512 s1AlE DESION ENGINEER IME r IF wmhirgbn 5101. D.pvN,w,I W lrarpebYs 3/8' PREMOLDED JOINT FILLER SEE TYPICAL SECTION FOR REINFORCEMENT \ I I / TOPFOUNDATION * \ I\��I// LEVEL WITH GRADE SIDEWALK - SIGNAL STANDARD FOUNDATION EE STANDARD PLAN J-28.10 SIGNAL STANDARD FOUNDATION -SEE STANDARD PLAN J-28.10 �A � NOTE �f =z - 0' FOR Y - 0' DIAM. FOUNDATION 2'- 8' FOR 4' - 0' DIAM. FOUNDATION 2'- 8' FOR 3'- 0' SQUARE FOUNDATION 0 SLOPE TO DRAIN AWAY FROM THE FOUNDATION SLOPE NOT STEEPER THAN 5% (SHOWN REDUCED) PLAN FOUNDATION IN OR NEAR SIDEWALK CASE A SIGNAL STANDARD FOUNDATION ------ - SEE STANDARD PLAN J-21.10 i ti I NOT STEEPER THAN 1.5H: 1V FINSHED GRADE SLOPE= FLAT TO 2H: 1V (41-1: 1V SLOPE SHOWN) SECTION AO SIGNAL STANDARD FOUNDATION ----- - SEE STANDARD PLAN J-26.10 It pjb � 30SEpy as O0���016�'��, 71 h SIGNAL STANDARD FOUNDATION - SEE STANDARD PLAN J WW�Bpy�py FGi ---- --- o\a 4NDARD FOUNDATION 4DARD PLAN J-28.10 3'-0- O O NOT STEEPER THAN 2H: 1V FINISHED GRADE SLOPE = FLAT TO 101-1: IV (IOH: 1V SLOPE SHOWN) SIGNAL STANDARD FOUNDATION - SEE STANDARD PLAN J-26.10 (� SLOPE TO DRAIN AWAY FROM THE FOUNDATION SLOPE NOT STEEPER THAN 5% PLAN ELEVATION EXISTING GRADE OR FILL SLOPE = FLAT TO 110H: 1V CASE B 70 SLOPE TO DRAIN AWAY FROM THE FOUNDATION SLOPE NOT STEEPER THAN 5% NOT STEEPER THAN 2H: IV PLAN ELEVATION FINISHED GRADE SLOPE = 3H : IV OR FLATTER EXISTING GRADE OR FILL SLOPE _ > 3H: IV TO 2H: IV BUT NOT FLATTER THAN 101-1: 1V CASE D SIGNAL STANDARD 10 SLOPE TO DRAIN AWAY FOUNDATION - SEE FROM THE FOUNDATION STANDARD PLAN J-28.10 SLOPE NOT STEEPER THAN 5% PLAN ELEVATION EXISTING GRADE OR FILL SLOPE - 10H : 1V TO15 3H : 1V CASE C NOT STEEPER THAN 1.51-1: IV FINISHED GRADE SLOPE = STEEPER THAN 3H: IV BUT NOT STEEPER THAN 2H : 1V m m m m m m m It pjb � 30SEpy as O0���016�'��, 71 h SIGNAL STANDARD FOUNDATION - SEE STANDARD PLAN J WW�Bpy�py FGi -26.1D k loo� ,9e 39820 R� CI8TB0. S�ONAL B� SIGNAL STANDARD FOUNDATION PLACEMENTS STANDARD PLAN J-26.15-01 SHEET 1 OF 3 SHEETS APPROVED FOR PUBLICATION Pasco Bakodch Ill 05117112 STALE DESIGN FMGMEER MTE WwhEgbn State D.PvMwrtl of Tr.maertvlien m m m m m m m m m== m m m m== m m m m m== m r 3l8' PREMOLDED EXISTING GRADE OR CUT SLOPE JOINT FILLER SLOPE = FLAT TO 2H : 1V (MAX SLOPE SHOWN) SEE TYPICAL * TOP OF FOUNDATION SECTION FOR LEVEL WITH GRADE REINFORCEMENT SIGNAL STANDARD FOUNDATION 1 SEE STANDARD PLAN J-26.10 SIDEWALK \�1 O ZT- NOTE * = 7-0* FOR T - O' DIAM. FOUNDATION 2' - 6' FOR 4' - D' DIAM. FOUNDATION 2'- 6' FOR T - 0' SQUARE FOUNDATION 10 SLOPE TO DRAIN AWAY FROM THE FOUNDATION SLOPE NOT STEEPER THAN 5% (SHOWN REDUCED) SECTION OB PLAN FOUNDATION IN OR NEAR SIDEWALK CASE E SLOPE TO MEET FINISHED GRADE SEE SECTIONS FOR SLOPE m SIGNAL STANDARD FOUNDATION - SEE STANDARD PLAN J-26.10 EXISTING GRADE OR CUT SLOPE EXISTING SLOPE STEEPER THAN 10H : IV TO _< 3H: IV TOP OF FOUNDATION (MAX. SLOPE SHOWN) SIGNAL STANDARD LEVEL WITH GRADE FOUNDATION - SEE STANDARD PLAN J-26.10 Lo ,f NOT STEEPER si ".L ,�' BApCSLOPE ` THAN 2H: 1V _- U\ `a SIGNAL STANDARD FOUNDATION SEE STANDARD PLAN J-26 10 PIAN 10 SLOPE TO DRAIN AWAY ELEVATION FROM THE FOUNDATION SLOPE NOT STEEPER THAN 5% EXISTING GRADE OR CUT SLOPE 1 O : 1V TO < 3H : 1V CASE G i SIGNAL STANDARD FOUNDATION SEE STANDARD PLAN J-2&10 1, N O A' ------------- PLAN ELEVATION EXISTING GRADE OR CUT SLOPE FLAT TO 1 OH : IV CASE F TOP OF FOUNDATION LEVEL WITH GRADE BACK SLOPE 3'-0' 3'-0' NOT STEEPER O..--- -- THAN 2H: IV :,::;,; ... . EXISTING GRADE SIGNAL STANDARD OR CUT SLOPE FOUNDATION - SEE FLAT TO 10H : 1V STANDARD PLAN 3-26.10 (MAX. SLOPE SHOWN) 10 SLOPE TO DRAIN AWAY FROM THE FOUNDATION SLOPE NOT STEEPER THAN 5% EXISTING GRADE OR CUT SLOPE SIGNAL STANDARD SLOPE STEEPER THAN `^'1NDATION -SEE 3H: 1 V 12H: IV MAX.) ADARD PLAN J-26.10 (MAX. SLOPE SHOWN) TOP OF FOUNDATION LEVEL WITH GRADE 1 PLAN NOT STEEPER THAN 1.5H; 1V O SLOPE TO DRAIN AWAY FROM THE FOUNDATION SLOPE NOT STEEPER THAN 5% ELEVATION EXISTING GRADE OR CUT SLOPE STEEPER THAN 3H: IV (2H: IV MAX.) CASE H SLOPE TO MEET FINISHED GRADE I - SEE SECTIONS FOR SLOPE SIGNAL STANDARD FOUNDATION SEE STANDARD PLAN J-26.10 JOSEpy n6 y 00 1 lilt �a �a AOS ,9B 39820 QC �D 01 STSV �s10NAL e�G SIGNAL STANDARD FOUNDATION PLACEMENTS STANDARD PLAN J-26.15-01 SHEET 2 OF 3 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 05117112 Alm arwre cesron e+ow�x wre CEMENT CONCRETE SIDEWALK SEE STANDARD PLAN F-30.10 �r OR ASPHALT CONCRETE PAVEMENT �y 2•` 318' PREMOLDED JOINT FILLER SEE TYPICAL SECTION FOR f - REINFORCEMENT _ VARIES T %T I is (41N SIGNAL STANDARD FOUNDATION -SEE STANDARD PLAN J-28.10 p DUAL PEDESTRIAN PUSH BUTTON K O NOTE SIGNAL STANDARD FOUNDATION - SEE - j * =2'-O* FOR 3' - 0' DIAM. FOUNDATION STANDARD PUN J-28.10 2' - S" FOR 4'- 0" DIAM. FOUNDATION m 2' - 6• FOR T - 0" SQUARE FOUNDATION SEE TYPICAL SECTION FOR REINFORCEMENT SIGNAL STANDARD FOUNDATION - 4' - 1. SEE w i SEE STANDARD PLAN J-26.10 * * ro 4'- 6" MIN. FROI OF THE POLE TO TI THE CURB OR EDGE OF LL w CEMENT CONCRETE SIDEWALK m LL -SEE STANDARD PLAN F-30.10 a O H OR ASPHALT CONCRETE PAVEMENT 318• PREMOLDED JOINT FILLER NOTE �c *= APPLIES TO THE SIDE OF THE FOUNDATION WHEN PEDESTRIAN PUSH BUTTON IS TO BE INSTALLED. * FOUNDATION PARTIALLY WITHIN SIGNAL STANDARD SIDEWALK SECTION FOUNDATION -SEE STANDARD PLAN J-28.10 CEMENT CONCRETE SIDEWALK SEE STANDARD PLAN F-30.10 OR ASPHALT CONCRETE PAVER APPLY GROUT EVEN WITH THE p SINGLE PEDESTRIAN PUSH BUTTON BOTTOM OF THE ANCHOR PLATE AFTER PLUMBING THE STANDARD FOUNDATION OUTSIDE THE SIDEWALK SECTION PROVIDE 31T DIAMETER DRAIN TUBE IN THE GROUT PAD WWF 4x4- W 2.9 x 2.9 AT CENTER 10 GAGE STAINLESS STEEL TAG - OF EXTENDED SIDE WALK AT SEE CONTRACT PLANS FOR RECESS FLUSH WITH TOP OF SIGNAL STANDARD FOUNDATION F[X2 EXTENDED SIDEWALK SIGNAL FOUNDATION FINISHED FOUNDATION IDENTIFICATION TAG SIGNAL STANDARD 12 - 28 (NF) x 2' LONG STAINLESS STEEL SCREW - DRILL AND TAP FROM BOTTOM, HAND HOLE LEAVE SCREW FLUSH WITH TOP. APPLY LOCKTITE TO SCREW THREADS TO BIND SCREWS AND I.D. TAG TOGETHER LAYOUT CEMENT CONCRETE SIDEWALK - SEE STANDARD PLAN F-30.10 TRAFFIC ISLAND - SEE CONTRACT PLAN SHEETS FOR DETAILS CEMENT CONCRETE SIDEWALKi OLL K .4 - SEE STANDARD PLAN F -30.10L lI Opp SEE TYPICAL SECTION \ \\ m (LL7 a FOR REINFORCEMENT v y 318' P EMOLDED SEE TYPICAL SECTION - JOINT FILLER FOR REINFORCEMENT P EMOLDED ' JOINT FILLER SIGNAL STANDARD 4'- S' MIN. FOUNDATION - SEE TO FACE OF STANDARD PUN J-28.10 STANDARD 4'-8" MIN. TO FACE OF STANDARD FOUNDATION WITHIN SIDEWALK OR TRAFFIC ISLAND SECTION NOTE REFER TO CONTRACT DOCUMENTS FOR PROJECT SPECIFIC INTERSECTION LAYOUTS 8 TRAFFIC ISLAND MATERIAL TYPE FOUNDATION PARTIALLY WITHIN SIDEWALK SECTION GROUNDING CONDUCTOR NON -INSULATED N4 AWG STRANDED COPPER - PROVIDE Y MIN. SLACK (ROUTE CONDUCTOR TO GROUNDING STUD) FORM TO FINISH GRADE WHEN INSTALLING SIDEWALK OR TRAFFIC ISLAND 318" PREMOLDED JOINT FILLER SIDEWALK OR TRAFFIC ISLAND i IOSEAz;fig a � ROUGHENED CONCRETE SURFACE •o 8 g 3 114 CLAMP CONDUCTOR TO STEEL REINFORCING I I FOUNDATION3/B• MIN. WITH LISTED CONNECTOR SUITABLE FOR USE •� I I �J EMBEDDED IN CONCRETE I fTVP.) 0.05' MIN. I I (TYP) SIGNAL STANDARD FOUNDATION j SEE STANDARD PLAN J-28.10 I I II II FOUNDATION DEPTH 11' A -------- Hz a SHAPE RD """"" """" SQUARE OR ROUND a � DIMENSION 36" - DIAMETER OR WIDTH ALT. # 1 "ALTERNATE I OR 2 - SEE NOTE OBLIQUE VIEW STANDARD PLAN J-26.10 FOUNDATION REINFORCING ONLY PARTIALLY SHOWN FOR CLARITY REINFORCING AND ANCHOR BOLTS SIGNAL FOUNDATION - SEE STANDARD PLAN J-26.10 FOR DETAILS NOT SHOWN. NOT SHOWN FOR CLARITY IDENTIFICATION TAG DETAIL (GROUT PAD OPTION SHOWN) TEXT SHALL BE ENGRAVED 0.014' DEEP TYPICAL SECTION 100�, •9e 39820 �O �� �0 CI ST% ♦� SS�ONAL ��G h K i P ���';� Mio SIGNAL STANDARD FOUNDATION PLACEMENTS STANDARD PLAN J-26.15-01 SHEET 3 OF 3 SHEETS APPROVED FOR PUBLICATION Pasco Bakoflch 111 05117112 _ STATE DESIGN ENOBIEER WE T w..hkv� snl. o.pr .l T.nw n m m r m m� m r m m m m it � m r m m M� M M M � M!� i� r M M r M� M GROUNDING CONDUCTOR - NON -INSULATED It4 AWG STRANDED COPPER - PROVIDE 3'-0' MIN. SLACK (ROUTE CONDUCTOR TO LUMINAIRE GROUNDING STUD) 3" (IN) DIAM. x 3/4" (IN) I GROUT WELL (TYP.) ao r; ANCHOR BOLT (TYP.) - SEE TABLE HEAVY HEX NUT (TYP.) - SIZE TO MATCY ANCHOR BOLT - SEE TABLE 0 0 U I CONDUIT COUPLING - INSTALL FLUSH WITH TOP OF BARRIER (DO NOT GLUE PVC STUBOUT) SEE FIXED BASE FOR DETAILS NOT SHOWN PARTIAL ELEVATION VIEW SLIP BASE ISOMETRIC VIEW ANCHOR BOLT ASSEMBLY (SLIP BASE SHOWN) ROUND WASHER SIZE TO MATCH ANCHOR BOLT (TVP.)- SEE TABLE RAP TEMPLATE SEMBLY (TYP.) - E DETAIL ANCHOR BOLT (TYP.) - SEE TABLE - 3/4' (IN) CHAMFER (TYP.) _ #7 REINFORCING STEEL BAR #4 REINFORCING STEEL HOOP 1O 1" (IN) DIAM. CONDUIT - CAP EACH END - PROVIDE ADDITIONAL CON- DUIT FOR COMMUNICATION OR SIGNAL CABLE WHERE SHOWN IN THE CONTRACT EXTEND THE CONDUIT S' (IN) MIN. BEYOND THE FOUNDATION OR THE CONTROLLED -DENSITY BACKFILL #4 HOOP (TYP.) 1 i III I� I ii I EIGHT #7 BARS. MAST EVENLY SPACED ANCHOR BOL CENTER THE CONDUIT IN THE FOUNDATION i REINFORCING BAR WITH LISTED il11.x• l (HI) TYPE LENGTH H "D" CONNECTOR SUITABLE FOR 1'-3"DIAM. BOLT SINGLE CIRCLE (TYP.) #4 HOOP (TYP.) TOP VIEW tt FIXED BASE 1" ANCHOR BOLT TABLE CLAMP CONDUCTOR TO STEEL MAST MAST ANCHOR BOL HEIGHT (FT) ARM REINFORCING BAR WITH LISTED DIAMETER (IN) (HI) TYPE LENGTH H "D" CONNECTOR SUITABLE FOR 20' TO 50' SINGLE USE EMBEDDED IN CONCRETE 1" 20' TO 50' tt (D + 1/16' (IN)) DIAM. HOLE (T'P.)- CONCRETE CLASS 4000P SEETABLE 1" - - 1/4' (IN) STEEL BAR (TYP.) - #7 (TVP') 46' TO 50' I DOUBLE 10' TO 18' 1 its" 2' (IN) WIDE x V- 3" LONG ANCHOR BOLT TABLE LUMINAIRE MAST MAST ANCHOR BOL HEIGHT (FT) ARM ARM DIAMETER (IN) (HI) TYPE LENGTH H "D" 20' TO 50' SINGLE V TO 16 1" 20' TO 50' DOUBLE S' TO S' 1" 20' TO 45' DOUBLE 10' TO is' 1" 46' TO 50' I DOUBLE 10' TO 18' 1 its" 3/4" (IN) CHAMFER (TYP.) z 00 < m 7 1 N 7 _I_ Z_ y-1"(TYP.) + SEE SLIP BASE FOR DETAILS NOT SHOWN TOP VIEW ELEVATION VIEW STRAP TEMPLATE ASSEMBLY FIXED BASE NOTES 1. See Standard Plan J-28.40 for Luminaire Pole base mounting details. 2. The Strap Templates shall be held in place by nuts, 6" (in) from the top of the foundation and 3" (in) from the bottom of the anchor bolts. Eighteen heavy duty hex nuts and six round washers are required for a slip base assembly. Eighteen heavy duty hex nuts and six plate washers are required for a fixed base assembly. 3. Use Steel Light Standard Foundation Type A on level ground or slopes not exceeding 4H : 1 V. Use Type 8 for slopes steeper than 4H : 1 V, but not exceeding 2H : 1V. Slopes steeper than 2H : 1V shall require a special design. 4. These foundations are designed for a minimum of 2000 PSF (TYPE A) or 1500 PSF (TYPE B) allowable lateral bearing pressure for the soil. A special foundation shall be required for soil with allowable lateral bearing pressure lower than 1500 PSF. 5. The Luminaire Pole height shall not exceed 50' (ft) (147). 6. Slip bases shall not be installed on 50' (ft) (Ht) poles with Double Mast Arms, nor on poles weighing more than 1000 lbs. 7. Slip bases are required on poles installed inside the Design Clear Zone, and on poles installed behind traffic barrier that are within the traffic barrier deflection zone. 8. Foundations constructed within Media Filter Drains shall be increased in depth by the depth of the Media Filter Drain. 9. Exposed portions of the foundation shall be formed to create a Class 2 surface finish. All forming shall be removed upon completion of foundation construction. 10- For excavation, concrete placement, and backfill options, see METHOD 1 and METHOD 2 on Sheet 2 of 2. 11. The anchor bolts shall be high-strength steel, manufactured from ASTM F1554 Grade 105, with heavy hex nuts and hardened washers. Galvanize the anchor bolts according to ASTM F2329. 12. The foundation shall be grounded in accordance with the requirements of Standard Specification 8-20.3(4). 13. See Standard Plana C -Bb and C-85.14 for steel light standards on traffic barrier. 0 O 2547 SLIP BASE AL Gt "10NAL 1� O STEEL LIGHT STANDARD FOUNDATION TYPES A & B STANDARD PLAN J-28.30-03 FIXED BASE SHEET 1 OF 2 SHEETS ANCHOR BOLT LAYOUT APPROVED FOR PUBLICATION _ STAR DESIGN ENDINEER T w,.NIq.N Scan o.M m wx w T—WHatim NOTE These foundation Construction Methods i are applicable to all Steel Light Standard i Placement Cases. See Standard Plans EDGE ER EDGE ER i J-28.22, J-28.24, and J-28.26. SHOULDERSHOULDER ! LUMINAIRE POLE i LUMINAIRE POLE i POLE BASE POLE BASE i SLOPE ROUNDING ! SLOPE ROUNDING 6 EMBANKMENT i.:`:: •'. WIDENING •��! EMBANKMENT y i WIDENING r%.' I i SLOPE 2H: IV (MAX.) i OR FLATTER tob i mo I �- -v So UNDISTURBED SOILUNDISTURBED SOIL SLOPE 2H: 7V (MAX.) e b (TYP i OR FLATTER K m �P') I 4/ TEMPORARY SLOPE OR SHORE AS REQUIRED (TYP.) i LIGHT STA ATKNI i CONCRETE CLASS 4000P METAL FORM FOR LIGHT _ OVER-EXCAVATED AREA SHALL BE BACKFILLED i STANDARD FOUNDATION I - i= WITH CONTROLLED-DENSITY FILL (CDF), OR WITH COMPACTED BORROW IN ACCORDANCE WITH i CONCRETE CLASS 41100P STANDARD SPECIFICATION &20.8(2) LIMITS OF STRUCTURE EXCAVATION m0 �„ 3'-O'DIAM. UNDISTURBED SOIL 1'-0' 3'-O'DWM. a (TYP.) UNDISTURBED SOIL m (CASEA SHOWN) (CASEA SHOWN) m METHOD 1 METHOD 2 NO SUBSURFACE FORM METAL (SUBSURFACE) FORM REQUIRED This option is used only when the existing soil in the hole will When the existing soil will not retain a vertical face, over-excavate remain standing and the cement concrete can be placed with- the foundation area and install a 36' (in) diameter corrugated metal out causing the soil to collapse. Concrete shall be cast directly (pipe) form. The corrugated metal form shall not extend more than against undisturbed soil. 5" (in) +/- 1" (in) below any portion of the foundation that will remain 0 Q• ZEGJJ� exposed upon final grading. Continue forming to full height using a @ QY MASN Auger the hole for the foundation. Use a paper or cardboard form paper or cardboard form to achieve a smooth finish on final exposed �� �G to achieve a smooth finish on the final exposed cement concrete. cement concrete. Support the form as necessary to remain plumb. as Support the form as necessary to remain plumb. See Standard Plans J-28.24 and J-28.26 for maximum heights See Standard Plans J-28.24 and J-28.26 for maximum heights of exposed foundation when no embankment widening is to beT 9 �[� ` of exposed foundation when no embankment widening is to be installed. �°o 'iRAL installed. �SyONAL Place the concrete foundation. Place the concrete foundation. After concrete has cured, remove the paper or cardboard After concrete has cured, remove the paper or cardboard form portion. form portion. STEEL LIGHT STANDARD Backfill with controlled-density fill or compacted borrow in accord- FOUNDATION TYPES A & B Construct the embankment widening (if required). Brice with Standard Specification 8-20.3(2). Construct the embankment widening (if required). STANDARD PLAN J-28.30-03 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION CONSTRUCTION METHODS STALE GESgN ENQINEER M M M M M M M i M M M M M M r M M i M M M M M M r M M= M M M M M= M M M M HEAVY HEX NUT (TYP.) - ® SIZE TO MATCH ANCHOR BOLT - (D+1118" (IN)) DIAM. HOLE SEE TABLE - STD. PLAN J-26.30 WITH SMOOTH CHAMFERED p '• EDGES - SEE TABLE - j ®� ROUND WASHER (TVP.) - STD. PLAN J-28.30 z SIZE TO MATCH ANCHOR BOLT u ® LUMINAIRE POLE m POLE BASE PLATE -- - KEEPER PLATE 12" (IN) THICK x 2" (IN) WDE x 2 3/4" (IN) LONG STEEL BAR ANCHORISLIP PLATE ASSEMBLY - SEE STD. PLAN 128A2 PLATE WASHER DETAIL EXPLODED VIEW CAPPED CONDUIT SUP BASE FOUNDATION - 3/6" (IN) I.D. DRAIN TUBE SEE STD. PLAN 128.30 S77N 3" (IN) DIAM. x 3/4" (IN) GROUT WELL(TYP.) ANCHOR/SUP PLATE ASSEMBLY SLIP BASE FOUNDATION - SEE STD. PLAN J-28.30 PLAN VIEW SLIP BASE THE FINAL HEIGHT OF THE ANCHOR BOLTS MUST BE 1/8" (IN) BELOW THE TOP OF THE ANCHORISLIP PLATE ASSEMBLY TO ENSURE PROPER FUNCTION OF THE SLIP BASE TOP OF ANCHOR BOLT ASSEMBLED ISOMETRK: VIEW SLIP BASE 3 7/8" MAX. • • D V \ D • D D LEAVE e8" (IN) HOLLOW IN THE CENTER OF THE GROUT PAD SECTION OA (CONDUIT NOT SHOWN) LUMINAIRE POLE HEAVY HEX NUT (TYP.) - SIZE TO MATCH ANCHOR BOLT SEE TABLE - STD. PLAN J-28.30 POLE BASE PLATE PLATE WASHER (TYP.) - SEE DETAIL FIXED BASE FOUNDATION - SEE STD. PUN 125.30 CAPPED CONDUIT 3" (IN) DIAM. x 3hV Oho GROUT WELL (TVP.) TORQUE ANCHOR BOLTS (SEE NOTE 4) TOP OF ANCHORISUP PLATE ASSEMBLY APPLY GROUT EVEN WITH THE BOTTOM OF THE ANCHOR PLATE AFTER PLUMBING THE LIGHT STANDARD EXPLODED VIEW NOTES 1. 50' (ft) (H7) poles with double mast arms or poles weighing in excess of 1000 LBS shall not be installed on a slip base. 2. Galvanizing shall be in acconianoB with AASHTO M 111. 3. See Standard Plans C -8b, C-85.15, and J-28.60 for foundation and base plate requirements when light standards are mounted on cement concrete traffic barrier. 4. See Standard Specification Sections 6-03.3(33) and 8-20.3 (4) for the torque requirements for all of the anchor bolt installations. Install 1" (in) diameter clamping bolts in all slip bases to a torque of 95 Foot -Pounds - See Standard Specification Section 8-20.3 (13)A. DO NOT OVERTIGHTEN. After state inspection, burr threads to prevent nut rotation. 5. For anchor bolt Diameter " D ", see table, Standard Plan J-28.30. ASSEMBLED ISOMETRIC VIEW FIXED BASE STEEL LIGHT STANDARD BASE MOUNTING STANDARD PLAN J-28.40-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STAR GlSgN lNOM!!R TW-hi.,b. Slot- O.PmImrM d T. P. APPLY GROUT EVEN 1MTH THE BOTTOM OF THE POLE BASE PLATE AFTER LUMINAIRE POLE PLUMBING THE LUMINAIRE POLE POLE BASE PLATE BOLT CAN PROTRUDE 5/8" ON) MAX. WITH A MIN. OF TWO THREADS EXPOSED 318" (IN) I.D. DRAIN TUBE ABOVE NUT IN GROUT PAD I ASSEMBLED AND GROUTED Q V- ZELlpj' e-4 OQ S,LSy� � ELEVATION VIEW rl FIXED BASE s ASSEMBLED ISOMETRIC VIEW FIXED BASE STEEL LIGHT STANDARD BASE MOUNTING STANDARD PLAN J-28.40-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STAR GlSgN lNOM!!R TW-hi.,b. Slot- O.PmImrM d T. P. EXPLODED ISOMETRIC VIEW LUMINAIRE POLE HEAVY HEX NUT (TYP.) - SIZE TO MATCH CLAMPING BOLT PLATE WASHER (TYP.) - SEE DETAIL POLE BASE PLATE KEEPER PLATE HARDENED ROUND WASHER (TYP.)- SIZE TO MATCH CLAMPING BOLT ANCHOR/SLIP PLATE ASSEMBLY V (IN) DIAM. HEAVY HEX CLAMPING BOLT (TYP.) - TORQUE CLAMPING BOLTS (SEE NOTE 6) 1 114" (IN) DIAM. HOLE WITH SMOOTH CHAMFERED EDGES I I 12' (IN) THICK • 2" (IN) WIDE 2 314- (IN) LONG STEEL BAR PLATE WASHER DETAIL 120- (TYR) R&GAGE SHEET METAL) TOP VIEW KEEPER PLATE 1O SUP BASE NOT ALLOWED - 3" DIAM. OLT CIRCLE 9118' (IN) R. (TYP.) 1/18.0N) DLAM. SUP PLATE (OLE (TYP.) DIAM. HOLE 8' 0N) DIAM. HOLE I TOP VIEW ANCHOR/SLIP PLATE ASSEMBLY NOTES 1. 50' (ft) (111) poles with double mast arms or poles weighing in excess of 1000 lbs. shall not be installed on a slip base. 2. The Slip and Anchor Plates shall be manufactured from ASTM A572 GR.50 or ASTM A588. All Slip Plate notched surfaces shall be finished smooth. 3. The clamping bolts shall be high-strength steel, manufactured from AASHTO M 164, with heavy hex nut and hardened washer. Galvanize the Clamping Bolts according to AASHTO M 232. 4. Round and smooth all edges along wire -way to protect the conductors. See Standard Plan J-28.70 for wiring details. 5. Galvanize the Anchor/Slip Plate after fabrication according to AASHTO M 111. 6. Clamping Bolt diameters may vary on existing installations. Replace them with the same size as the originals when repairing or reusing a luminaire pole. For 1" (in) clamping bolts, tighten to 95 ft -lbs. For 1 1/4" (in) clamping bolts, tighten to 104 ft -lbs. DO NOT OVERTIGHTEN. After state inspection, burr threads to prevent nut rotation. 8' I 812- li 6" J 1" (TYP.) 1 12" 1' - 3' DIAM. i 35' (TYP.) CLAMPING BOLT TABLE LUMINAIRE MAST MAST CLAMPING BOLT HEIGHT (FT) ARM ARM DIAMETER (IN) (H1) TYPE LENGTH (Fr) "D" 29 TO 80' SINGLE 6 TO 16 1" 20 TO 46 DOUBLE 6 TO 6 1" 46 TO W DOUBLE 8' TO B' 11 20 TO 46 DOUBLE 117 TO 16 11 46 TO 50' DOUBLE 10' TO 160 1O SUP BASE NOT ALLOWED - 3" DIAM. OLT CIRCLE 9118' (IN) R. (TYP.) 1/18.0N) DLAM. SUP PLATE (OLE (TYP.) DIAM. HOLE 8' 0N) DIAM. HOLE I TOP VIEW ANCHOR/SLIP PLATE ASSEMBLY NOTES 1. 50' (ft) (111) poles with double mast arms or poles weighing in excess of 1000 lbs. shall not be installed on a slip base. 2. The Slip and Anchor Plates shall be manufactured from ASTM A572 GR.50 or ASTM A588. All Slip Plate notched surfaces shall be finished smooth. 3. The clamping bolts shall be high-strength steel, manufactured from AASHTO M 164, with heavy hex nut and hardened washer. Galvanize the Clamping Bolts according to AASHTO M 232. 4. Round and smooth all edges along wire -way to protect the conductors. See Standard Plan J-28.70 for wiring details. 5. Galvanize the Anchor/Slip Plate after fabrication according to AASHTO M 111. 6. Clamping Bolt diameters may vary on existing installations. Replace them with the same size as the originals when repairing or reusing a luminaire pole. For 1" (in) clamping bolts, tighten to 95 ft -lbs. For 1 1/4" (in) clamping bolts, tighten to 104 ft -lbs. DO NOT OVERTIGHTEN. After state inspection, burr threads to prevent nut rotation. 8' I 812- li 6" J 1" (TYP.) 1 12" 1' - 3' DIAM. i 35' (TYP.) ] i• � 1' - 3" DIAM BOLT CIRCLE 120' (TYP.) 120'(TYR) TOP VIEW SLIP PLATE ES LIP PLATE 7 ANCHOR PLATE 3 8 7118 PLATE 1I8 SECTION OB TOP VIEW ANCHOR PLATE BOLT CIRCLE 7" (IN) qAM. HOLE 1 V4- (IN) THICK ANCHOR PLATE 1 1/18" (IN) DIAM. HOLE (TYP.) rfl 5 � N 254710 , L ►If�ONAL STEEL LIGHT STANDARD ANCHORISLIP PLATE FOR SLIP BASE STANDARD PLAN J-28.42-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION lift STAIC GESIGN ENGINEER T W.N oglan SW, rMp dl of Tm."ftlim M M M M M� i� r M= M M W r M r M M M M M M M M s M M M r� r M M M M M M TAPER DIVIDER ENDS TO MATCH INSIDE - TAPER OF BOX BOX INTERIOR LENGTH -1/16' -� 0 O5/16' x 1" S. S. 5/16' x 1 1/2" S. S. (NP) 1l4 v COUPLING (TNYPT SET SCREW (TYP.) 10 GAGE GALVANIZED m DIVIDER PLATE STEEL SIDE VIEW ELEVATION VIEW (FOR TYPE 2 JUNCTION BOX ONLY) 0 A LID SUPPORT (TYP.) - SEE NOTE 3 GROUND STUD - SEE NOTE 4 COUPLING NUT FOR ALTERNATIVE 2 - SEE SHEET 2 LID LIFTING NOTCH -1/4" x 314" \J HEADED ANCHOR SHEAR STUD - 3/8' x 3' 10 COUNT STUDS EVENLY SPACED AROUND FRAME (PLACE J TO SIDE OF LID BOLT DOWN SUPPORT ANGLE WHEN USING LOCKING DETAIL ALTERNATIVE 2), - SEE NOTE 11 I 3/8" DIAM. HOLE WITH J 112 .13 x 1 112 STAINLESS STEEL PENTA HEAD BOLT BOLT PLATE - SEE DETAIL (TYP, TOP OF SOIL SURFACE OR FINISHED GRADE 3116' JUNCTION BOX DIMENSION TABLE ITEM BOX TYPE TYPE 7 TYPE 2 A OUTSIDE LENGTH OF JUNCTION BOX 22" 33" B OUTSIDE WIDTH OF JUNCTION BOX 17" 22 1/2' C INSIDE LENGTH OF JUNCTION BOX 18'- 19" 28' - 29' D INSIDE WIDTH OF JUNCTION BOX 13" - 14' 17" - 18" E LID LENGTH 17 5/8" 28 5/8" F LID WIDTH 125/8" 181/8' CAPACITY -CONDUIT DIAMETER 1 6" 1 12' DIAMOND PATTERN 318" STEEL COVER - SEE NOTE 2 LIP PLATE (TYP.) LID SUPPORT (TYP.) WELDED WIRE REINFORCEMENT (Typ (fYP.) 1/8� J Q 1 1/4" GAP (TYP.) <" FOR HOOK RELEASE LOCKING LID STANDARD DUTY JUNCTION BOX (CONDUITS NOT SHOWN) A GROUNDING STUD 1 1/2' MIN. 3/8" STEEL SEE NOTE 4 3118" COVER PLATE , LID HOOK P n HOOK G (TYP.) �G4GOV I SEE NOTE 7 I 1 I ` 1 MA) w 0 M w 3 SEE NOTE 6 J Q 1 1/4" GAP (TYP.) <" FOR HOOK RELEASE LOCKING LID STANDARD DUTY JUNCTION BOX (CONDUITS NOT SHOWN) A GROUNDING STUD 1 1/2' MIN. 3/8" STEEL SEE NOTE 4 3118" COVER PLATE , LID HOOK III I HEADE SHEAR ^s WELDED WIRE H( -. BE 318" STEEL COVER LIP PLATE TOP OF PAVED SURFACE TOP OF BASE COURSE = w r SECTION O PERSPECTIVE VIEW NOTES 1. All box dimensions are approximate. Exact Configurations vary among manufacturers. 2. Minimum lid thickness shown. The diamond pattern shall be a minimum of 28% of the overall thickness. Junction Boxes installed in sidewalks, walkways, and shared -use paths shall have a slip -resistant coating on the lid and lip cover plate, and shall be installed with the surface flush with and matched to the grade of the sidewalk, walkway, or shared -use path. The non -slip lid shall be identified with permanent markings on the underside, indicating the type of surface treatment (see Contract Documents for details) and the year of manufacture. The permanent marking shall be 1/8" inch line thickness formed With a stainless steel weld bead and shall be placed prior to hot -dip galvanizing. 3. Lid support members shall be 3/16" minimum thick steel C, L, or T shape, welded to the frame. 4. A 1/4-20 NC x 3/4" stainless steel ground stud shall be welded to the bottom of the lid; include (2) stainless steel nuts and (2) stainless steel flat washers. 5. Bolts and nuts shall be liberally coated with anti -seize compound. 6. Equipment Bonding Jumper shall be # 8 AWG min. ■ 4' of tinned braided copper. 7. The System Identification letters shall be 1/8" line thickness formed by engraving, stamping, or with a S. S. weld bead. See Cover Marking detail. Grind off diamond pattern before forming letters. For System Identification details, see Standard Specification 329.2(4). 8. When required in the Contract, provide a 10" x 27 1/2", 10 gage divider plate, complete, with fasteners, in each Type 2 Junction Box where specified. 9. When required in Contract, provide a 12' deep extension for each Type 2 Junction Box where specified. 10. See the Standard Specifications for alternative reinforcement and class of concrete. 11. Headed Anchor Shear Studs must be welded to the Steel Cover Lip Plate and wire tied in two places to the vertical Welded Reinforcement Wire when in contact with each other. Wire tie all other Headed Anchor Shear Studs to the horizontal Welded Reinforcement Wire. 12. Lid Bob Down Attachment Tab provides a method of retrofitting by using a mechanical process in lieu of I Welding. Attachment Tab shown depicts a typical component arrangement; actual configurations of assembly will vary among manufacturers. See approved manufacturers' shop drawings for specifics. 13. Unless otherwise noted in the plans or approved by the Engineer, Junction Boxes, Cable Vaults, and 11" MI Pull Boxes shall not be placed within the sidewalks, walkways, shared use paths, traveled ways or paved N, shoulders. All Junction Boxes, Cable Vaults, and Pull Boxes placed within the traveled way or paved shoulders shall be Heavy -Duty. VIRE TIED TO 14. Distance between the top of the conduit and the bottom of the Junction Box lid shall be 6" min. to 8" max. D ANCHOR for final grade of new construction only. See Standard Specification &20.3(6). Where adjustments SHEAR STUD (TYP.) are to be made to existing Junction Boxes, or for Interim construction stages during the contract, the limits shall be from 6" min. to 10" max. See Standard Specification 8.20.3(6). a GROUND STUD - SEE NOTE 4 JosEny k COUPLING NUT FOR ALTERNATIVE 2 Q. lr lle SEE DETAIL "E" ALTERNATIVE 2 of 't'SyI 6 0 Equipment Grounding 1 1M MIN. O� �p'� �� 9f � Conductor 3/8" STEEL COVERF LID SUPPORT (TYP.) <V `' C' 3/16" - L SHAPE SHOWN �"' _ Copper Connector LIP PLATE l (TYP.) (SEE NOTE 3) Crimp Coonnector e 318m x 3" HEADED ANCHOR < Equipment Bonding SHEAR STUD (TYP.) 0,pqBC 982o0.Q0 ?� 4 Jumper - see note 6 ------- --- --- - WELDED VIRE N� GIST 4O 8 Gt See Contract for Conduit {I II REINFORCEMENT (TYP.) size and number S�ONAL 0 7'• .1: r (~) 4x4 -W2.9 -M.9 11 (6 GAGE) - SEE NOTE 10 q �M COVER MARKING DETAIL ,1"(TYP.)_l � " 1' (TYP.) ITS 1/2" (TYP.) SEE NOTE 7 2';I . l WELDED WARE HOOP MIN. lllill`,,.• t- 4- (TSE O.9 is GAGE) LOCKING LID STANDARD 10 DUTY JUNCTION BOX TYPES 1 & 2 STANDARD PLAN J-40.10-03 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 5/20113 SECTION Osu�cesxax ri+ow�n wre T w.ningex Sm DWwN lr err TAxyen wen (CONDUITS NOT SHOWN) P ` 1 MA) w 0 M w 3 SEE NOTE 6 SURFACING (BASE COURSE OR TOP COURT -PER STANDARD SPECIFICATION 9-03.90GRS LTCRUSHED CONDUIT SECTION AO III I HEADE SHEAR ^s WELDED WIRE H( -. BE 318" STEEL COVER LIP PLATE TOP OF PAVED SURFACE TOP OF BASE COURSE = w r SECTION O PERSPECTIVE VIEW NOTES 1. All box dimensions are approximate. Exact Configurations vary among manufacturers. 2. Minimum lid thickness shown. The diamond pattern shall be a minimum of 28% of the overall thickness. Junction Boxes installed in sidewalks, walkways, and shared -use paths shall have a slip -resistant coating on the lid and lip cover plate, and shall be installed with the surface flush with and matched to the grade of the sidewalk, walkway, or shared -use path. The non -slip lid shall be identified with permanent markings on the underside, indicating the type of surface treatment (see Contract Documents for details) and the year of manufacture. The permanent marking shall be 1/8" inch line thickness formed With a stainless steel weld bead and shall be placed prior to hot -dip galvanizing. 3. Lid support members shall be 3/16" minimum thick steel C, L, or T shape, welded to the frame. 4. A 1/4-20 NC x 3/4" stainless steel ground stud shall be welded to the bottom of the lid; include (2) stainless steel nuts and (2) stainless steel flat washers. 5. Bolts and nuts shall be liberally coated with anti -seize compound. 6. Equipment Bonding Jumper shall be # 8 AWG min. ■ 4' of tinned braided copper. 7. The System Identification letters shall be 1/8" line thickness formed by engraving, stamping, or with a S. S. weld bead. See Cover Marking detail. Grind off diamond pattern before forming letters. For System Identification details, see Standard Specification 329.2(4). 8. When required in the Contract, provide a 10" x 27 1/2", 10 gage divider plate, complete, with fasteners, in each Type 2 Junction Box where specified. 9. When required in Contract, provide a 12' deep extension for each Type 2 Junction Box where specified. 10. See the Standard Specifications for alternative reinforcement and class of concrete. 11. Headed Anchor Shear Studs must be welded to the Steel Cover Lip Plate and wire tied in two places to the vertical Welded Reinforcement Wire when in contact with each other. Wire tie all other Headed Anchor Shear Studs to the horizontal Welded Reinforcement Wire. 12. Lid Bob Down Attachment Tab provides a method of retrofitting by using a mechanical process in lieu of I Welding. Attachment Tab shown depicts a typical component arrangement; actual configurations of assembly will vary among manufacturers. See approved manufacturers' shop drawings for specifics. 13. Unless otherwise noted in the plans or approved by the Engineer, Junction Boxes, Cable Vaults, and 11" MI Pull Boxes shall not be placed within the sidewalks, walkways, shared use paths, traveled ways or paved N, shoulders. All Junction Boxes, Cable Vaults, and Pull Boxes placed within the traveled way or paved shoulders shall be Heavy -Duty. VIRE TIED TO 14. Distance between the top of the conduit and the bottom of the Junction Box lid shall be 6" min. to 8" max. D ANCHOR for final grade of new construction only. See Standard Specification &20.3(6). Where adjustments SHEAR STUD (TYP.) are to be made to existing Junction Boxes, or for Interim construction stages during the contract, the limits shall be from 6" min. to 10" max. See Standard Specification 8.20.3(6). a GROUND STUD - SEE NOTE 4 JosEny k COUPLING NUT FOR ALTERNATIVE 2 Q. lr lle SEE DETAIL "E" ALTERNATIVE 2 of 't'SyI 6 0 Equipment Grounding 1 1M MIN. O� �p'� �� 9f � Conductor 3/8" STEEL COVERF LID SUPPORT (TYP.) <V `' C' 3/16" - L SHAPE SHOWN �"' _ Copper Connector LIP PLATE l (TYP.) (SEE NOTE 3) Crimp Coonnector e 318m x 3" HEADED ANCHOR < Equipment Bonding SHEAR STUD (TYP.) 0,pqBC 982o0.Q0 ?� 4 Jumper - see note 6 ------- --- --- - WELDED VIRE N� GIST 4O 8 Gt See Contract for Conduit {I II REINFORCEMENT (TYP.) size and number S�ONAL 0 7'• .1: r (~) 4x4 -W2.9 -M.9 11 (6 GAGE) - SEE NOTE 10 q �M COVER MARKING DETAIL ,1"(TYP.)_l � " 1' (TYP.) ITS 1/2" (TYP.) SEE NOTE 7 2';I . l WELDED WARE HOOP MIN. lllill`,,.• t- 4- (TSE O.9 is GAGE) LOCKING LID STANDARD 10 DUTY JUNCTION BOX TYPES 1 & 2 STANDARD PLAN J-40.10-03 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 5/20113 SECTION Osu�cesxax ri+ow�n wre T w.ningex Sm DWwN lr err TAxyen wen (CONDUITS NOT SHOWN) 12 - 13 x 1 1/2 S. S. PENTA HEAD BOLT AND 12"S. S. FLAT WASHER 0 13/8" DIAM. HOLE 0 BOLT PLATE CHANNEL - SEE DETAIL J 3118 y (TYP. 2"x114'-3GAGE STEEL SPACER o (� 3118 1 5B' SLOTTED S. S. CHANNEL WITH S. S. CHANNEL NUT AND SPRING LID LIFTING NOTCH -1/4" x 314' 3/16" LID SUPPORT - L SHAPE SHOWN 3/8" STEEL COVER PLATE - 3/8' STEEL COVER 3/8" STEEL (SEE NOTE 3) SHOWN CUT AWAY FOR CLARITY LIP -- PLATE�T'�' R PLATE B' STEEL COVER n-�!TYPJ LIP PLATE 3116 V1112 V1/8 LID SUPPORT 1"�PLACES - - L SHAPE SHOWN 116 (SEE NOTE 3) d HEXCOUPLINGNUT WWR-WELDED UD BOLT DOWN TO LIP PLATE ATTACHMENT TAB d -SEE DETAIL WELDED WIRE HOOP (TYP.) DETAIL OF W2.9 (6 GAGE) - SEE NOTE 10 ALTERNATIVE 1 SHOWN PERSPECTIVE VIEW LID SUPPORT - 1/4' LID LIFTING L SHAPE SHOWN (SEE NOTE 3) 3/18 g 318' STEEL COVER LIP PLATE _ - 13 x 1 12 S. S. PENTA HEAD BOLT AND 12' S. S. FLAT WASHER BOLT PLATE CHANNEL - SEE DETAIL • 1 P) 1"�PLACES d 3118 1 • 116 e LID HOOK - 1" x 1" x 3116" ANGLE 3/16 11/2 • d 3118 • LID SUPPORT- L SHAPE SHOWN WWR-TIED IN 2 PLACES p (SEE NOTE 3) TO EACH HEADED - d ANCHOR SHEAR STUD STANDARD PLAN J-40.10-03 WWR 4x4-W2.9xW2.9(TVP.) _ SHEET 2 OF 2 SHEETS (6 GAGE) - SEE NOTE 10 SECTION OC 3/8"- 3' HEADED ANCHOR ATTACHMENT TAB SHEAR STUD - WELDED TO S. 5/116 NC x 718'WITH-SEE LIP PLATE 1/2 -13 x 1 12 S. S. PENTA HEAD BOLT AND 112' S. S. FLAT WASHER 1316' DIAM. HOLE LID LIFTING NOTCH - 1/4' x 3/4" BOLT PLATE CHANNEL 31g• STEEL COVER PLATE - -SEE DETAIL SHOWN CUTAWAY FOR CLARITY SEE NOTE6 WWR-TIED IN2�TLID 1"�PLACES TO HEADED ANCHOR SHEAR STUDW 1/8 LOCKING LID STANDARD WR4x4-W2.9xW2.9(TYP.) 3^" —� DUTY JUNCTION BOX TYPES I & 2 (6GAGESEE STANDARD PLAN J-40.10-03 NOTE 10 SHEET 2 OF 2 SHEETS BOLT DOWN 12' S. S. HEX NUT 1/8" x 314" STEEL ANGLE HEX COUPLING NUT ATTACHMENT TAB 318' x 3" HEADEDS. S. 5/116 NC x 718'WITH-SEE DETAIL ANCHOR SHEARS. S. 5/18 NC x 3/4'BOLTSTUD _ 7 wx,n:m.ti stir. o.P„r.rdTAxw tir.ti -WELDED8 S. S. 5/16' FLAT WASHER TO LIP PLATEOWN SUPPORT ANGLE -I 117'x 3' x 1/4' ANGLE DETAIL O ALTERNATIVE 2 SHOWN 112. 13 x 1 112 S. S. PENTA HEAD BOLT AND 110 S. S. 3118•FLAT WASHER 1 118"- 2" �.I 3l8' STEEL COVER LIP PLATozr 1 1/8' x VERTICAL VERTICAL SLOT (TVP) y18 DETAIL OF ALTERNATIVE 2 SHO PERSPECTIVE VIEW LID SUPPORT - L SHAPE SHOWN (SEE NOTE 3) EXPOSE LID BOLT DOWN SUPPORT ANGLE TO ATTACH ALTERNATIVE 2 LID BOLT DOWN ANGLE ATTACHMENT TAB LID BOLT DOWN SUPPORT ANGLE - 2' x 2' x 1/4" ANGLE 1/4" LID LIFTING NOTCH 2� 311g• 2' x 1/4" - 3 GAGE 1" 1 318' STEEL SPACER 12 - 13 x 1 112 S. S. PENTA HEAD T BOLT AND 12" S. S. FLAT WASHER i _ 5/8' x 1 BOLT PLATE CHANNEL M HORIZONTAL O - SEE DETAIL SLOT .................. p SLOTTED STEEL CHANNEL 3 SEE NOTE 8 5B' x V • d HORIZONTAL SLOT d 3/16 d p" LING NUT 1 C x 7B' WITH .. x_ < A7 C 4BOLT LID BOLT DOWN ATTACHMENT & (3 EACH) S. S. 5/16" TAB - SEE DETAIL FLAT WASHE DETAIL O ALTERNATIVE 1 ALTERNATIVE 1 SHOWN LID BOLT DOWN ATTACHMENT TAB (SEE NOTE 12) 2' 9116' DIAM. 2" 2' HOLE hi 1" x 1• VERT - - 7/1(• x 314" SLOT ICAL SLOT --- - 9116' DIAM. HOLE �I „ 12'S. S. HEX NUT 2'x 3'x 1/4' J�I�TJ� ANGLE C � 7118• x 314" SLOT r SEE NOTE 111 BOLT PLATE CHANNEL 12' S. S. HEX NUT wN tre (TYP.) JOSEPH ALTERNATIVE 2 LID BOLT DOWN ATTACHMENT TAB 4► I 12 - 13 x 1 112 S. S. PENTA HEAD BOLT (SEE NOTE 121 q Q AND 112" S. S. FLAT WASHER 318' STEEL COVER o HCUT ui 1/B' x 314' STEEL 9'AF Aer+1 s TBQe� ♦��� ; 8 AWAY FOR CLARITY �c ANGPLATE -SHOWN LE 1!4' STEEL PLATE 01 ST ��G n p " 3116 V \ ((�� x 314" 3118 1 12 e I STEEL ANGLE WWR -TIED IN e d 3116 1/8'x314•ANGLE PLACES TO HEADED d ANCHOR SHEAR STUD p 1/4' STEEL PLATE (TMP ) W WR 4x4-W2.9xW2.9 • d .e p" 1/4'S. S. PLATE (TYP.) (8 GAGE) LID SUPPORT - L SHAPE SHOWN - SEE NOTE 110 (SEE NOTE 3) 318" x 3" HEADED ANCHOR SHEAR DETAIL O DETAIL F STUD -WELDED TO LIP PLATE ALTERNATIVE 3 SHOWN ALTERNATIVE 3 SHOWN PERSPECTIVE VIEW m m m m m r m i m m m w== r m s 114"STEEL PLATE 3116 1 1r2 LID SUPPORT- 1/8 LOCKING LID STANDARD LSHAPE SHOWN < �°" --.a (SEE NOTE 3) 3^" —� DUTY JUNCTION BOX TYPES I & 2 STANDARD PLAN J-40.10-03 314" RADIUS 1/8 SHEET 2 OF 2 SHEETS 1/8" x 3/4" STEEL ANGLE - RIGHT ANGLE SHOWN, 12' S. S. HEX NUT 1/8" x 314" STEEL ANGLE APPROVED FOR PUBLICATION MIRROR IMAGE FOR - MIRROR IMAGE FOR Pasco Bakodch It/ 5120113 LEFTANGLE LEFT ANGLE ALTERNATIVE 3 ST- OESIGN W�Wcco wre LID BOLT DOWN ATTACHMENT TAB _ 7 wx,n:m.ti stir. o.P„r.rdTAxw tir.ti (SEE NOTE 12) m m m m m r m i m m m w== r m s M M M M M M M M M M M M M r M M M M M GROUND STUD (TYP) - SEE NOTE 4 HEADED ANCHOR SHEAR STUD - 3I8" • 3", 10 COUNT STUDS EVENLY SPACED AROUND FRAME t^ Q Equipment Grounding (TVP Conductor Q Copper Soldedess Crimp Connector Q Equipment Bonding Jumper Q Foundation < See Contract for conduit size and number 3116" TOP OF SOIL SURFACE -IS i5 HOOP WITH 3 8" OVERLAP - O 2 TIES 0 i N 2 2 N I F 46^ 4 COVER MARIONG NOTES 42, DETAIL SEE HINGE DETAIL 1. All box dimensions are approximate. Exact configurations vary among manufacturers. 36" <4>1"(TYP) ' 1- (TYP) 2. Minimum lid thicknesses are shown. The diamond pattern shall be a minimum of 28% of the 1/8^ GAP overall thickness. Junction Boxes installed in sidewalks, walkways, and shared -use paths shall B ITS have a slip -resistant coating on the lid and lip cover plate and shall be installed with the surface BETWEEN LIDS 1rz• (TrP.) flush with and matched to the grade of the sidewalk, walkway, or shared -use path. The non -slip lid shall be identified with permanent markings on the underside, indicating the type of surface SEE NOTE 8 treatment (see Contract Documents for details) and the year of manufacture. The permanent _ I marking shall be 1/8" inch line thickness formed with a stainless steel weld bead and shall be • ----- placed prior to hot -dip galvanizing. a _ 3. Lid support members shall be 3/16" min. thick steel C, L, or T shape, welded to the frame. Exact configurations vary among ___________I__________ N manufacturers. ° I °w 4. A 1/4-20 NC x 3/4" S. S. ground stud shall be welded to the bottom of each lid; include (2) S. S. nuts and (2) S. S. flat washers. SEE NOTE 8 a 5. The hinges shall allow the lids to open 180°. p I �- > 6. Bolts and nuts shall be liberally coated with anti -seize compound. _ I w 7. Connect Equipment Bonding Jumper to ground stud on lid. As an alternative to the ground stud connection, the Equipment Bonding Jumper pe shall be attached to the front face of the hinge pocket with a 5116-20 NC ■ 3/4" S. S. bolt, (2) each S. S. nuts, SEE HANDLE ; w DE o and (2) each S. S. flat washers. Equipment Bonding Jumper shall be #8 AWG min. ■ 4' of tinned braided copper. 8. The System Identification letters shall be 1/8" line thickness formed by engraving, stamping, or with a S- S. weld bead. See s°s°s Cover Marking detail. Grind off diamond pattern before forming letters. See Standard Specification 9-29.2(4) for details. ------------- ----- 9. See the Standard Specifications for alternative reinforcement and class of concrete. ----------- -------- ----------- 10. See Standard Plan J-40.10 for Welded Wire Reinforcement and Headed Anchor Shear Stud attachment details. • 11. Capacity - conduit diameter = 24" a 12. Lid Bolt Down Attachment Tab provides a method of retrofitting by using a mechanical process in lieu of welling. Attachment Tab shown depicts a typical component arrangement actual configurations of assembly will vary among manufacturers. See J 3116 1 112 P') DIAMOND PATTERN ' u tYP P nge 19 Y rY g - SEE NOTE 2 approved manufacturers' shop drawing for specifics. 1s^ 19" 13. Unless otherwise noted in the plans or approved by the Engineer, Junction Boxes, Cable Vaults and Pull Boxes shall not be placed within the sidewalk, walkway, shared use path, traveled way or paved shoulders. All Junction Boxes, Cable Vaults, and 4 STUDS EVENLY SPACED Pull Boxes placed within the traveled way or paved shoulders shall be Heavy -Duty. 14. Distance between the top of the conduit and the bottom of the Junction Box lid shall be 6" min. to 8" max. for final grade of new PLAN VIEW construction only. See Standard Specification 9-20.3(5). Where adjustments are to be made to existing Junction Boxes, or for interim construction stages during the contract, the limits shall be from 6" min. to 10" max. See Standard Specification 9-20.3(9). LOCKING LID STANDARD DUTY JUNCTION BOX ]OSEpt' zp�p HEX COUPLING NUT 42" (TYP.) - SEE DETAIL "C" ��OQ � pts P.) 3• (TYP.) TOP OF BASE COURSE 20^ 'rG INSIDE WIDTH OF FOUNDATION C 1/2" STEEL LIFT HOLE - 3/16• (TYP.) 3" ,a 19 G a COVER PLATE 1" - 2^ DIAM TOP OF PAVED y (TYP.) SURFACE GROUND STUD OA ,y� 39.20 QO n 3 11 WELDED WIRE NJ, Cl STBA e REINFORCEMENT (TYP.) S�ONAL k,. 3 1 w ' '� ,....,., (WWR) 4+4-W2.9 (6 GAGE) T I. N 0 e' I 2" MIN. w AS HOOP WITH I" D - SEE NOTE 9 Roil 3" _ ,� (TYP.) 30 8' OVE 2LTTIIES WELDED WIRE HOOP (TYP.) W2.9NOT (8 GAGE) LOCKING LID STANDARD •. I 4 3 4 SEE NOTE 9 DUTY JUNCTION BOX .1 z TYPE 8 b CRUSHED SURFACING (BASE COURSE OR TOP COURSE) STANDARD PLAN J-40.30-03 PER STANDARD SPECIFICATION 8-039(3) O r a SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION S PVC CONDUIT GRS CONDUIT 6 Pasco Bakodch III 5120113SECTIONOB ST—GMIGN aGM -16 SECTION O 1 wr CONDUITS NOT SHOWN IF w•.n•. s m. o.F.nn . • d n••�n•na } 318 112 LID SUPPORT -3118" MIN. THICK r 12" STEEL COVER PLATE FRAME - y L 1 314" - 12" x 3/16' 3/16 V a ° (TYP.) ° 1/4 ° W WR - TIED IN 2 PLACES d TO HEADED ANCHOR Q SHEAR STUD (SEE NOTE 10) a v ° a 318" x 3" HEADED ANCHOR d SHEAR STUD -WELDED TO ° LIP PLATE (SEE NOTE 10) ° GROUND STUD WITH 2 NUTS AND 2 WASHERS (TYP.) - SEE NOTE 4 EQUIPMENT BONDING JUMPER (TYP.) - SEE NOTE 7 L HEX COUPLING NUT - S. S. 5/16 NC - 7/8' WITH S. S. 5/16 NC . 3/4" BOLT (TYP.) DETAIL OC ALTERNATE LOCATION FOR ATTACHMENTFLID' (TYP-) OF EQUIPMENT BONDING JUMPER - SEE NOTE 7 S. S. PIN W/ SNAP RING GROOVE SNAP RING (Typ3/8 \ HINGE DETAIL 2" VERTICAL SLOT a P7 - BOLT PLATE CHANNEL 12" STEEL 5" HANDLE STOP COVER PLATE _ 6.1. 3" x 1/4" LID SUPPORT - 3/16" MIN. THICK HOLE - 314" DIAM. FRAME - ME (TYP.) y8' a 1" TOP VIEW HANDLE STOP 1/2" STEEL HANDLE - BENT 12" STEEL COVER PLATE ROD, LEVEL VNTH LID YP.) FLAT WASHER 1/4 (TYP.) 3116 _ 1"x 1" x 1/4" (TYP.) FRONT VIEW HANDLE DETAIL - 1" - 1 12" 1 3/8" 2 1/4" 3/18 Vi 12 r -i 12 - 13 - 1 12 S. S. PENTA HEAD BOLT AND 12" S. S. FLAT WASHER 3/18" LID SUPPORT - 3/16" MIN. THICK FRAME - ME HANDLE - SEE DETAIL 12 . 13 - 1 12 S. S. PENTA y8' a 1" 1 308" DIAM. HOLE �OS�,p 8 L 13/4" - 12" x HEAD BOLT AND 12" S. S. 12" STEEL COVER VERTICAL SLOT PLATE C` r FLAT WASHER 1/2"STEEL COVER PLATE -SHOWN a OQ AtiVlj, 7f 3 (TYP.) 3116 _ CUT AWAY OR CLARITY oQO� y ok $ _ "'� FRAME - 3/18 (TYP.) F 8 3H6 ° L 1314" x 12- - 3/16" "o m �O - BOLT PLATE CHANNEL LID SUPPORT- 3116" MIN. THICKNESS "9 39820 O 'vim Y si 'nF �GISTty ♦� j g �NDLETOP 3/18 1 112 �S�ONAL ��G 1 (ryp.) 3AB d - 6"- 3'- 1/4" BOLT PLATE CHANNEL ° SLOTTED S. S. CHANNEL WELD TO STEEL COVER PLATE ' HATH S. S. CHANNEL NUT AND SPRING a LOCKING LID STANDARD WWR - TIED IN PLACES JUNCTION BOX TO TO HEADED ANCHOR d - 3/8" - 3" HEADED ANCHOR 1/s - TYPE 8 SHEAR STUD (SEE NOTE 10) ° ° SHEAR STUD - WELDED TO LIP PLATE (SEE NOTE 10) 518" x 1" HORIZONTAL SLOT o ° STANDARD PLAN J-40.30-03 ' d SLOTTED S. S. CHANNEL SHEET 2 OF 2 SHEETS ° WITH S. S. CHANNEL NUT AND SPRING APPROVED FOR PUBLICATION „ DETAIL (p Pasco 111 5/2- -.� DETAILISOMETRIC Op VIEW —M G.h STATE LESION ENOWEER PATE T W-hWga. Sti Dpc -.1 T—p .Wi— Alp m m m r m m m m r m m m m m r m m m m � M M M M M M M M M r M M M M M M M M M JUNCTION DETAIL"B" DETAIL"A" SEE STANDARD PLAN J-60.16 BOX SHEET 2 JUNCTION SEE STANDARD PLAN J-60.16 CONDUIT CONDUIT � BOX SHEET 2 EDGE OF SHOULDER D in LEAD-IN SAWCUTSIm �J SHOULDER RANCE EDGE OF LANE (TYP) . LL r W C U" —.— S --_ --- _—.—.—.—.—.— 3 0" ._- w P.) _ _ (TrPJ T O+ 0" U SEE ENTRANCE 3-0"P') SAWCUT DETAIL mP) j o THIS SHEET (TYP.) CIRCULAR SAWCUT (TYP.) a----------- --------------- --------------------------- --------------------- ---------------------------------------------- NOTES 0 B A W B A 1 For Installation Notes and Details 5 W see Standard Plan J-50.15. -- -- —— -- -— -— - — - —-— — Zw 6' - 0" DIAM. (TYP.) _ . — --- — — — — — — 8' - 0" DIAM. (TYP.) g 2. For Sections A, B, C, and D, see Standard Plan J-50.15. CIRCULAR SAWCUT (TVP.) 3. All of the loop lead-in wires shall return to the Junction Box. see 61-0" 8'.0, W-011 8' - 0" 9-0"- B' - 0" STATION X 4. StaForndard larSpld Detail, 0.1 Standard Plan J-50.1 b. SEE CONTRACT PLAN TYPE 3 STOP LINE LOOPS TYPE 3 ADVANCE LOOPS 5. For Loop numbering Layout Details, see sheet 3. JUNCTION 6. For additional Induction Loop Details, see Standard Plan J-50.15. PLAN TYPE 3 SAMPLING LOOPS ENTRANCE SAWCUT DETAIL ISEL OUT 116" TO 12" CORNER MOVE PAVEMENT TO SAW - T DEPTH AND FILL rH SEALANT (TVP.) CENTER OF LOOP AND VEHICLE LANE TYPE 3 INDUCTION LOOP STANDARD PLAN J-50.12-00 SHEET 1 OF 3 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 06-03-11 _ BfATE OE9NX1 ENdNEER MTE AV wmhi". Stat. D.po� d T—.p ftfl— BOX DETAIL"A" SEE STANDARD PLAN J-60.16 SHEET 2 EDGE OF SHOULDER CONDUIT wl EDGE OF LANE LEADaN SEE ENTRANCE SAWCUT SAWCUTS (TYP.) DETAIL - THIS SHEET (TYP.) C CIRCULAR SAWCUT (TYP.) 3'- 0" W a 3. 0" (TYP.) Z �______________ ___ _____________ __)- A l3 w V - 0" DIAM. (TVP.) PLAN TYPE 3 SAMPLING LOOPS ENTRANCE SAWCUT DETAIL ISEL OUT 116" TO 12" CORNER MOVE PAVEMENT TO SAW - T DEPTH AND FILL rH SEALANT (TVP.) CENTER OF LOOP AND VEHICLE LANE TYPE 3 INDUCTION LOOP STANDARD PLAN J-50.12-00 SHEET 1 OF 3 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 06-03-11 _ BfATE OE9NX1 ENdNEER MTE AV wmhi". Stat. D.po� d T—.p ftfl— SPLICE (TYP.) — JUNCTION BOX TYPE 3 STOP LINE LOOP WIRING DIAGRAM SERIES SPLICE SHOWN LOOP SERIES NUMBER SPLICE (TYP.) OFFSET CRIMPS 2C(SH)CABLE JUNCTION BOX SPLICE I S =START j F=FINISH I � I L X X X PHASE NUMBER 11 _OOP SERIES J NUMBER (TYP.) LANE NUMBER I L LOOP NUMBER LOOP NUMBER MARKING DETAIL TYPE 3 SAMPLING LOOP WIRING DIAGRAM SERIES SPLICE SHOWN SPLICE (TMP.) -_�-JUNCTION BOX OFFSET CRIMPS t i S = START F = FINISH 2C(SH)CA13LE J i F1 ASI! TRAFFIC FLOW TYPE 3 ADVANCE LOOP WIRING DIAGRAM NOTES Loop numbering layout Will be simillar to Loop Numbering Layout Detail, Sheet 3 / LS oQ rest' �T M! Jill, �0AcQU,A`�r'ISTb�Gt{��$ S�ONAL IW O 5'm l TYPE 3 INDUCTION LOOP STANDARD PLAN J-50.12-00 SHEET 2 OF 3 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich Ill 06-03-11 _ Mn pE- ENGINEER - jI/ Wa.htnpba Stab Wpslman of T—panaNan m m m m m m� m� m m m m m r r m m� i oEDGE OF SHOULDER 0 EDGE OF LANE LL JUNCTION BOX 'CONDUIT LEAD-IN SAWCUTS RYP) DETAIL "B" SEE STANDARD PLAN J-60.16 SHEET 2 SEE ENTRANCE T DETAIL SHEET 1 P. SHOULDER m (OFFSET CRIMPS) LOOP NUMBER S =START w 3'-0" MARKING SLEEVE F = FINISH --- — —._- ---_ —.— - --- .— w _ gw 1 2 LOOP SERIES NUMBER T -o" (TYP.) o }a> LOOP SERIES START OR FINISH C CSC ----------------------------------------------------------------------O A PHASE NUMBER 1 y B w S' - 0" DIAM. 6 C. (TYP) w -- g A� _L&I CIRCULAR SAWCUT Jill, SOA *29115 (TYP.) QO �A 01 STSQ' ♦ ssJ'ONAL $i8 ipp Q�G 1' - 0" 4 ai�8 8'-0" 8'-0" 6'-0" 8'-0" 8'-0" 8'-0" STANDARD PLAN J-50.12-00 SHEET 3 OF 3 SHEETS PLAN APPROVED FOR PUBLICATION TYPE 3A STOP LINE LOOPS Pasco Bakotich IN 06-03-11 __ ______________ —_JUNCTION BOX ---- -- _2C(SH)CABLE MATE OEBIGN ENd1FER MTE Wmhi gp SM. D.p dm.M d 7—.p., d— 2C(SH) CABLE i 4 F4 S = START I F = FINISH i I S3 3 2 F3 L F1 S1 _F2 S2 __ I LOOP SERIES NUMBER w z J 0 1 33 r N TRAFFIC FLOW TYPE 3A STOP LINE LOOP WIRING DIAGRAM SERIES SPLICE SHOWN S4 4 F4 SPLICE (TYP.) (OFFSET CRIMPS) LOOP NUMBER S =START MARKING SLEEVE F = FINISH SPLICE (TYP.) S3 3 F3 1 2 LOOP SERIES NUMBER F1 S1 F2 S2 MARKING SLEEVE (TYP.) LOOP SERIES START OR FINISH MARKING SLEEVE MP.) LOOP NUMBERING LAYOUT DETAIL L X X X PHASE NUMBER 1 LANE NUMBER ` LOOP NUMBER LOOP NUMBER MARKING DETAIL 6 C. Bpw �OQ'�es6L�� A� h � Jill, SOA *29115 QO �A 01 STSQ' ♦ ssJ'ONAL $i8 ipp Q�G 4 ai�8 4 TYPE 3 INDUCTION LOOP STANDARD PLAN J-50.12-00 SHEET 3 OF 3 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich IN 06-03-11 MATE OEBIGN ENd1FER MTE Wmhi gp SM. D.p dm.M d 7—.p., d— SECTION ( A SAWCUT EXISTING PAVEMENT(BOTH SIDES OF TRENCH) TOP OF EXISTING PAVEMENT OR LEVELING COURSE OF NEW PAVEMENT CSTC,SAND OR CONTROLLED DENSITY FILL SEE PVC CONDUIT SIZING TABLE SECTION O TRENCH WIDTH - SEE STD. SPEC. 6.20.3(6) MATCH EXISTING PAVING MATERIAL TO CABINET SECTION OB LOOP SEALANT LOOP SEALANT NOTES (PER CONTRACT OR LOOP SEALANT OF CONDUITS 1-2" 2-2' 3-2' 4-2" 3-3" AS APPROVED BY (PER CONTRACT OR 1. (PER CONTRACT OR THE ENGINEER) APPROX.�PROX+I TOP OF EXISTING AS APPROVED BY 2 SIB' MIN. - 3' MAX. AS APPROVED BY density fill. See Standard Specifications rz��Ty PAVEMENT OR THE ENGINEER) Section 2 09.3(1)E. THE ENGINEER) TOP OF EXISTING PAVEMENT LEVELING COURSE PAVEMENT 2. Minor Regional variations are allowed in the soft OR LEVELING COURSE OF NEW PAVEMENT W pocket cosure. Consult with the Engineer or see DUCT SEAL v OF NEW PAVEMENT KET I �% F I I _ UT CSTC, SAND "o 3. Conductors shall be snug to the bottom of the SAWCUT 0 3 usawcut. High temperature backer rod shall be n 2" LONG HIGH TEMP snug to the conductors and sides of cut. O O w w 2" LONG HIGH TEMP O O O w 2' LONG HIGH TEMP ru BACKER ROD BACKER ROD o U 1° BACKER ROD 5. V 24" CTRs. 24" CTRS. U 24" CTRS. ^ O 00 =Q ' O w ~y O w LOOP LEAD-IN WIRES, LOOP WIRE n O N TWISTED PAIRS U (#14 AWG) (#14 AWG) • w U LOOP LEAD-IN WIRE, • • w OR (#12 AWG) (#14 AWG) OR (#12 AWG) OR (#12 AWG) - MAX. 41MRE5 - ONE TWISTED PAIR - MAX. 3 PAIRS SECTION ( A SAWCUT EXISTING PAVEMENT(BOTH SIDES OF TRENCH) TOP OF EXISTING PAVEMENT OR LEVELING COURSE OF NEW PAVEMENT CSTC,SAND OR CONTROLLED DENSITY FILL SEE PVC CONDUIT SIZING TABLE SECTION O TRENCH WIDTH - SEE STD. SPEC. 6.20.3(6) MATCH EXISTING PAVING MATERIAL TO CABINET SECTION OB LOOP SEALANT LOOP LEAD PAIRS 1 - 4 NOTES (PER CONTRACT OR MATCH EXISTING OF CONDUITS 1-2" 2-2' 3-2' 4-2" 3-3" AS APPROVED BY I 1. Fill the conduit trench to the bottom of the existing THE ENGINEER) APPROX.�PROX+I LOOP LEAD-IN SAWCUT or new surfacing With CSTC, sand or controlled 2 SIB' MIN. - 3' MAX. density fill. See Standard Specifications rz��Ty -TWISTED PAIR Section 2 09.3(1)E. EXISTING PAVEMENT 2. Minor Regional variations are allowed in the soft BUSHING, SEAL WITH W pocket cosure. Consult with the Engineer or see DUCT SEAL v the Contract for additional requirements. KET F CSTC, SAND "o 3. Conductors shall be snug to the bottom of the OR CONTROLLED �O 0 3 usawcut. High temperature backer rod shall be n o u snug to the conductors and sides of cut. • o N 4. Fill the sealant to within 1/8" to 3/16" from top of j o U 38W CUt. 5. See Standard Plan J-40.10 for additional Junction Box details. SECTION n EDGE OF PAVED SHOULDER (SHOWN) OR EDGE OF EXTRUDED CURB OR EDGE OF GUTTER PAN OR EDGE OF TRAFFIC BARRIER cin I M.T. PVC CONDUIT SIZING TABLE LOOP LEAD PAIRS 1 - 4 5 -10 11 - 16 17 -22 23 - 28 NUMBER AND SIZE MATCH EXISTING OF CONDUITS 1-2" 2-2' 3-2' 4-2" 3-3" JUNCTION BOX PLACEMENT LEAD-IN CONDUIT SECTION SEE NOTE 5 MAX. 50 FT POCKET SECTION SECTION ( INDUCTION LOOP DETAILS STANDARD PLAN J-50.15-00 SHEET 1 OF 3 SHEETS APPROVED FOR PUBLICATION Pasco Bakodch N 06-03-11 BTATE DESIGN ENGINEER - AM jrFWmNnpbn 5h G-P� M Trsuperlefim M M M M M r M M M M= M M M M M M M r O1 ADD 1/16' TO THE SAWCUT FOR IMSA 51-7 CONDUCTORS O2 ADD 1/8" TO THE SAWCUT FOR IMSA 51-7CONDUCTORS MATCH EXISTING r PAVING MATERIAL I LOOP STUB -OUT SLEEVE (114" to 1/2 - BELOW TOP OF ASPHALT) APPROX.�PROX+I LOOP LEAD-IN SAWCUT SAND j 2 SIB' MIN. - 3' MAX. LOOP LEAD-IN WIRES -TWISTED PAIR v EXISTING PAVEMENT CONDUIT END BELL BUSHING, SEAL WITH DUCT SEAL JET / KET f1 CSTC, SAND "o OR CONTROLLED �O DENSITY FILL LEAD-IN CONDUIT JUNCTION BOX PLACEMENT LEAD-IN CONDUIT SECTION SEE NOTE 5 MAX. 50 FT POCKET SECTION SECTION ( INDUCTION LOOP DETAILS STANDARD PLAN J-50.15-00 SHEET 1 OF 3 SHEETS APPROVED FOR PUBLICATION Pasco Bakodch N 06-03-11 BTATE DESIGN ENGINEER - AM jrFWmNnpbn 5h G-P� M Trsuperlefim M M M M M r M M M M= M M M M M M M r SPLICE PER STD. SPECS 5.23.12(2) FOIL SHIELD WHITE CONDUCTOR PLASTIC MOLD OR HEAT * DRAIN WARE SHRINK TAPE SOLDERED COMPRESSION CONNECTION OFFSET FROM EACH OTHER (TYP.) CABLEJACKET WIRE DETECTOR LEAD-IN FROM LOOP CABLE 2C(SH) WIRE TO LOOP BLACK Tk GROUND DRAIN WIRECONDUCTOR TWO LAYERS VINYL AT CONTROLLER 1" 1" ELECTRICAL TAPE CABINET ONLY OYP') SPLICE DETAIL SEE STUB-0UT CONDUIT PLACEMENT DETAILS, SHEET 3 12" APPROX. FILL WITH SEALANT (PER CONTRACT OR AS APPROVED BY THE ENGINEER) E \ __ JU BONCTION \ X CONDUIT ' 1 1 ^ EDGE OF "- 1/2" SAWCUTS i CONDUIT I--------- 1. Install the Junction Box and the stub -out conduit with PVC sleeve. 12" SAWCUT b o � / TO LOOPS SEE STUB -OUT CONDUIT PLACEMENT DETAILS, SHEET 3< a EDGE OF and valve boxes. C LANE LOOP STUB -OUT SLEEVE SAWCUTS SEE NOTE 14 (WIDTH EQUAL TO STUBOUT edges to remove burr of all saw -cuts into stub out sleeve. n DETAIL"A" "- 1/2" SAWCUTS i CONDUIT I--------- 1. Install the Junction Box and the stub -out conduit with PVC sleeve. 12" SAWCUT -------- size table shown on sheet 1 of this set. TO LOOPS 2. Lay out loops and loop lead-ins to miss crecksrJoints in road, when possible. Maintain 18" minimum clearance from manholes and valve boxes. 3. The opening around the loop stub shall be patched with matching SAW CUT EXISTING PAVEMENT -- TO JUNCTION BOX 4. Sawcut the loop slots and the lead-in slots. Wash/dry cuts. File (WIDTH EQUAL TO STUBOUT edges to remove burr of all saw -cuts into stub out sleeve. SLEEVE DIAMETER PLUS 21 i EDGE OF PAVED SHOULDER, OR BARRIER, OR EDGE MATCH EXISTING OF GUTTER PAN PAVING MATERIAL SOFT POCKET (WIDTH EQUAL TO STUBOUT SLEEVE DIAMETER PLUS 2") CONDUIT OR END BELL BUSHING PLAN SAWCUT AND CONDUIT CONNECTION LEAD- IN SAWCUTS AS REQUIRED / E JUNCTION ----- --; Box -\ CONDUIT -` EDGE OF , A -� SHOULDER SEE STUB -OUT CONDUIT f/ EDGE OF PLACEMENT DETAILS. SHEET 3 LANE DETAIL "B" SAWCUTS LOOP INSTALLATION NOTES 1. Install the Junction Box and the stub -out conduit with PVC sleeve. Conduit for the loop stub -out shall be as required in the conduit size table shown on sheet 1 of this set. 2. Lay out loops and loop lead-ins to miss crecksrJoints in road, when possible. Maintain 18" minimum clearance from manholes and valve boxes. 3. The opening around the loop stub shall be patched with matching paving material if opened larger than PVC sleeve + 2" 4. Sawcut the loop slots and the lead-in slots. Wash/dry cuts. File edges to remove burr of all saw -cuts into stub out sleeve. 5. Lay out the loop wire starting at the Junction Box, allowing 5' minimum slack. 6. Install the wire in the loop slot as shown. 7. Finish laying out the wire at the Junction Box and identify the leads with the loop number, the "S" for start and the "F" for the finish, the loop series number, and the loop lead-in conductor number. 8. TWist each pair of the lead-in wires a minimum of two times per foot each foot, from the loop to the Junction Box. Reverse the direction of the twist for each successive pair installed. Seal loops/sawcuts. 9. Construct a supplemental splice containing any series loop connect- ions in the adjacent junction box as required in the plans. Supplemental splices are subject to the same requirements shown for the loop lead-in and the shielded cable splice. 10. Splice the loop lead-ins to the shielded cable as noted in the Contract. 11. All loop circuits shall be tested per Standard Specifications 8-20.3(14)0 once installation is complete. 12. Existing stubouts shall be upgraded as necessary to conform to the conduit size table shown on sheet 1. 13. All loop lead-in sawcuts parallel to lane edge shall be at least 12" from edge of pavement and within six inches outside of lane or fog line when possible. Maintain 12" separation between parallel cuts or joints. 14. The loop stub -out sleeve shall have an inside diameter 1" larger than 01 rAsy� E� y the outside diameter of the End Bell Bushing. Plug conduit fill and sleeve with sand untill u loops are installed to keep o ¢ Hot Asphalt during -PO29115 s W out A 0 'vim paving operations. 0�o �'c1 STev� g; ss/ONAL SSG INDUCTION LOOP DETAILS STANDARD PLAN J-50.15-00 SHEET 2 OF 3 SHEETS APPROVED FOR PUBLICATION Pasco Bakodch 111 06-03-11 3lATE GEBIGN ENGINEER WTE wrAr Wmhl gp . SM D.poelmxn d TlamporloNon GUARDRAIL WITH POST AND BLOCK SIDEWALK CEMENT CONCRETE CURB OR GUTTER SEE STANDARD PLAN F-10.12 12' LOOP STUB -OUT SLEEVE (1/4' TO 1/2' BELOW TOP OF PAVEMENT) _ I I LEAD-IN CONDUIT SHALL EXTEND A I. MINIMUM OF 3I4' INTO PAVEMENT (PAVEMENT DEPTH VARIES) I I CONDUIT SECURED INTO ROAD SURFACE (TYR) i I I I I I i I I I I TO JUNCTION BOX TO JUNCTION BOX STUB -OUT DETAIL WITH CEMENT CONCRETE CURB OR GUTTER CEMENT CONCRETE BARRIER — SINGLE SLOPE BARRIER SHOWN SEE CONTRACT PLANS FOR SIZE AND TYPE CEMENT CONCRETE CURB OR GUTTER SEE STANDARD PLAN F-10.12 12'LOOP STUB -OUT SLEEVE (1/4' TO 112' BELOW TOP OF PAVEMENT) LEAD-IN CONDUIT SHALL EXTEND A MINIMUM OF 3/4' INTO PAVEMENT (PAVEMENT DEPTH VARIES) CONDUIT SECURED INTO ROAD SURFACE (TYR) STUB -OUT DETAIL WITH GUARDRAIL AND CURB EDGE OF PAVED 12' SHOULDER LOOP STUB -OUT SLEEVE (1/4' TO 1/2' BELOW TOP OF PAVEMENT) �O ��oe w.lsyj�cs� LOOP STUB -OUT SLEEVE (1/4' TO 1/2' BELOW TOP OF PAVEMENT) R� 5 4* ® ----- ------ SOA ,9 29115 LEAD-IN CONDUIT SHALL EXTEND A I I LEAD-IN CONDUIT SHALL EXTEND A I MINIMUM OF 314' INTO PAVEMENT MINIMUM OF 3/4' INTO PAVEMENT INDUCTION LOOP DETAILS (PAVEMENT DEPTH VARIES) (PAVEMENT DEPTH VARIES) CONDUIT SECURED INTO 6 3 CONDUIT SECURED INTO N ROAD SURFACE (TYR) ROAD SURFACE (TYR) TO JUNCTION BOX TO JUNCTION BOX STUB -OUT DETAIL STUBOUT CONDUIT PLACEMENT DETAILS STUB -OUT DETAIL WITH WITH ROADWAY CEMENT CONCRETE BARRIER C. b hill �O ��oe w.lsyj�cs� R� 5 4* ® SOA ,9 29115 �O R `��I STBR ♦} 0 AL INDUCTION LOOP DETAILS STANDARD PLAN J-50.15-00 SHEET 3 OF 3 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 06-03-11 MATE MSM ENGINEER MTE QWWmhllglon Stall Dopom .rd or T..ngwh,x.R _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ M M M M M M M ! M M r M M M M M M M M 1 TO POWER SOURCE W, COMBINED GALVANIZED STEEL RIGID METAL CONDUIT (RMC) AND RIGID PVC CONDUIT (PVC) APPLICATION RIGID PVC CONDUIT (PVC) APPLICATION m O m ! O ! 8 GALVANIZED STEEL IGID METAL CONDUIT (RMC) PLICATION GROUND DETAILS ©0 TO SERVICE NEUTRAL BUS 2© TO GROUNDING TERMINAL OR CONNECTION TO EQUIPMENT GROUNDING SYSTEM ® BONDING JUMPER ATTACHED TO BOX WALL COUPLING NUT ©3 BONDING JUMPER ATTACHED TO BOX LID(S) GROUND STUD. # 8 AWG (MIN.) x 4' TINNED BRAIDED COPPER. ® END BELL BUSHING (TYP. ALL NON-METALLIC CONDUIT TERMINATIONS) ©5 CODE SIZED PVC ® HIGH-DENSITY POLYETHYLENE CONDUIT (HDPE) © NON-METALLIC CONDUIT (PVC) SCHEDULE 80 ®8 BOX LID(S) GROUND STUD Q CABLE VAULT ® PULL BOX 31 ITS CABINET © EDGE OF FOUNDATION ° NOTES 10 ELECTRICAL LOAD SUPPORT If parallel circuits of different sizes are 4X81. (LUMINAIRE POLE AND TRAFFIC SIGNAL POLE) ©5 RIGID PVC OUTERDUCT WITH PVC OR PE INNERDUCT 15 11 COPPER SOLDERLESS CRIMP CONNECTOR on the basis of the largest conductor. RMC PVC 12 GALVANIZED STEEL RIGID METAL CONDUIT (RMC) APPLICATION APPLICATION 13 RIGID PVC CONDUIT (PVC) 14 number of circuits contained. 14 OPTION A - 10' RMC WITH FIELD BEND KEY - APPROVED ADAPTER FITTING - GROUNDING BUSHING iQ SERVICE NEUTRAL OPTION B - 10' RMC Q2 SERVICE GROUND - GS FACTORY ELBOWS 03 GROUNDING ELECTRODE CONDUCTOR APPROVED- GS COUPLING APTER FITTING qQ BONDING JUMPER - GROUNDING BUSHING 6O GROUNDING BUSHING 15 GROUND ROD CONTINUED (TYP. ALL RMC CONDUIT TERMINATIONS) 16 EDGE OF FOUNDATION, POLE OR SERVICE SUPPORT © GROUNDED NEUTRAL BUS (COPPER) 17 CLAMP TO SERVICE ENCLOSURE O JUNCTION BOX OR 8' DRAIN TILE WITH APPROVED 8O EQUIPMENT GROUNDING CONDUCTOR COVER 9O JUNCTION BOX 19 CODE SIZE RMC ©0 TO SERVICE NEUTRAL BUS 2© TO GROUNDING TERMINAL OR CONNECTION TO EQUIPMENT GROUNDING SYSTEM ® BONDING JUMPER ATTACHED TO BOX WALL COUPLING NUT ©3 BONDING JUMPER ATTACHED TO BOX LID(S) GROUND STUD. # 8 AWG (MIN.) x 4' TINNED BRAIDED COPPER. ® END BELL BUSHING (TYP. ALL NON-METALLIC CONDUIT TERMINATIONS) ©5 CODE SIZED PVC ® HIGH-DENSITY POLYETHYLENE CONDUIT (HDPE) © NON-METALLIC CONDUIT (PVC) SCHEDULE 80 ®8 BOX LID(S) GROUND STUD Q CABLE VAULT ® PULL BOX 31 ITS CABINET © EDGE OF FOUNDATION ° NOTES If parallel circuits of different sizes are 4X81. contained in one conduit, the size of the ©5 RIGID PVC OUTERDUCT WITH PVC OR PE INNERDUCT grounding conductor shall be determined on the basis of the largest conductor. Only one grounding conductor is required B 9 for each conduit, regardless of the 14 number of circuits contained. 2. Service ground per serving utility require - ON NSHE TD2 ment. If the utility uses aluminum service 3 -------- (15) 2 conductors, an approved AI -Cu pressure - type ground connector shall be used to 13 secure the service neutral to the copper APPROVED FOR PUBLICATION neutral bar in the service enclosure. -- -- Except for the above, all grounding 19 15 conductors shall be copper. � Wad*�10w S IF 3. Equipment grounding conductors and 13 grounding electrode conductors shall be CONTINUED sized in accordance with the National - - ON SHEET 2 Electric Code (No. 8 minimum). 11 4 9 12 L CONTINUED ----- ---- - 2 ON SHESHEET2 ---------- B q 15 6 43 _ L� NIsB q 6 45 9 3 41 8 511 19 15 'O� 01 N'1'4/�I, C('h g 12 '�� Z`ifG tgl �a 10 0 e o zeas O Q+ 4 4 00 4,01 STSG C3 � (D TRAFFIC SIGNAL CABINET ��i 9 ZONAL t ® CABINETGROUNDING BUSS (COPPER) 3 ©5 RIGID PVC OUTERDUCT WITH PVC OR PE INNERDUCT ® GALVANIZED STEEL RIGID METAL CONDUIT OUTERDUCT WITH PVC OR PE INNERDUCT TYPICAL 0 LOCATE WIRE. COIL 10' INSIDE CABINET, CABLE VAULT, OR PULL BOX GROUNDING DETAILS ® DETECTABLE UNDERGROUND WARNING TAPE. COIL Z INSIDE CABINET, CABLE VAULT, OR PULL BOX STANDARD PLAN J-60.05-00 (S) TRANSFORMER CABINET ® GROUNDING CONDUCTOR NON -INSULATED (FROM REINFORCING CAGE) SHEET 1 OF 4 SHEETS ® BOX FRAME BONDING ATTACHMENT POINT APPROVED FOR PUBLICATION 4© GROUND LUG WELDED TO CABINET WALL (WI TINNED COPPER BUSS) Pasco Bakotich III 06-16-11 43 CABINET MAIN BONDING JUMPER exc" wre ® ITS CAMERA, RAMP METER TRAFFIC DATA STATION, HIGHWAY ADVISORY RADIO 45 UNGROUNDED CABINET NEUTRAL BUSS (COPPER) � Wad*�10w S IF COMBINED GALVANIZED 3 I 45 ITS -COMBINED GALVANIZED STEEL STEEL RIGID METAL RIGID METAL CONDUIT CONDUIT (RMC) AND (RMC) AND RIGID PVC RIGID PVC CONDUIT (PVC) (PVC) C) APPLICATION APPLICATION APPLICATION3 4 (FB - 13 13- 11 13 CONTINUED 1 FROM SHEET 1 Y, 8 � 8 F4NT RIGID PVC CONDUIT ___L_-, ITS -RIGID PVC (PVC) APPLICATION CONDUIT (PVC) APPLICATION ITS - COMBINED GALVANIZED STEEL RIGID METAL CONDUIT (RMC)AND t --i- RIGID PVC CONDUIT (PVC) APPLICATION. --- FIBER OPTIC CABLE ONLY, NO METALLIC CONDUCTORS ITS -RIGID PVC CONDUIT (PVC) APPLICATION FIBER OPTIC CABLE ONLY -NO METALLIC CONDUCTORS -_IS E 12a15 123 41 8 11' ORCONTINUED FROMSHEET 1___ f. S i434\ \41 8 GALVANIZED STEEL RIGID I ITS - GALVANIZED STEELI ITS -GALVANIZED STEEL RIGID METAL CONDUIT RIGID METAL CONDUIT t- METAL CONDUIT (RMC) APPLICATION (RMC) APPLICATION (RMC) APPLICATIONi FIBER OPTIC CABLE ONLY -NO METALLIC CONDUCTORS w�0� O m (qplplp�®CC�i 0 1 = m O � TOP OF PAVEMENT TOP OF PAVEMENT OR EXISTING OR EXISTING GROUND GROUND N m80 B SECTION OA SECTION OB FROM DIFFERENT SERVICE -}- 15 13 TOP OF PAVEMENT OR EXISTING GROUND J 19 15 5 7 ITS -COMBINED GALVANIZED STEEL RIGID METAL CONDUIT (RMC) AND RIGID PVC CONDUIT (PVC) APPLICATION FROM DIFFERENT SERVICE ITS -RIGID PVC CONDUIT (PVC) APPLICATION TOP OF PAVEMENT OR EXISTING GROUND 14 R 50000E-4! SECTION FROM DIFFERENT SERVICE �� ® �©il 7 1 m �'� C'- Com. m ITS - GALVANIZED STEEL RIGID METAL CONDUIT (RMC) APPLICATION M 0� O 0000 OR 13 SHOWN 6 OR©7 POSSIBLE SECTION O - SEE CONTRACT PLANS TOP OF PAVEMENT OR EXISTING GROUND 37 � B 13 SHOWN 60R(g)POSSIBLE SECTION O PLANS CONTRACT E 0.� 5 !M. Mm AI ?1s GI SIgTSQ`�OGti}Q, il � 8 �ONAL E� 1 Po INH TYPICAL GROUNDING DETAILS STANDARD PLAN J-60.05-00 SHEET 2 OF 4 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich III 06-16-11 - N=N ENdNEEPAdft M1E wv Wmwngl Sb D"w l of dTmn"mdoNen i SUPPLEMENTAL OROUND<I> SUPPLEMENTAL OROUND<1� SERVICE GROUND<2> V� DETAIL O SERVICE GROUND i r 18 3 i 175 4 i i � 6" MIN. r(TYP. 15 19 DETAIL O II TYPE D SERVICE CAMI r 15 __ 6'-0"MIN. RIGID PVC CONDUIT (PVC) APPLICATION SEE STANDARD PUN J-10.10 TYPED SEE STANDARD SERVICE CABINET PLAN J-10.10 <�, rlI � SERVICE OROIMD 44> (ID1 DETAIL O SERVICE GROUND SEE KEY ON SHEET 1 FOR PARTS _ 6' 0" MIN. 19 3 8 C NIsB� GALVANIZED STEEL RIGID METAL CONDUIT (RMC) APPLICATION �O 01 p�9i� �� 1 15 SEE STANDARD PLAN J -3b 15 _ 6.-O,. MIN. __4 15 RIGID PVC CONDUIT (PVC) APPLICATION 4 DETAILO�� •g� o if STSEE PLANaJ-33bbRD S�ONAL �° TYPICAL GROUNDING DETAILS 1 STANDARD PLAN J-60.05-00 SHEET 3 OF 4 SHEETS APPROVED FOR PUBLICATION 1s _6'-0"MIN. 1s Pasco Bakotich III 06-16-11 BTAtE -- ENGINEER MTE TWmhirgbn StoN Dyerlm.nr el TrvrporMbn GALVANIZED STEEL RIGID METAL CONDUIT (RMC) APPLICATION -„ u V ORequired to supplement equipment grounding for luminaire standards with direct burial aerial feeds, or where required in the plans ORequired at all service and separately derived systems <�> Type D service cabinet shown. Use this concept for Type E cabinet or transformer. Type D service cabinet shall be installed on lower surface of foundation only. Type B service cabinet and transformer cabinet shall be installed on raised surface of foundation only. OType B modified service cabinet O6 Grounding electrode conductor and equipment grounding conductor shall not be routed through lug on grounding bushing. SERVICE GROUND<2> V� DETAIL O SERVICE GROUND i r 18 3 i 175 4 i i � 6" MIN. r(TYP. 15 19 DETAIL O II TYPE D SERVICE CAMI r 15 __ 6'-0"MIN. RIGID PVC CONDUIT (PVC) APPLICATION SEE STANDARD PUN J-10.10 TYPED SEE STANDARD SERVICE CABINET PLAN J-10.10 <�, rlI � SERVICE OROIMD 44> (ID1 DETAIL O SERVICE GROUND SEE KEY ON SHEET 1 FOR PARTS _ 6' 0" MIN. 19 3 8 C NIsB� GALVANIZED STEEL RIGID METAL CONDUIT (RMC) APPLICATION �O 01 p�9i� �� 1 15 SEE STANDARD PLAN J -3b 15 _ 6.-O,. MIN. __4 15 RIGID PVC CONDUIT (PVC) APPLICATION 4 DETAILO�� •g� o if STSEE PLANaJ-33bbRD S�ONAL �° TYPICAL GROUNDING DETAILS 1 STANDARD PLAN J-60.05-00 SHEET 3 OF 4 SHEETS APPROVED FOR PUBLICATION 1s _6'-0"MIN. 1s Pasco Bakotich III 06-16-11 BTAtE -- ENGINEER MTE TWmhirgbn StoN Dyerlm.nr el TrvrporMbn GALVANIZED STEEL RIGID METAL CONDUIT (RMC) APPLICATION -„ 1Q 3/8" x 2" x 2" Frame Bonding Stud Plate with 1/4NC x 1" I I Stainless Steel Bonding Stud. - ATTACH TO FRAME • Weld Bonding Stud t0 Frame Bonding Plate. I I : : 1 GtD • Weld to lid support frame. STAINLESS STEEL • 1/4" weld — 3 sides. 3" t SHEET 4 OF 4 SHEETS • Grind lid bearing surface flat after welding. APPROVED FOR PUBLICATION ELEVATION • All comers rounded. Comers along exposed sheared or cut edges Pasco Bakotich III 06-16-11 B shall be broken by light grinding to achieve an approximate � 1/16" (inch) chamfer or rounding. -- wwhino.n Sm C•P� of T...p. •Ifen • Protect conductors with fireproof doth prior to welding. • Omit Frame Bonding Stud Plate if the Frame Bonding point already exists.10 1 Weld all around lid bonding stud — 1/4 NC x 1" stainless steel — Q2 liberally coal entire assembly w/ anti -seize compound. FRAME BONDING O BOLT U FILLET WELD AND 1/8 m EDGE WELD (TVP.) 2" LID SUPPORT DEPTH LID SUPPORT - o FRAME VARIES AMONG MANUFACTURERS' - (FIELD VARIFY) 1/4"[�L) - 1 MIN. STAINLESS STEEL FLAT WASHER - FENDER ® TO EQUIPMENT GROUNDING CONDUCTOR WITH FULL CIRCLE CONNECTOR BONDING JUMPER - #8 MINIMUM • 4' TINNED BRAIDED COPPER (BOND JUMPER TO EQUIPMENT GROUNDING CONDUCTOR) ©3 ROUTE LID BONDING JUMPER TO LID BONDING STUD WITH FULL CIRCLE CONNECTOR STAINLESS STEEL FLAT WASHER /�^\ //�''��� FRAME BONDING STUD - 1 A L , B L STAINLESS STEEL 1/4" NC x 1" STAINLESS STEEL V V ADJUSTING NUTS WELD TO FRAME BONDING STUD PLATE - LIBERALLY COAT THIS ASSEMBLY WITH ANTI -SEIZE COMPOUND EDGE OF LID SUPPORT FRAME r r___ ______________ i i i 1/16" I I 3" M 2- T_ `_ LID BONDING STUD I i I � I I - ATTACH TO FRAME I i � I I : : 1 i FRAME BONDING DETAIL O EQUIPMENT GROUNDING PVC CONDUCTOR PLAN LID TO FRAME COPPER SOLDERLESS BONDING JUMPER CRIMP CONNECTOR STAINLESS STEEL BOND TINNED BRAIDED COPPER FLAT WASHER BONDING JUMPER -#8 MINIMUM FENDER x 4' TO FRAME BONDING STUD LOCATION 3 TYPICAL - ATTACH TO FRAME 2 BONDING BOLT GtD STANDARD PLAN J-60.05-00 STAINLESS STEEL FLAT WASHER 3" t SHEET 4 OF 4 SHEETS STAINLESS STEEL NUT - 2 EACH LID BONDING DETAIL ( BONDING JUMPER - TYPICAL FRAME TO EQUIPMENT BONDING CONDUCTOR GROUNDING DETAILS STANDARD PLAN J-60.05-00 0 SHEET 4 OF 4 SHEETS APPROVED FOR PUBLICATION ELEVATION GRS Pasco Bakotich III 06-16-11 B STATE DESIGN ENGINEER - � -- wwhino.n Sm C•P� of T...p. •Ifen 12 I 2 \ VI 1 SIDE MOUNT TYPE B - PEDESTRIAN TYPE K - VEHICLE TOP TOP MOUNT TYPE C - PEDESTRIAN TYPE F - VEHICLE TYPE E MOUNTING DETAILS PEDESTRIAN HEAD SIDE MOUNT (LEFT SIDE SHOWN) TYPE E -NEON GRID OR SIMILAR 312E LED PEDESTRIAN HEAD NOTES 1. See Contract for head type, mounting height, and orientation. 2. All nipples, fittings, and center pipes shall be 1 1/2" diameter. 3. Install neoprene gasket inside head when flanged elbows are supplied. 4. Extend wire sheath a minimum of 1" inside all signal and sign housings and terminal compartments. 5. Apply bead of silicone to the serrated ring and around the perimeter of all top openings prior to installation of fittings. 6. Back plates shall be constructed of anodized aluminum and shall be mounted with stainless steel hardware. A 2 -inch -wide strip of yellow retro - reflective, type IV prismatic sheeting, conforming to the requirements of Standard Specification 9-28.12, shall be applied in accordance with the manufacturer's recommendations. The application surface of the back plate shall be cleaned, degreased with isopropyl alcohol, and dried prior to application of the sheeting. See Standard Specification 8-23.16(2)D. 7. Drill a 1/4" drain hole in the bottom of each signal assembly, and one in the bottom of each pedestrian head. When signal assembly is mounted horizontally, drill a 1/4" drain hole at the lowest point of each section of the signal assembly. 01 1rA,gy�\E h � y ae1ls o STBA� � ►f70NAL SIGNAL HEAD MOUNTING DETAILS — POLE AND POST TOP MOUNTINGS STANDARD PLAN J-75.10-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch 111 05-11-11 "_ BRIE OEBICII ENOIIEEX MlE 7 WmAinpmn Sr Mysmm m of T vrperlabn 3 SIDE MOUNT 12 I \ 0 KEY q TYPE A - PEDESTRIAN 13 TYPE H - VEHICLE 1Q CENTER PIPE Q2 LOCKNIPPLE' NIPPLE ® SERRATED ELBOW 05 SERRATED OR FLANGED ELBOW © REAMED TEE WITH SET SCREW Q7 REAMED ELBOW WITH SET SCREW QS BRONZE TERMINAL COMPARTMENT WITH: 2� •GASKETED COVER FASTENERS WIRE •WARE LEADS • MOUNTING SADDLE FOR SIDE MOUNTS •1/4" DIAM. DRAIN HOLE POSITION TERMINAL STRIP •12 • WIREWAY FOR SIDE MOUNTS 0 BRONZE COLLAR - 4 1/4" I.D. OFFSET OPENING W SET SCREWS 10 ORNAMENT CAP 11NEOPRENE GASKET 1© WASHER 13 CONDUIT LOCKNUT 9 14 TYPE E HINGE MOUNT - LEFT OR RIGHT, SEE CONTRACT 15 FASTENER WITH SPACER - • 1/2" LAG SCREWS ON WOOD POLE • 1/2" BOLTS TAPPED TO METAL POLE 18 FLATHEAD SOCKET BOLT 17 1/2" INSERT HOLE FOR EXTERNAL WARE ENTRANCE (REQUIRED ON TIMBER POLE MOUNTING ONLY) 18 TERMINAL BLOCK AND PHENOLIC TAG TOP MOUNT 19 INSULINER - 1" MIN. DIAM. HOLE TYPE D - PEDESTRIAN - OFFSET BRONZE COLLAR TO FRONT ©0 SIGNAL HEAD WITH BACKPLATE OR VEHICLE (SHOWN) - OFFSET BRONZE COLLAR TO BACK SIDE MOUNT TYPE B - PEDESTRIAN TYPE K - VEHICLE TOP TOP MOUNT TYPE C - PEDESTRIAN TYPE F - VEHICLE TYPE E MOUNTING DETAILS PEDESTRIAN HEAD SIDE MOUNT (LEFT SIDE SHOWN) TYPE E -NEON GRID OR SIMILAR 312E LED PEDESTRIAN HEAD NOTES 1. See Contract for head type, mounting height, and orientation. 2. All nipples, fittings, and center pipes shall be 1 1/2" diameter. 3. Install neoprene gasket inside head when flanged elbows are supplied. 4. Extend wire sheath a minimum of 1" inside all signal and sign housings and terminal compartments. 5. Apply bead of silicone to the serrated ring and around the perimeter of all top openings prior to installation of fittings. 6. Back plates shall be constructed of anodized aluminum and shall be mounted with stainless steel hardware. A 2 -inch -wide strip of yellow retro - reflective, type IV prismatic sheeting, conforming to the requirements of Standard Specification 9-28.12, shall be applied in accordance with the manufacturer's recommendations. The application surface of the back plate shall be cleaned, degreased with isopropyl alcohol, and dried prior to application of the sheeting. See Standard Specification 8-23.16(2)D. 7. Drill a 1/4" drain hole in the bottom of each signal assembly, and one in the bottom of each pedestrian head. When signal assembly is mounted horizontally, drill a 1/4" drain hole at the lowest point of each section of the signal assembly. 01 1rA,gy�\E h � y ae1ls o STBA� � ►f70NAL SIGNAL HEAD MOUNTING DETAILS — POLE AND POST TOP MOUNTINGS STANDARD PLAN J-75.10-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch 111 05-11-11 "_ BRIE OEBICII ENOIIEEX MlE 7 WmAinpmn Sr Mysmm m of T vrperlabn O END CAP " 02 1 12" DIAM. CONDUIT LOCKNUT � Q3 1 12" DIAM. LOCKNIPPLE\ ® STEEL WASHER ( NEOPRENE GASKET ' (1) BRONZE SERRATED ELL FITTING WITH: 1 • 31W STAINLESS STEEL THROUGH BOLT AND NUTS • THREE STAINLESS STEEL SET SCREWS AT SLIPFITTER CONNECTION • THREE ALLEN HEAD STAINLESS STEEL SET SCREWS AT CONDUIT NIPPLE CONNECTION ARM MOUNT !�7 SERRATED RING HATH PINS TYPE LE Q8 HEX LOCKNUT WITH: (TYPE L WITH TWO ALLEN HEAD STAINLESS STEEL SET SCREWS EXTENSION FITTINGS) •PIN RECEPTACLES Q9 1 12" DIAM. CONDUIT NIPPLE 10 1 12" DIAM. HEX LOCKNUT 11 MOUNTING ASSEMBLY 12 BRONZE ELEVATOR PLUMBIZER WITH 3/8' STAINLESS STEEL THROUGH BOLT, WASHERS, AND TWO NUTS 13 ALUMINUM ARM WITH SET SCREW 14 SLOTTED TUBE WITH CLOSURE STRIP 15 212"I.D. MIN. TUBE CLAMP 18 INTERNALLY THREADED CLAMP ASSEMBLY WITH: • TWO SET SCREWS • 12" • 0.045" STAINLESS STEEL BANDS • 7/18" SCREW BUCKLES, WITH SNIVELS, NUTS, AND WASHERS • BAND CLIPS WITH ALLEN HEAD STAINLESS STEEL SET SCREWS 17 BRONZE MESSENGER HANGER W TH: • 12" DIAM. J -BOLTS • CABLE LOCK BAR • RIVET • COTTER KEY 18 BRONZE INTERNALLY THREADED WARE ENTRANCE WITH: • BUSHING INSERT • ALLEN HEAD STAINLESS STEEL SET SCREW 19 BRONZE BALANCE ADJUSTER Q MULTI -HEAD MOUNTING ASSEMBLY © SPIDER ASSEMBLY In SERRATED RING WITH NO PINS (A SERRATED WASHER ARM MOUNT TYPE M SPAN WIRE TYPE P (1 HEAD) ARM MOUNT TYPE N NOTES �' MIN. 1. Type M mounting shall have "O" ring groove and seal top and bottom of signal attachment. 2. Type M mounting for conventional heads shall have a 2" diameter opening at the signal attachment. 3. Type M mounting for optically programmed heads shall have a 3 1/2" diameter opening at the signal y� attachment. T(/ 4. Type N mounting with optically programmed heads shall be installed with 14" nominal arms. 5. See Standard Plan J-75.30 for tether wire, and backplate requirements. 6. Apply bead of silicone around the perimeter of all top end cap openings prior to installation of the end cap assembly. 2 4E J. PRE : Jif SPAN WIRE 92A A 25335 TYPE R (3 HEADS)) �S'r'ONAL TYPE S (4 HEADS) SIGNAL HEAD MOUNTING DETAILS MAST ARM AND SPAN WIRE MOUNTINGS STANDARD PLAN J-75.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch 111 02-10-09 _ 9T�TE DEBICII ENgINFER pAIE wmhinpb^ SM• C•Pm•M e1 mai uporle m WrAF M M M M M M M M M M M� M M M M M M M 0 0 O KEY 1Q METAL OR TIMBER POLE 4 Q2 2' . 3/16' STAINLESS STEEL BAND WITH 2 EACH: • 3/8-18 NC • 3/4" S. S. HEX HEAD BOLT LOCK WASHERS AND NUTS Q3 5/18" EYE AND EYE TURNBUCKLE ® 3/8" MILD STEEL SHOOK SPAN WIRE MOUNT 05 1/8" S. S. WARE ROPE CLAMP (U -BOLT TYPE) ©1/8' STAINLESS STEEL TETHER WARE ( WIRE CLAMP WITH LEAD WIRE WRAP 8O SIGNAL HEAD 9Q 6 • 8.2 LBIFT CHANNEL 10 2 EACH: • 12-13 NC • 2 12" HEX HEAD BOLT LOCK WASHERS (DRILL AND TAP POLE TO ACCEPT) (3 WIREWAY (SEE DETAIL THIS SHEET) 0 METAL POLE 13 CABINET 14 END BUSHING 15 SEALING LOCKNUT 18 12-13 NC . 2 12' S. S. HEX HEAD BOLT 17 CABINET WALL DRILLED 1/8" OVERSIZE OF NIPPLE iS CHANNEL DRILLED 1/8" OVERSIZE OF NIPPLE 19 2' DIAM. • 4- NIPPLE (UNLESS OTHERWISE NOTED) ©0 POLE DRILLED SO BUSHING WILL PASS THROUGH 2® W63 EXTRUDED ALUMINUM FRAME ® F24TI2/CW FLUORESCENT TUBES (4 EACH) Q TRANSLUCENT PLEXIGLASS SIGN FACE ® 1 12' CAST IRON HUB WITH 5/16' PIN AND COTTER KEY © SPAN WIRE MOUNT ASSEMBLY WITH: • 1 12" DLIM. CONDUIT LOCKNUT • 1 12" DIAM. CONDUIT NIPPLE • BRONZE MESSENGER HANGER WITH: -12' DIAM. J -BOLTS -CABLE LOCK BAR RIVET COTTER KEY • BRONZE INTERNALLY THREADED WIRE ENTRANCE WITH: BUSHING INSERT -ALLEN HEAD STAINLESS STEEL SET SCREW © ARM MOUNT ASSEMBLY WITH: • 1 12" DIAM. CONDUIT LOCKNUT • BRONZE SERRATED ELL FITTING WITH: -3/8" STAINLESS STEEL THROUGH BOLT AND NUTS -THREE STAINLESS STEEL SET SCREWS AT SUPFITTER CONNECTION -THREE ALLEN HEAD STAINLESS STEEL SET SCREWS AT CONDUIT NIPPLE CONNECTION • 1 12" DIAM. CONDUIT NIPPLE • SERRATED RING WITH NO PINS © SIDE POLE MOUNT ASSEMBLY WITH: • 112' DIAM. CONDUIT LOCKNUT • 1 12' DIAM. CONDUIT NIPPLE • SERRATED RING WITH NO PINS ® 1 12" SERRATED ELBOW ©B 1 12" DIAM. NIPPLE (DRILL AND TAP POLE TO ACCEPT) ® 2 EACH: • 12-20 NF . 3/4' STAINLESS STEEL HEX HEAD BOLT • LOCK WASHERS (DRILL AND TAP POLE TO ACCEPT) 3B MOUNTING BRACKET 4 MAST ARM MOUNT 26" 4 PLAN VIEW ELEVATION VIEW •i TETHER WIRE DETAIL ISOMETRIC VIEW SIDE POLE MOUNT ISOMETRIC VIEW INTERNALLY ILLUMINATED SIGN DETAILS ( ) ( ) Qb V,�) -,,. SCOOP FULL CIRCLE TUNNEL CAP OR ANGLE CUTOFF 45• SHOWN - SEE PERSPECTIVE VIEWS CONTRACT PLANS FOR VISORS ANGLE AND LENGTH "L" WIREWAY DETAIL ISOMETRIC VIEW 12 9 13 PLAN SECTION OA ELEVATION VIEW CABINET MOUNTING DETAILS NOTES 1. Backplates shall be installed with 6 Stainless Steel screws and washers. 2. Silicone top of channel and around nipples at openings Into pole. RETRO -REFLECTIVE YELLOW TAPE BACKPLATE DETAIL W' OR 12" SECTIONS 8" SECTION X = 8" t 12" 12' SECTION X = 5 12" 3 12" MISCELLANEOUS SIGNAL DETAILS STANDARD PLAN J-75.30-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Sakodch 111 05-11-11 _ SKATE OE91GN EN.— — wmhlnpbn SM• D palm«i1 f I ..po t.N— 0 2 U N DRILL & TAP FOR 1/2-13 S. S. PENTA BOLTS PLACE 120° APART COAT LIBERALLY WITH ANTI -SEIZE COMPOUND 4 SYSTEM IDENTIFICATION - SEE NOTE 7 CORED HOLES IN FRAME FOR TYING TO THE RE -BAR (TYPICAL 4 PLACES) SEE NOTE 1- x-6' DIAMOND PATTERN - SEE NOTE 3 J 5/8' DIAM. THREADED INSERT (TYPICAL) - SEE NOTE 9 / 25' DIAM. CAST IRON RING AND DUCTILE IRON LOCKING COVER O BONDING JUMPER -SEENOTES 1/4-20 UNC x 1 11/18' MIN. 10 LENGTH THREADED BRASS iV iV GROUND INSERT WITH STEEL LEAD GROUND ROD BONDED TO FRAME AND REINFORCING \ DRILL #TAP FOR 5 1h-19 S. 8. BOLT USE HOLE FOR HEAVY DUTY LID BONDING JUMPER SEE NOTE 1 SECTION O (LID NOT SHOWN) 4 7 - SEE NOTE 6 CONDUITS SHOWN EXTENDED FOR CLARITY (TYPJ - SEE STANDARD SPECIFICATION 8.20.3(5) 4 6 - SEE NOTE 6 -11> Equipment Grounding Conductor Copper Solderiess Crimp Connector 3 Equipment Bonding Jumper - See Note 5 4 See Contract for conduit size and number 5 Provide a 1 1/2" wide x 3 1/2" high x 3/18' thick min. Ilei area for lifting purposes (for Ductile Iron Lid only) © GRS Shown - See Contract for conduit type 8 PVC Shown - Sea Contract for conduit type e Location Wire GROUND STUD - SEE NOTE 4 4 DIAMOI PATTEI.. - SEE NOTE 3 TOP RING AND LOCK SYSTEM IDENTIFICATION - SEE NOTE 7 STANDARD DUTY LID - HINGED, SPRING ASSISTED 1 1/2" DIAMETER S. S. BRIDLE RING -SEE DETAIL �- SEE NOTE 6 ISOMETRIC CUTAWAY 1'- 10" SECTION O PULL BOX ASSEMBLY (SHOWN WITH STANDARD DUTY LID) GROUND STUD - SEE NOTE 5 NOTES 1. The Heavy Duty Lid shall be used when a Pull Box is placed in the paved shoulder or the traveled way. Use a 9" thick lid for new Pull Box installations. Use a 6" thick Heavy Duty Lid when converting a Standard Duty Pull Box into a Heavy Duty Pull Box in the paved shoulder or the traveled way and no overlay is called for in the Contract. Otherwise, see Contract Plans for overlay depth and fabricate lid thickness to match overlay depth. 2. Use Standard Duty Pull Box and Lid when placed in unpaved areas. Use Standard Duty Pull Box in sidewalks, walkways, and shared -use paths. 3. Minimum lid thickness shown. The diamond pattern shall be a minimum of 3/32" thick. 4. Standard Duty Pull Boxes installed in sidewalks, walkways, and shared -use paths shall have a slip -resistant coating on lid and shall be installed with the surface flush with and matched to the grade of the sidewalk, walkway, and shared -use paths. The non -slip lid shall be identified with permanent marking on the underside indicating the type of surface treatment (see Contract Documents for details) and the year of manufacture. The permanent marking shall be 1/8" inch line thickness formed with a stainless steel weld bead and shall be placed prior to hot -dip galvanizing. 5. A 1/4-20 UNC x 3/4" S. S. ground stud with (2) S. S. nuts and (2) S. S. flat washers shall be attached to the Standard Duty Lid and coated with anti -seize compound. Provide a 5/8" diameter cored hole in the ductile iron lid gusset (Heavy Duty Lid) with 1/2-13 UNC x 1 1/4" S. S. bolt, (3) S. S. flat washers, and (2) S. S. nuts for the Bonding Jumper. 6. Connect a Bonding Jumper to the steel conduit bushing for GRS conduit and connect the steel conduit bushing jumper to the equipment ground at the threaded brass ground insert. Connect the equipment grounding con- ductors in the PVC and/or GRS conduits to the brass ground insert. The Bonding Jumper shall be #8 min. x 4' (ft.) of tinned braided copper between the lid and the frame of the Heavy Duty tops and from the Heavy Duty top to the threaded brass ground insert. The Bonding Jumper shall be #8 min. x 4' (ft.) of tinned braided copper between the lid on a Standard Duty Pull Box and the threaded brass ground insert. See Contract Plan Sheets and Standard Plan J-60.05 for Bonding Jumper requirements. 7. The system identification letters shall be 1/8" line thickness farmed by engraving, Casting, stamping, or with a S. S. weld bead. See COVER MARKING DETAIL. See Standard Specification 9-29.2(4). Ductile iron lid lettering shall be recessed. 8. Cement concrete shall be Class 4000. 9. Plastic plugs shall be put into the lid inserts after fabrication and the lid installation. 10. Capacity - conduit diameter = 40" (in.). 11. Excavate material, place 6" crushed surfacing pad per Standard Specification Section 8-20.3(6). Field bend #3 reinforcing bar to allow conduit into the Pull Box. Field bend reinforcing bar back into place, wire tie in (2) places, and cast in commercial concrete (commercial concrete only allowed for box bottom/wall completion). 12. This drawing depicts a typical Pull Box assembly. Reinforcing not shown. Each manufacturer's Pull Box assembly will vary. Refer to the approved manufacturer's shop drawings for all dimensions and the actual arrangement. 6 Ply LIFT HOLE TOP OF SOIL - 1" TO 2" DIAMETER TOP OF PAVED 2'- Cr SURFACE �~ 10 OP WASy74 HARDWARE SURFACE -MOUNTING RACK S.S.1S------y1--l8" SLOTTED --------- i 8u8 CHANNEL 8 ------------- LLw�O .p 36107 — —r— �- "pBJ,s`�r'lSTBA�Gti} YI 'ONAL GALVANIZED PULLING iii i i Y IRON -10 EACH KNOCKOUT i CORNER (4 REQUIRED) (TYPICAL) �i' ' PULL Box GROUND ROD- - STANDARD PLAN J-90.10-01 KNOCKOUT SHEET 1 OF 2 SHEETS 6" DIAM. SUMP WITH APPROVED FOR PUBLICATION 2" DIAM. DRAIN HOLE Pasco Bakotich III 06-27-11 VIEW OC Im arAre oEa-EaomEm wrE wmhkgl� SM. Dspa o n of ha gw1aann M M M w M M M M M M M M M M M M M M M BRIDLE RING DUCTILE IRON UD - SEE DETAIL S. S. HEX HEAD BOLTS. 8 OCATION WIRE - PROVIDE V-0" DIAM. LOOP ABOVE CHANNEL SECTION.SEE NOTE 5 BRIDLE RING ` SEE DETAIL •' SECURE IN BRIDLE RING ~ 3 PIPE HANGER CORED HOLE - DO NOT - S. S., 12 GAGE, 1" WIDE DRILL OR TAP - DO NOT DR LL INTO OR THROUGH 6" PIPE HANGER 3 GUSSETS - SEE DETAIL HEAVY DUTY UD - SEE NOTE 1 CABLE BUFFER - SEE PIPE HANGER DETAIL o 0 8 0 � 1/4-20 UNC x 1 11/16' MIN. LENGTH O THREADED BRASS GROUND INSERT WITH 1 8 STEEL LEAD GROUND ROD BONDED 1 LL _ TO FRAME AND REINFORCING 1 7 -SEE NOTE 6 m 2" CLEAR ;P.) MIN. ROUGHENED SURFACE REQUIRED ,8 9 SPLICED #3 REINFORCING PRIOR TO CASTING BOTTOM /WALL (TVP.) CONCRETE SEE NOTE 11 TIE WRAP STEEL REINFORCING SYMMETRICAL ABOUT CENTERUNE #3 REINFORCING BAR (TYP.) O9 AT NO TIME SHALL THE CABLE'S `r MINIMUM BENDING RADIUS ��t4 X7.53" (TYP.) LIMITATIONS BE COMPROMISED w. 6" BOTH ENDS INTERNAL OBLIQUE VIEW (TYP. OF 4 PLACES) COIL THE CABLE BY USING A "FIGURE 8" FOLDED IN THE MIDDLE TO FORM A LOOP ISOMETRIC CUTAWAY S. S. HEX BOLT 3/8-16 UNC x 9" 1' CABLE BUFFER - FLEXIBLE, PLASTIC PIPE, 6" DIAM., 1'- 0" LONG, SPLIT S. S. NUT PIPE HANGER DETAIL FABRICATE IF NOT AVAILABLE COMMERCIALLY COVER MARKING DETAIL ITS 12" (TYP.) SEE NOTE 7 1 12" DIAM. BRIDLE RING - S. S. 1/4" DIAM. WIRE SIZE (FABRICATE IF NOT AVAILABLE COMMERCIALLY) BRIDLE RING DETAIL GROUND STUD -THREAD INTO PREDRILLED HOLEIN FRAME FLANGE, DRILL AND TAP 12"-13 - SEE NOTE 5 FACTORY CAST BLOCK OUT W/ ROUGHENED EDGES SPLIT PULL BOX ASSEMBLY (SHOWN WITH HEAVY DUTY LID) SEE PULL BOX, SHEET 1, FOR DIMENSIONS NOT SHOWN LOGO DETAIL i T HARDWARE MOUNTING RACK S. S. HEX HEAD BOLTS. - S. 1 5/8" SLOTTED CHANNEL - 12-13 UNC x 15/16" S. S. CHANNEL NUT PIPE HANGER I (PARTIAL AL CHANNEL SPRING /" zw - S. S., 12 GAGE, 1" WIDE SHOWN FOR CLARITY) S. S. HEX BOLT 3/8-16 UNC x 9" 1' CABLE BUFFER - FLEXIBLE, PLASTIC PIPE, 6" DIAM., 1'- 0" LONG, SPLIT S. S. NUT PIPE HANGER DETAIL FABRICATE IF NOT AVAILABLE COMMERCIALLY COVER MARKING DETAIL ITS 12" (TYP.) SEE NOTE 7 1 12" DIAM. BRIDLE RING - S. S. 1/4" DIAM. WIRE SIZE (FABRICATE IF NOT AVAILABLE COMMERCIALLY) BRIDLE RING DETAIL GROUND STUD -THREAD INTO PREDRILLED HOLEIN FRAME FLANGE, DRILL AND TAP 12"-13 - SEE NOTE 5 FACTORY CAST BLOCK OUT W/ ROUGHENED EDGES SPLIT PULL BOX ASSEMBLY (SHOWN WITH HEAVY DUTY LID) SEE PULL BOX, SHEET 1, FOR DIMENSIONS NOT SHOWN LOGO DETAIL i T 8 OP MAlilt Sy��� J� 36103 O Q`� ff iii CIS TBQ'� "'ONAL ��IF PULL Box STANDARD PLAN J-90.10-01 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich III 06-27-11 STATE DES ENDINEER DATE T WmhlMden SIeM GO.rIm.M d Tnnperblbn #3 REINFORCING BAR (TYP.) SEE NOTE 11 o w - LL 6" 1" MIN. 2" MAX. FIELD 2" CLEAR ;P.) MIN. VERIFY TO END' (TVP.) REINFORCING VIEW ( BAR 8 OP MAlilt Sy��� J� 36103 O Q`� ff iii CIS TBQ'� "'ONAL ��IF PULL Box STANDARD PLAN J-90.10-01 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich III 06-27-11 STATE DES ENDINEER DATE T WmhlMden SIeM GO.rIm.M d Tnnperblbn NOTES hall be used in unpaved areas, and shall not be installed in the paved shoulders or traveled way. I sidewalks, walkways, and shared -use paths. Heavy Duty Cable Vault shall be used when Dulder or the traveled way. III be a minimum of 3/32" (in) thick. tied in sidewalks, walkways, and shared -use paths shall have a slip -resistant coating on the lid h the surface flush with and matched to the grade of the sidewalk, walkway, and shared -use hall be identified with permanent marking on the underside indicating the type of surface treat- Iments for details) and the year of manufacture. The permanent marking shall be 1/8" (in) h a stainless steel weld bead and shall be placed prior to hot -dip galvanizing. N) ground stud with two nuts and two flat washers shall be welded to each lid and coated with 1/4 - 20 UNC ■ 3/4" (IN) ground stud with two nuts and three flat washers shall be welded to h anti -seize compound. er to the steel conduit bushing for RMC conduit and connect the steel conduit bushing jumper at the hex coupling nut welded to the stainless steel channel. Connect the equipment grounding nd/or RMC conduits to the hex coupling nut. The bonding jumper shall be #8 min. x T (ft) of itween the lid and the frame and shall be #8 min. x 4' (ft) of tinned braided copper from the frame See Contract Plans and Standard Plan J-60.06 for bonding jumper requirements. letters shall be 1/8" (in) line thickness formed by engraving, stamping, or with a stainless steel MARKING DETAIL, Standard Specification 9-29.2(4). e Class 4000. Iter = 40" (in). n 6" (in) crushed surfacing pad in accordance with Standard Specification 8-20.3(6). It features and arrangement shown. Reinforcing not shown. Dimensions and arrangements will vary — See Approved shop drawings. JSDOT Projects shall only be installed with the lid frame bearing on the concrete portion of cable vault. I be molded splice enclosure or splice connector with terminal connection. OPTION 2 M SPLICE CONNECTOR WITH TERMINAL CONNECTOR. USE SILICONE -TYPE FILLING COMPOUND THAT REMAINS FLEXIBLE AND ENCLOSES A RE -ENTERABLE RIGID MOLD AND CONNECTOR THAT SNAPS TOGETHER. :ATING CLIP WITH —TER - BLOCKING GEL h � 9B�f STBT•Q� J' Ci 1114—YONAL fir SMALL CABLE VAULT STANDARD PLAN J-90.21-00 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION srAre or�ioeeHasrFEe WWed4gbn Slob DepalnwM d Tnnupeeeam 1 Equipment Grounding Conductor Copper Sdderlws Crimp Connector 3 Equipment Bonding Jumper- See Note 5 4 See Contract for Conduit Size and Number 5 identified to contain future Fiber Optic Cable 6 RMC Shown -See Contract for Conduit Type 7 PVC Shown -See Contract for Conduit Type B Location Wire SPLICE CONNECTOR WITH TERMINAL CONNECTOR. USE SILICONE -TYPE FILLING COMPOUND THAT REMAINS FLEXIBLE AND ENCLOSES A RE -ENTERABLE RIGID MOLD AND CONNECTOR THAT SNAPS TOGETHER. :ATING CLIP WITH —TER - BLOCKING GEL h � 9B�f STBT•Q� J' Ci 1114—YONAL fir SMALL CABLE VAULT STANDARD PLAN J-90.21-00 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION srAre or�ioeeHasrFEe WWed4gbn Slob DepalnwM d Tnnupeeeam m m m m m m m m m r m m m m m m m m m 3/4' (IN) DIAM. THREADED INSERT WITH 3/4" (IN) x 1' (IN) HEX BOLT AND FLAT WASHER (TYP.) (FOUR) PLACES BRIDLE RING VAULT (SEE DETAIL) 0 O 1" 1 z LL Ed"s p.11/ d <9> LOCATION WARE - PROVIDE l'- 0" DIAM. LOOP ABOVE CHANNEL SECTION SECURE IN BRIDLE RING 6' (IN) PIPE HANGER - SEE DETAIL CABLE BUFFER (TYP.) - SEE PIPE HANGER DETAIL TOP OF PAVED `+ SURFACE - SEE NOTE 1 V �i 5 12" (IN) x 10" 6 12" I 10" I KNOCKOUTUT END VIEW TIE WRAP (TYP.) 1 1 12' (IN) DIAM. BRIDLE RING - SPLICE CASE MOUNTING S. S. 114" (IN) DIAM. WIRE SIZE AT SPLICE LOCATION - WHEN _ (FABRICATE IF NOT AVAILABLE REQUIRED - SEE CONTRACT PLANS COMMERCIALLY) • •1 AT NO TIME SHALL THE CABLE'S O MINIMUM BENDING RADIUS LIMITATIONS BE COMPROMISED ' ^ X80• \ BRIDLE RING DETAIL INTERNAL ISOMETRIC VIEW 'y. ;d!N" gOFN COVER MARKING DETAIL HINGE PIN - 1. (TYP.). 1• (fYp.) STAINLESS STEEL, (TYP) FOUR PLACES ITS ANGLE FRAME - 12" (TYP.) I 1 114" (IN) x 1 114" ON)I` x 3/16" pM SEE NOTE 6 METAL LIDS - WATH FRAME HARDWARE MOUNTING RACK - TYPE 304 STA NLESS STEEL 1 5/6' (IN) x 1 5/6" (IN) SLOTTED CHANNEL STAINLESS STEEL CHANNEL NUT m WITH STAINLESS STEEL SPRING (PARTIAL CHANNEL SHOWN PIPE HANGER - FOR CLARITY) STAINLESS STEEL, * HEX HEAD BOLT - 12 GAGE, V (IN) WIDE 12-13 UNC x 15/16" (IN) AND FLAT WASHER I 5" (IN) DIAM. KNOCKOUT - FOUR PLACES * 3/6" -16 UNC x W (IN) F HEX BOLT * 3/6" - 16 UNC NUT CABLE BUFFER - FULL LENGTH x 10" (IN) \ FLEXIBLE PLASTIC PIPE, VIDE BOTTOM KNOCKOUT 6- (IN) DIAM., 1' - D" LONG, SPLIT �? PIPE HANGER DETAIL ISOMETRICVIEW FABRICATE IF NOT AVAILABLE COMMERCIALLY SEE ISOMETRIC CUTAWAY ASSEMBLY - SHEET 1, FOR DIMENSIONS NOT SHOWN GROUND STUD (SEE NOTE 4) TOP OF PAVED TOP OF SOIL - SURFACE - 5'-212" 4'-111/4" SEE NOTE 1 TOP OF SOIL SURFACE SURFACE A LIFT HOLES (TYP.) STEEL DROP HANDLE CHANNEL 1 5A7' (IN) x 15/8" (IN) x 4' - 0" 3/4„ - GALVANIZED - LID FRAME MOUNTING 10 EACH CORNER (FOUR) REQUIRED 2'-3- _ BOLT - 3/4" (IN) DIAM. Y MIN. TO 3' MAX. - THREADEDINSERT Mrj�� BRIDLE RING (SEE DETAIL) WITH HEX BOLT ' N 2" (I N) DIAM. UFT F' HOLE - EACH SIDE, 2 SIDES GROUND ROD CONCRETE J FRAME VAULT - KNOCKOUT V (IN) DIAM. SUMP PENTA HEAD BOLT DIAMOND PATTERN 5 \- WITH 2.5" (IN) DIAM. TOP VIEW (SEE NOTE 2) DRAIN HOLE TIE WRAP (TYP.) 1 1 12' (IN) DIAM. BRIDLE RING - SPLICE CASE MOUNTING S. S. 114" (IN) DIAM. WIRE SIZE AT SPLICE LOCATION - WHEN _ (FABRICATE IF NOT AVAILABLE REQUIRED - SEE CONTRACT PLANS COMMERCIALLY) • •1 AT NO TIME SHALL THE CABLE'S O MINIMUM BENDING RADIUS LIMITATIONS BE COMPROMISED ' ^ X80• \ BRIDLE RING DETAIL INTERNAL ISOMETRIC VIEW 'y. ;d!N" gOFN COVER MARKING DETAIL HINGE PIN - 1. (TYP.). 1• (fYp.) STAINLESS STEEL, (TYP) FOUR PLACES ITS ANGLE FRAME - 12" (TYP.) I 1 114" (IN) x 1 114" ON)I` x 3/16" pM SEE NOTE 6 METAL LIDS - WATH FRAME HARDWARE MOUNTING RACK - TYPE 304 STA NLESS STEEL 1 5/6' (IN) x 1 5/6" (IN) SLOTTED CHANNEL STAINLESS STEEL CHANNEL NUT m WITH STAINLESS STEEL SPRING (PARTIAL CHANNEL SHOWN PIPE HANGER - FOR CLARITY) STAINLESS STEEL, * HEX HEAD BOLT - 12 GAGE, V (IN) WIDE 12-13 UNC x 15/16" (IN) AND FLAT WASHER I 5" (IN) DIAM. KNOCKOUT - FOUR PLACES * 3/6" -16 UNC x W (IN) F HEX BOLT * 3/6" - 16 UNC NUT CABLE BUFFER - FULL LENGTH x 10" (IN) \ FLEXIBLE PLASTIC PIPE, VIDE BOTTOM KNOCKOUT 6- (IN) DIAM., 1' - D" LONG, SPLIT �? PIPE HANGER DETAIL ISOMETRICVIEW FABRICATE IF NOT AVAILABLE COMMERCIALLY SEE ISOMETRIC CUTAWAY ASSEMBLY - SHEET 1, FOR DIMENSIONS NOT SHOWN GROUND STUD (SEE NOTE 4) TOP OF PAVED - SURFACE - SEE NOTE 1 TOP OF SOIL SURFACE -. -. LIFT HOLES (TYP.) STAINLESS STEEL CHANNEL 1 5A7' (IN) x 15/8" (IN) x 4' - 0" 3/4„ - GALVANIZED PULLING IRON 10 EACH CORNER (FOUR) REQUIRED 2'-3- SECTION O�1' MIN. TO 3' MAX. TOP OF SOIL SURFACE Mrj�� BRIDLE RING (SEE DETAIL) HEX COUPLING NUT - 5/16 NC x 7/8 (IN) INSTALL 5/16 NC x 3/4" (IN) BOLT AND THREE FLAT WASHERS * 1�OP WASy�\ e 5 � qB 399TBQ'20 e0 ►�,ONAL SMALL CABLE VAULT STANDARD PLAN J-90.27-00 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION _ BTAIE DEBKiN ENGINEER Wmhingb S1 Dqm m.nl d Tnl W K Nm 200 t - TANGENT (TYP.) w 100' t - CURVE (TYP.) w Inn CHANNELIZING DEVICE a j (TVP.) -SEE NOTE 3 YELLOW TA rc m a z o w PE STRIPE TtL - S S - LOW TRPM (TYP.) EE NOTE 5 NOTES 1. For long tens projects conflicting pavement markings that are no longer applicable shall be removed or obliterated. Temporary —r markings shall be used as necessary. 2. For Hot Mixed Asphalt Pavement, a temporary striping tape shall be installed in conjunction with DO NOT PASS and "PASS WITH CARE" sign locations. HOT MIXED ASPHALT PAVEMENT BITUMINOUS SURFACE TREATMENT 3. Temporary roadside delineation with Channelization Devices is optional. The appropriate taper length shall be Ll2. See Standard TWO-LANE ROADWAY Plan K-24.20 for minimum taper length (L). 4. For long tens projects a channelizatioNpavement marking plan should be implemented. 5. Temporary Raised Pavement Marker (TRPM) may be used on a 35 4 1 WHITE TAPE (OR PAINT) STRIPE 4 36 WHITE TRPM 2 2' - SEE NOTE 5 ° ° ° pattem spacing 5' O.C. to simulate a solid line. HOT MIXED ASPHALT PAVEMENT BITUMINOUS SURFACE TREATMENT ONE-WAY TWO-LANE ROADWAY 4' 36 4' 36' YELLOW TRPM (TVP.) 2' 2' SEE NOTE 5 YELLOW TAPE STRIPE o o v o 0 0 0 TEMPORARY TURN ARROW (TYP.) HOT MIXED ASPHALT PAVEMENT BITUMINOUS SURFACE TREATMENT TWO-WAY TWO-LANE LEFT TURN ROADWAY RE J. TRS F�00;0 1 e 1 g 90A10 s 9e'G253 S is SIONAL �� Y EXPIRES AUGUST 9, 2007 Roil TEMPORARY CHANNELIZATION STANDARD PLAN K-70.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-15-07 STM OUIMe GWER are T wr,I,yre- aron o.p.m.M er rA,.wA.41n LOW TRPM (TYP.) EE NOTE 5 NOTES 1. For long tens projects conflicting pavement markings that are no longer applicable shall be removed or obliterated. Temporary —r markings shall be used as necessary. 2. For Hot Mixed Asphalt Pavement, a temporary striping tape shall be installed in conjunction with DO NOT PASS and "PASS WITH CARE" sign locations. HOT MIXED ASPHALT PAVEMENT BITUMINOUS SURFACE TREATMENT 3. Temporary roadside delineation with Channelization Devices is optional. The appropriate taper length shall be Ll2. See Standard TWO-LANE ROADWAY Plan K-24.20 for minimum taper length (L). 4. For long tens projects a channelizatioNpavement marking plan should be implemented. 5. Temporary Raised Pavement Marker (TRPM) may be used on a 35 4 1 WHITE TAPE (OR PAINT) STRIPE 4 36 WHITE TRPM 2 2' - SEE NOTE 5 ° ° ° pattem spacing 5' O.C. to simulate a solid line. HOT MIXED ASPHALT PAVEMENT BITUMINOUS SURFACE TREATMENT ONE-WAY TWO-LANE ROADWAY 4' 36 4' 36' YELLOW TRPM (TVP.) 2' 2' SEE NOTE 5 YELLOW TAPE STRIPE o o v o 0 0 0 TEMPORARY TURN ARROW (TYP.) HOT MIXED ASPHALT PAVEMENT BITUMINOUS SURFACE TREATMENT TWO-WAY TWO-LANE LEFT TURN ROADWAY RE J. TRS F�00;0 1 e 1 g 90A10 s 9e'G253 S is SIONAL �� Y EXPIRES AUGUST 9, 2007 Roil TEMPORARY CHANNELIZATION STANDARD PLAN K-70.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-15-07 STM OUIMe GWER are T wr,I,yre- aron o.p.m.M er rA,.wA.41n pattem spacing 5' O.C. to simulate a solid line. HOT MIXED ASPHALT PAVEMENT BITUMINOUS SURFACE TREATMENT ONE-WAY TWO-LANE ROADWAY 4' 36 4' 36' YELLOW TRPM (TVP.) 2' 2' SEE NOTE 5 YELLOW TAPE STRIPE o o v o 0 0 0 TEMPORARY TURN ARROW (TYP.) HOT MIXED ASPHALT PAVEMENT BITUMINOUS SURFACE TREATMENT TWO-WAY TWO-LANE LEFT TURN ROADWAY RE J. TRS F�00;0 1 e 1 g 90A10 s 9e'G253 S is SIONAL �� Y EXPIRES AUGUST 9, 2007 Roil TEMPORARY CHANNELIZATION STANDARD PLAN K-70.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-15-07 STM OUIMe GWER are T wr,I,yre- aron o.p.m.M er rA,.wA.41n M M M M M M M M M M M M r M M M M r M SIGN INSTALLATION (FILL SECTION) B TO tr HEIGHT V CAwfsy� y�r TO BOTTOM OF SIGN TO BOTTOM OF V TO 1r j� a TO tr SHOULDER 7 S' TO 17 RURAL MIN. PRIMARY T MINIMUM S' MINIMUM CLASS A SIGN SHOULDER INSTALLATION — SIGN lY MIN. SHOULDER B MIN. SIGN EDGE OF S' MAX. L TRAVELED SUPPLEMENTAL c TRAVELED j WAY _._ WAY PLAQUE SIGN EDGE OF SIGN SHALL 3' MIN, SIGN NOT INTRUDE ON EDGE ---- U OF SIDEWALK CURB EDGE CURB FACE V FACE V LED ^S EDDIE OFf� SIDEWALK CURB SP�LEMEN AL CURB —.. SIGN INSTALLATION (CURB SECTION) SIGN INSTALLATION (SIDEWALK AND CURB SECTION) NOTES 1. For sign installation details, see Std. Plan G - series 2. In rural areas, the "V" Height can be a minimum of 7 feet for primary signs and 6 feet for the supplemental plaques for greater visibility, as directed by the engineer. 3. The -V" height for signs, with an area of more than 50 square feet and two or more sign supports, is 7 feet in both rural and urban areas. HEIGHT V CAwfsy� y�r TO BOTTOM OF SIGN TO BOTTOM OF V TO 1r j� (NO SUPPLEMENTAL SUPPLEMENTAL PLAQUE 4 C �O 25335 O A �'C/STBR� 1�I8 �Ss70NAL S' TO 17 RURAL S MINIMUM W MINIMUM h _ V TO 12' T MINIMUM S' MINIMUM CLASS A SHOULDER & MIN. INSTALLATION SHOULDER 6 MIN. SHEET 1 OF 1 SHEET SHOULDER B MIN. Ken L Smith 02-21-07 erAl Dmim, — my PRIMARY SIGN MM 3' MIN, SIGN EDGE EDGE OF 0" MIN. LED ^S EDDIE OFf� TRAVELED S. SP�LEMEN AL TRAVELEDUE WAY FACE OF BARRIER OR GUARDRAIL V V V � DITCH SIGN INSTALLATION SIGN WITH SUPPLEMENTAL " SIGN INSTALLATION (BEHIND TRAFFIC BARRIER) PLAQUE INSTALLATION (DITCH SECTION) (FILL SECTION) NOTES 1. For sign installation details, see Std. Plan G - series 2. In rural areas, the "V" Height can be a minimum of 7 feet for primary signs and 6 feet for the supplemental plaques for greater visibility, as directed by the engineer. 3. The -V" height for signs, with an area of more than 50 square feet and two or more sign supports, is 7 feet in both rural and urban areas. RE J. T$� HEIGHT V CAwfsy� y�r TO BOTTOM OF SIGN TO BOTTOM OF slcN Z�o�oe F - (NO SUPPLEMENTAL SUPPLEMENTAL PLAQUE 4 C �O 25335 O A �'C/STBR� 1�I8 �Ss70NAL PLAQUE) (WHEN REQUIRED) RURAL S MINIMUM W MINIMUM URBAN T MINIMUM S' MINIMUM RE J. T$� CAwfsy� y�r i° slcN Z�o�oe F - Q 4 C �O 25335 O A �'C/STBR� 1�I8 �Ss70NAL p�p y1{k E W ��G � EXPIRES AUGUST 9, 2007 OU CLASS A CONSTRUCTION SIGNING INSTALLATION STANDARD PLAN K-80.10-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Smith 02-21-07 erAl Dmim, — my W-higb Slab Dq-WlA7—park" USE ATTACHMENT DETAIL O OR 0 ATTACHMENT DETAIL O b 0 i 0 TOP OF BARRICADE SUPPORT ANGLE 0 8l. T— WARNING LIGHT ATTACHMENT DETAIL WARNING LIGHT _ 6"- 1 1/2"- 1 12" x 1l8" ATTACHMENT STEEL ANGLE TOP OF BARRICADE SUPPORT ANGLE DRILL TWO 12" DIAM. HOLES THROUGH DRILL THREE BARRICADE SUPPORT ANGLE 112" DIAM. HOLES \ (1) 318" - 16 x 1" STEEL HEX BOLT fv i (2) 1- FLAT WASHERS 1T � HEX NUT ATTACHMENT DETAIL O e'3J ELEVATION SEE NOTE 2 (1) 318"-16x1314" STEEL HEX BOLT (2) 1" FLAT WASHERS (1) LOCKWASHER (1) 318' - 16 STEEL HEX NUT (TYP.) 314" ACX PLYWOOD PANEL WARNING LIGHT 6" x 2" x 2" x 118" TUBULAR STEEL WITH PRE -DRILLED SANDBAGS AS REQUIRED ATTACHMENT HOLES TO STABILIZE BASE -ALL LEGS TOP OF BARRICADE _ SUPPORT ANGLE DRILL TWO 12" DIAM. HOLES THROUGH BARRICADE SUPPORT ANGLE �__&_ '_ .,.,,.—{7 """""""'L--I� (1) 318" - 16 x 3" STEEL HEX BOLT O i r - (2) 1" FLAT WASHERS L,3_1 i Fd —C}� —�� i (1) 318"-16 STEEL HEX NUT i ATTACHMENT DETAIL O NOTES 1. All fasteners may be zinc plated, galvanized or stainless steel. All steel angle and tubular steel shall be hot -rolled, high carbon steel, I^ 7-6" J painted or galvanized. 2. Install one lightweight Type A Low -Intensity flashing warning light fa I on the traffic side of the barricade. Install two Type A Low -Intensity flashing warning lights per barricade when the barricades are used to dose a roadway. Attach the light to the barricade according to the light manufacturer's recommendations or use the details shown on this plan. 3. Stripes on barricade rails shall be alternating orange and white retroreflective stripes (sloping downward at an angle of 45 degrees in the direction traffic is to pass). C 4. The Type 3 barricade design shown on this plan meets the crash test requirements of NCHRP 350. Alternative designs may be ap- proved if they conform to the NCHRP 350 crash test criteria and the MUTCD. 5-0 _ 5. When a sign is mounted on the barricade, it shall be securely ballad to at least two plywood panels. The top of the sign shall not be SIDE higher than the top panel of the barricade. TYPE 3 BARRICADE 6. When sandbags are used in freezing weather, Urea fertilizer shall be mixed with the sand in a quantity to prevent the sand from freezing. STEEL ANGLE FRONT OF BARRICADE 8"x 2'x2"x 118" i TUBULAR STEEL ORANGE AND WHITE REFLECTIVE SHEETING p ASTM D4856 -TYPE III ANGLE RESTS ON (1) 318" - 16 x 3" OR PZ (SEE NOTE 3) TOP OF BOLT STEEL HEX BOLT (2) 1" FLAT WASHERS STEEL 1 112"x 118" (1) 318"- 18 STEEL HEX NUT 4'- 11" LONG (TYP.) 8 '' .....i oF WASHip��Y%n �(b 3 F A DETAIL CO — � � OF q� 25335 .P GI STEA rs/ONAL �N< 1 12" x 1 12" x 118" EXPIRES AUGUST 9. 2007 € STEEL ANGLE TYPE 3 BARRICADE STANDARD PLAN K-80.20-00 8" x 2' x 2" x 1/8' TUBULAR STEEL - SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION ISOMETRIC VIEWV Kevin J. Dayton 12-20-06 fro T 118 "' P') BTxTE OEBIIXI ENfxNEER d1TE T wmNngro spat. Dxw� I Tmngw aWw M i M M M i M M M M M M M M a M M M M TYPE 3L BARRICADE STRIPES ON THE BARRICADES SHALL SLOPE DOWNWARD IN THE DIRECTION TRAFFIC IS TO PASS AREA CLOSED TO TRAFFIC Y MIN. i USEABLE TRAFFIC LANE TYPE 3R BARRICADE TYPE 3L BARRICADE Z TYPE 3R BARRICADE i ROAD CLOSURE AT INTERSECTION WORK AREA TYPE 311 BARRICADE ROAD CLOSURE AT OTHER LOCATIONS BARRICADE PLACEMENT db AJ �� 25335 ONAL EXPIRES AUGUST 9. 2007 g5�g TYPE 3L BARRICADE TYPE 3 BARRICADE STANDARD PLAN K-80.20-00 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Kevin J. Dayton 12-2"6 PrAt WWhlnvftn fNM DporWAs M W TrangW dlon r MR AiPLMiL*___1__ /�r�112".s12" -� CONTINUOUS 314-CHAMFERJ END (TYP.) UNIT (SECTION) LENGTH = 12' - 6" 1/4"DRAFT 2" DIAM. PINNING HOLE (TYP.) # 4 (PAIR) (TYP.) -WHEN REQUIRED r DRAFT TOP `-lel # 4 (TYP.) 9 12" O # 4 (PAIRS) - 6 SPACES 1'- 8 12" 9 12"4" (TYP.) 11� ) 2 0# 4 2# 4 (PAIR) (TVP.) r-----�---- --- ---- --i- - -�- r—�_--{h----I-----I--- 4----I---1 ------------ _---------------- ----------------- /.\ 3/4" DIAM. LOOP BAR (TYP.) x 3'-712" (\��J (TYP.) (TYP.) SIDE 9 12" 2 318" 4314" 4 7/8" 618" R I 1Q / 4 (TYP.) ,M"CHAMFER 20 # 4 (PAIR) - (TYP.) 11re1I (T 2" DIAM. PINNING HOLE (TVP.) - o - WHEN REQUIRED H so. . TpR (TYP.) SEE STD. PLAN C -M . , FOR ANCHOR DETAILS y � 1 12" • 5 12" 0 6• 1'-49/4" CONTINUOUS END KEYWAY NARROW BASE 2"t IV TOP `� 1M" DRAFT (ttPJ �- r-9" I � I SIDE 3W DI11M I i i LOOP BAR ALTERNATIVE LOOP BAR W 3/4" DIAM. (ASTM A 36) 1 �+ < HOT DIP GALVANIZE AFTER r — tA FABRICATION (ASTM A 123) — _T � I I W 3/4" DIAM, O LOOP BAR I I ) TOP e END DETAIL JOINING TWO BARRIER SEGMENTS SECTWN O NOTES 1. The reinforcing steel details for the NARROW BASE barrier are the same as those shown for the 2' wide barrier except that the bars along the vertical face run vertically with a 1 1/2" clearance. 2. The vertical dimensions for the slots and loop bar locations on the NARROW BASE barrier are the same as those shown on the END views of the 2' wide barrier. 9 12" 2 3/8" (TYP.) 11�47W iv 1W CHAMFER w (TYP J N ri 3/4- CHAMFER END OW.) CONNECTING PIN - SEE STD, PLAN C-8 ag�xsP6 -o C e FM 34042 �4z4 �P Cf STSR 1��8 �S/ONAL L�4 EXPIRES JULY 24, 2008 F 5 ALTERNATIVE TEMPORARY CONIC. BARRIER (F -SHAPE) STANDARD PLAN K-80.30-00 SECTM O SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-21-07 s�rE omlo>t D1aixEa� are AIM wmMnybn Skft D" -%-0.f rrongaalw� Art M M M i = = M M M= M= M = M M M M = = = M I 3' 3/4' EXPANSION BOLT 1 1/Y w 13MW DIAM. PL 3/8 . 3 x 0'-5 112 - I 13/16" DIAM. HOLE A ATTACHMENT "A" DETAIL SHIM - SEE NOTE 3 / 6 L_ 11.3-3-3111110 1 3/4" EXPANSION BOLT W/ TRAFFIC HARDENED WASHER (TYP.) 1 3/4„ - 4 1/2" MIN. EMBEDMENT TRAFFIC SIDE 2" DIAM. PINNING HOLE (TVP.) HMA TWO PINS REQUIRED ON THE TRAFFIC SIDE - TWO PINS TOTAL, PER BARRIER SECTION SECTION VIEWS (F -SHAPE SHOWN) TYPE 1 ANCHOR ATTACHMENT LOCATIONS PROTECTED WORK AREA 1'_(r 1" DIAM. • 30" GALVANIZED STEEL PIN (TYP) SECTION VIEWS (F -SHAPE SHOWN) TYPE 3 ANCHOR PIN LOCATIONS d 13/16" DIAM. HOLE < D 3" D ° t 3M" ATTACHMENT "B" DETAIL TRAFFIC SIDE ATTACHMENT "A" - SEE DETAIL TYPE IANCHOR TEMPORARY INSTALLATION OF PRECAST CONIC. BARRIER TYPE 2 (STD. PUN C-8) AND TEMPORARY CONIC. BARRIER (F -SHAPE) (STD. PLAN K-60.30) ON CEMENT CONIC. PAVEMENT OR BRIDGE DECK NOTES 1. Use Type 1 Anchors when the concrete pavement or bridge deck is 6" or thicker with 2' wide concrete barrier only. Use Type 2 Anchors (Standard Plan K-80.37) with narrow base barrier. 2. Adjust the location of the Type 1 Anchors to avoid the main reinforcing in the deck when drilling holes. 3. Use shims to properly fit the Type 1 Anchors to the barrier and roadway surfaces. 4. Upon removal of the Type 1 Anchors, clean the bolt holes and fill them with grout according to Standard Specification 6.02.3(20). 5. Remove the Type 3 Anchors by first driving the steel pins down through the barrier further into the pavement to allow lifting the barrier without interference, then re- move the pins from the pavement. 6. After removing the Type 3 Anchors, clean the pin holes and fill them with sealant according to Standard Specification 9-04.2. 1M SEGMENT LENGTH 2'-1' 2'-1'El El _ (TYPJ I (rYP )) E3 El El ATTACHMENT LOCATION VIEW PRECAST CONCRETE (TYP.) - SEE NOTE 2 PUN TYPE 1 ANCHOR BARRIER SECTION (TYP.) ATTACHMENT LOCATIONS TRAFFIC TLIDE PROTECTED WORK AREA I--2.0 — TRAFFIC OR TRAFFIC SIDE EDGE OF DECK SIDE ATTACHMENT "A" , ° - SEE DETAIL 9" MIN' ATTACHMENT ATTACHMENT "A" - SEE DETAIL � SEE DETAIL PCCP PCCP TRAFFIC SIDE 2" DIAM. PINNING HOLE (TVP.) HMA TWO PINS REQUIRED ON THE TRAFFIC SIDE - TWO PINS TOTAL, PER BARRIER SECTION SECTION VIEWS (F -SHAPE SHOWN) TYPE 1 ANCHOR ATTACHMENT LOCATIONS PROTECTED WORK AREA 1'_(r 1" DIAM. • 30" GALVANIZED STEEL PIN (TYP) SECTION VIEWS (F -SHAPE SHOWN) TYPE 3 ANCHOR PIN LOCATIONS d 13/16" DIAM. HOLE < D 3" D ° t 3M" ATTACHMENT "B" DETAIL TRAFFIC SIDE ATTACHMENT "A" - SEE DETAIL TYPE IANCHOR TEMPORARY INSTALLATION OF PRECAST CONIC. BARRIER TYPE 2 (STD. PUN C-8) AND TEMPORARY CONIC. BARRIER (F -SHAPE) (STD. PLAN K-60.30) ON CEMENT CONIC. PAVEMENT OR BRIDGE DECK NOTES 1. Use Type 1 Anchors when the concrete pavement or bridge deck is 6" or thicker with 2' wide concrete barrier only. Use Type 2 Anchors (Standard Plan K-80.37) with narrow base barrier. 2. Adjust the location of the Type 1 Anchors to avoid the main reinforcing in the deck when drilling holes. 3. Use shims to properly fit the Type 1 Anchors to the barrier and roadway surfaces. 4. Upon removal of the Type 1 Anchors, clean the bolt holes and fill them with grout according to Standard Specification 6.02.3(20). 5. Remove the Type 3 Anchors by first driving the steel pins down through the barrier further into the pavement to allow lifting the barrier without interference, then re- move the pins from the pavement. 6. After removing the Type 3 Anchors, clean the pin holes and fill them with sealant according to Standard Specification 9-04.2. 1M SEGMENT LENGTH 2'-1' 2'-1'El El _ (TYPJ I (rYP )) E3 El El ATTACHMENT LOCATION VIEW PRECAST CONCRETE (TYP.) - SEE NOTE 2 PUN TYPE 1 ANCHOR BARRIER SECTION (TYP.) ATTACHMENT LOCATIONS TRAFFIC TLIDE SIDE I--2.0 — PRECASTCONCRETE BARRIER SECTION V.0 - (TYP.) (TJP HMA PINNING HOLE (TYPJ - ONLY REQUIRED' ° ON TRAFFIC SIDE(S) OF BARRIER PLAN VIEW TYPE 3ANCHOR PIN LOCATIONS TWO PINS REQUIRED PER TRAFFIC SIDE TYPE 3 ANCHOR - FOUR PINS TOTAL, PER BARRIER SECTION TEMPORARY INSTALLATION OF PRECAST CONIC. BARRIER TYPE 2 (STD. PLAN C-8) AND TEMPORARY CONC. BARRIER (F -SHAPE) (STD. PLAN K-80.30) ON HOT MIX ASPHALT PAVEMENT EXPIRES JULY 24, 2008 !i TEMPORARY CONC. BARRIER ANCHORING STANDARD PLAN K-80.35-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L" Smith 02-21-07 AW srAh oEeww aaixEa ohh WrAf Wmhirglw Sk" 0"�o A MTlaMpbllkn PROTECTED TRAFFIC WORK AREA SIDE OR EDGE OF DECK NARROW RASE, ALTERNATIVE TEMPORARY CONC. BARRIER I CLASS 1: 6" MIN. D CLASS 2: 9" MIN. D D o ATTACHMENT"A" ATTACHMENT "B" - SEE DETAIL D -SEE DETAIL D PCCP D D , D D , i D o SECTION VIEW TYPE 2 ANCHOR: CLASS 1 & 2 ATTACHMENT LOCATIONS NOTES 1. The intended use of this plan is for the temporary installation of Alternative Temporary Concrete Barrier (F -Shape), Narrow Base (see Standard Plan K-80.30) on cement concrete pavement or bridge deck. 2. Use Class 1 when the concrete pavement or bridge deck is 9" or thicker; use Class 2 when it is 6" or thicker. 3. Adjust the location of the anchors to avoid the main reinforcing in the deck when drilling holes. 4. Use shims to properly fit the anchors to the barrier and roadway surfaces. 5. Upon removal of the anchors, clean the bolt holes and fill them with grout according to Standard Specification 6.02.3(20). SEGMENT LENGTH = L US U3 U3 UB ATTACHMENT LOCATION NARROW BASE, ALTERNATIVE TEMPORARY (TYP.) - SEE NOTE 3 PLAN VIEW CONCRETE BARRIER SEGMENT LS TYPE 2ANCHOR: CLASS? gARST k ATTACHMENT LOCATIONS o1 WASgX 9 5 k ! A r ly SEGMENT LENGTH = L -- UB W UI LM LB SW EXPANSION BOLT WITH @� 4 $ a HARDENED WASHER (TYP.) SHIM -SEE NOTE 4 TEMPORARY CONC. BARRIER FOR CLASS 1: PL 12.3 0.6 12 1 12' . ° STANDARD PLAN K-80"37-00 FOR CLASS 1: 1 tn8" DIAM. HOLE FOR CLASS 2: w 13n6" DIAN. w 37 ATTACHMENT LOCATIONS FOR CLASS 2: 13n6" DIAM. HOLE m PL 318 N 3 N D'-5 112 P D CLASS 1:p FOR6" 3" DIAM HOLE O FOR CLASS H 13nB" DIAM. HOLE 65" o D " FOR CLABS 1: ° L9.3.12.7� ° D FOR CLASS 2: D L 3 . 3 . 318 . OB D D FOR CLASS D D E 1" EXPANSIONN BOLT WITH 1 �" 8' MIN. EMBEDMENT 1 3W FOR CLASS 2: 3H" EXPANSION BOLT WITH ATTACHMENT "A" DETAIL 112" MIN. EMBEDMENT ATTACHMENT "B" DETAL PROTECTED TRAFFIC WORK AREA SIDE OR EDGE OF DECK NARROW RASE, ALTERNATIVE TEMPORARY CONC. BARRIER I CLASS 1: 6" MIN. D CLASS 2: 9" MIN. D D o ATTACHMENT"A" ATTACHMENT "B" - SEE DETAIL D -SEE DETAIL D PCCP D D , D D , i D o SECTION VIEW TYPE 2 ANCHOR: CLASS 1 & 2 ATTACHMENT LOCATIONS NOTES 1. The intended use of this plan is for the temporary installation of Alternative Temporary Concrete Barrier (F -Shape), Narrow Base (see Standard Plan K-80.30) on cement concrete pavement or bridge deck. 2. Use Class 1 when the concrete pavement or bridge deck is 9" or thicker; use Class 2 when it is 6" or thicker. 3. Adjust the location of the anchors to avoid the main reinforcing in the deck when drilling holes. 4. Use shims to properly fit the anchors to the barrier and roadway surfaces. 5. Upon removal of the anchors, clean the bolt holes and fill them with grout according to Standard Specification 6.02.3(20). SEGMENT LENGTH = L US U3 U3 UB ATTACHMENT LOCATION NARROW BASE, ALTERNATIVE TEMPORARY (TYP.) - SEE NOTE 3 PLAN VIEW CONCRETE BARRIER SEGMENT LS TYPE 2ANCHOR: CLASS? gARST k ATTACHMENT LOCATIONS o1 WASgX 9 5 k ! A r ly SEGMENT LENGTH = L -- UB W UI LM LB O� �P 34042 Fs C(STe4 Gti' li g s'fONAL @� 4 $ a 9 E3 EXPIRES JULY 24, 2008 TEMPORARY CONC. BARRIER E3 B ANCHORING — NARROW ATTACHMENT LOCATION NARROW BASE, ALTERNATIVE TEMPORARY STANDARD PLAN K-80"37-00 _/ (TYP.) - SEE NOTE 3 PLAN VIEW CONCRETE BARRIER SEGMENT SHEET 1 OF 1 SHEET TYPE 2 ANCHOR: CLASS 2 APPROVED FOR PUBLICATION ATTACHMENT LOCATIONS Ken L Smith 02-21-07 .i�h o®I.II BwINEBI MlE T wmMNlN spft n.poml«Nn or TnNq-NNe. M M M M= r M M i M M M M M M M TYPE 3 10' - D• MAX 500' - o• MAX. I END OR CORNER POST i TENSION WIRE 10' - 0" MAX I B TENSION WIRE PULL POSTi LINE POST -SPACED i BRACE TENSION VNRE ® 10 (FT) MAX. POST TENSION VARE 1C - W MAX. PULL POST - SPACED HOG RINGS (TYP.) - 1. 1000' - W MAX TENSION WIRE END OR CORNER POST (TYP)110JT�IE TENSION WIRE TENSION WIRE C 10' - 0• MAX (TYP.) i A TENSION WIRE PULL POST i B UNE POST - SPACED VAREBAR BRACE TENSION TVWSTED SELVAGE limits of the first full fabric weave. I.D. 3. ,YP.)FABRIC 0 10 (FT) MAX. FABRIC BAND (TYP.) POST WARE (TYP.) O 5.10 7(TYP.) 4. Fencing shall be used for security and FABRIC 2L00$ O O O TENSION WIRE 2 O nERyP� � DIAM. TENSION WIRE SPACED Q 14" (IN) MAX. b = TIE WARE ID (TYP') u FABRIC BAND (TYP.) FABRIC BAND (TYP.) m STRETCHER BAR (TYP.) CONCRETE POST LL 1 BASE "P.) a C TYPE 4 .;) HOG RINGS (TYPJ - TENSION VNRE •� ` � „: b g � '�) KNUCKLED SELVAGE .1 � ) SPACED @ Z<• (IN) MAX. .(j to � N t b TYPE 3 10' - D• MAX 500' - o• MAX. I END OR CORNER POST i TENSION WIRE 10' - 0" MAX I B TENSION WIRE PULL POSTi LINE POST -SPACED i BRACE TENSION VNRE ® 10 (FT) MAX. POST TENSION VARE TIE WIRE PULL POST - SPACED HOG RINGS (TYP.) - 1. All concrete post bases shall be 10" (In) TENSION WIRE ROLL FORMED (TYP)110JT�IE TENSION WIRE BRACE POST 2. C NOW SIZE STRETCHER OW.) Rings, fasten the Chain Link Fence (SCM. 40) SECTION VAREBAR BAND (rYP.) limits of the first full fabric weave. I.D. 3. ,YP.)FABRIC FABRIC BAND (TYP.) 2 12• DIAM. O 5.10 7(TYP.) 4. Fencing shall be used for security and FABRIC 2L00$ O O BRACE POST 2' 2 O 1.55 LINE OR DIAM. SPACED Q 14" (IN) MAX. KNUCKLED SELVAGE CONCRETE POST 1 BASE "P.) TYPE 4 POST AND RAIL SPECIFICATIONS 312 1 5g PULL POST - SPACED HOG RINGS (TYP.) - 1. All concrete post bases shall be 10" (In) PIPE ROLL FORMED POST TENSION WIRE BRACE POST 2. C NOW SIZE Rings, fasten the Chain Link Fence (SCM. 40) SECTION WEIGHTn limits of the first full fabric weave. I.D. 3. Details are illustrative and shall not FELE UNE END, CORNER OR PULL POST 2 12• DIAM. O 5.10 7(TYP.) 4. Fencing shall be used for security and FABRIC 2L00$ O O BRACE POST 2' 2 O 1.55 LINE OR DIAM. SPACED Q 14" (IN) CHAIN LINK �- TENSION WIRE FENCE FABRIC,1;' POI _ CONCRETE POST - FABRIC BAND WITH BASE (TYP.) CARRIAGE BOLT AND NUT -SPACED 15" (IN) MAX. PULL POST - SPACED HOG RINGS (TYP.) - 500' (FT) MAX.SPACED @24" (IN) MAX. TENSION WARE - BRACE POST STRETCHER ABRIC METHOD OF FASTENING STRETCHER BAR TO POST TENSION WIRE TIE WARES (TYP.) - STRETCHER SPACED 0 14• (IN) MAX. BAR (TYP.) it FENCN LINK E FABRIC��•��4yeAe !ONAL CHAIN LINK FENCE TYPES 3 AND 4 STANDARD PLAN L-20.10-03 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION AMh 6TATE GF8IGN ENGMIEER ITIR wwld,g.. 5W. D-v�dT—p.W16— NOTES PULL POST - SPACED HOG RINGS (TYP.) - 1. All concrete post bases shall be 10" (In) C 1000' (FT) MAX. SPACED Q 24' (IN) MAX. minimum diameter. TENSION WIRE BRACE POST 2. Along the top and bottom, using Hog Rings, fasten the Chain Link Fence Fabric to the Tension Wire within the limits of the first full fabric weave. 3. Details are illustrative and shall not limit hardware design or post selection ARE of any particular fence type. 7(TYP.) 4. Fencing shall be used for security and boundary delineation only. boundary STRETCH TIE WARES (TVP.) - SPACED Q 14" (IN) MAX. CHAIN LINK �- TENSION WIRE FENCE FABRIC,1;' POI _ CONCRETE POST - FABRIC BAND WITH BASE (TYP.) CARRIAGE BOLT AND NUT -SPACED 15" (IN) MAX. PULL POST - SPACED HOG RINGS (TYP.) - 500' (FT) MAX.SPACED @24" (IN) MAX. TENSION WARE - BRACE POST STRETCHER ABRIC METHOD OF FASTENING STRETCHER BAR TO POST TENSION WIRE TIE WARES (TYP.) - STRETCHER SPACED 0 14• (IN) MAX. BAR (TYP.) it FENCN LINK E FABRIC��•��4yeAe !ONAL CHAIN LINK FENCE TYPES 3 AND 4 STANDARD PLAN L-20.10-03 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION AMh 6TATE GF8IGN ENGMIEER ITIR wwld,g.. 5W. D-v�dT—p.W16— �L- w _ _} _._.. WFABRIC BAND WITH 1 LL CARRIAGE BOLT AND NUT m TIE WIRE - SPACED C 14° OM MAX. (TYP.) TENSION VIRE -; HOG RING - SPACED 0 24" (IN) MAX. END OR CORNER POST DETAIL ( v iv pi D BRACE POST DETAIL OC BRACE BAND WITH CARRIAGE BOLT AND NUT TENSION WIRE - STRETCHER BAR TENSION WARE ` TURNBUCKLE _ BRACE BAND WITH CARRIAGE BOLT AND NUT TWO-WAY BRACE BAND WITH CARRIAGE BOLTS AND NUTS TURNBUCKLE n� u TENSION WIRES FABRIC BAND WITH CARRIAGE BOLT AND NUT (TYP.) 4/I ta_J ^ — STRETCHER BAR (TYP.) PULL POST (AT END OR CORNER) DETAIL ( TWO-WAY BRACE BAND WITH CARRIAGE BOLTS AND NUTS TURNBUCKLE TENSION WARES a TENSION WARES FABRIC BAND WITH CARRIAGE BOLT AND NUT (TYP.) L—J QQ ` STRETCHER BAR (TYP.) PULL POST (WITHIN RUN) DETAIL OD TENSION WARE a�4h�� OP MASy�� 7 W — K 90�,P 9B34363 CI STfSVeO �S'ONAL SSG CHAIN LINK FENCE TYPES 3 AND 4 STANDARD PLAN L-20.70-03 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION V—ursM — W.d;,.,;.n S, q HOV LANE LAYOUT b m b I � h s. LTMP I MARKING AREA 11.40 SQ.FT. 1 HOV LANE SYMBOL NOTE When Specified in the Contract Plans, the HOV Symbol Marking shall be installed with an offset of 1 foot max. from the lane centerline. SOF .9 25335 Qr� 'vim e$ tii R R01 s70- ONAL t k EXPIRES AUGUST 9, 200T Y�a� HIGH OCCUPANCY VEHICLE (HOV) LANE SYMBOL LAYOUT STANDARD PLAN M-7.50-01 SHEET 1 OF i SHEET APPROVED FOR PUBLICATION Ken L. Smhh 01-30-07 !TATE OFLIW EMIiYEBI MlE WoOdni n 5kft Dqmh w a d.rur4pe6oNn K x LL SYMBOL m & LANE o U � e MIRROR m I I T -A 0 V_ MARKING AREA 17.44 SOFT. u I Y I i i TYPE 1 TRAFFIC ARROW SYMBOL 8 LANE MARKING AREA 23.14 SQ.FT. i I I TYPE 5 TRAFFIC ARROW SYMBOL 8 LANE z Q" I i yl I ELLIPSE "A" i 1�-00 1•-e" r-4" ELLIPSE "A" AXIS T- 4" - ELLIPSE "B" AXIS TYPE 2L(LEFT) TRAFFIC ARROW NOTE Use the dimensions shown on this plan for each type of Traffic Arrow being placed on roadways with a posted speed limit of 45 mph or higher and nn all nn-ramna and nff-mmne_ ELLIPSE -B' 4i TYPE 211 (RIGHT) TRAFFIC ARROW e MIRROR 03 �O�cO A�of �TeQ'eO .}ma I T TT �,✓,_ Apr 16 2015 2:23 PM V_ SYMBOL MARKINGS - TRAFFIC ARROWS FOR a Eo STANDARD PLAN M-24.20-02 1 i m - 7 w 6 Apr 20 2015 10:10 AM STATE OESgN ENdNEOt i I w y a 7 CEI _ J EWPSES I I MARKING AREA � 17.93SIO.FLiI.-i—._ ... _.;_... r r� 1 1 i 1 F a GRID IS 4" (IN) SOUARE 1�-00 1•-e" r-4" ELLIPSE "A" AXIS T- 4" - ELLIPSE "B" AXIS TYPE 2L(LEFT) TRAFFIC ARROW NOTE Use the dimensions shown on this plan for each type of Traffic Arrow being placed on roadways with a posted speed limit of 45 mph or higher and nn all nn-ramna and nff-mmne_ 4i TYPE 211 (RIGHT) TRAFFIC ARROW e MIRROR 03 �O�cO A�of �TeQ'eO TYPE2LTRAFFIC ARROW S ♦��� �,✓,_ Apr 16 2015 2:23 PM SYMBOL MARKINGS - TRAFFIC ARROWS FOR HIGH-SPEED ROADWAYS STANDARD PLAN M-24.20-02 SHEET 1 OF 3 SHEETS APPROVED FOR PUBLICATION Apr 20 2015 10:10 AM STATE OESgN ENdNEOt T WpNrpbn - Mpwnn�M er Treroperblbn m m m m m m m m m m m m m m m m m m m TRAFFIC ARROW MARIQNG AREA 33.82 SOFT. TYPE 311 (RIGHT) TRAFFIC ARROW MIRROR IMAGE OF TYPE 3L TRAFFIC ARROW z - cr 1— 2i SYMMETRICAL ABOUT 1'-S" V-2" CENTER POINT OF ELLIPSES J. ip al v sk, 36103 "10NAL S SG Apr 16 2015 5:10 PM SYMBOL MARKINGS — TRAFFIC ARROWS FOR HIGH-SPEED ROADWAYS STANDARD PLAN M-24.20-02 SHEET 2 OF 3 SHEETS APPROVED FOR PUBLICATION Apr 20 2015 10:10 AN 7 Wu*Nnoim Skft D"wafTmnwwtafl6n_ IN m 0 Nil firm 14m1rA CENTER POINT OF ELLIPSES J. ip al v sk, 36103 "10NAL S SG Apr 16 2015 5:10 PM SYMBOL MARKINGS — TRAFFIC ARROWS FOR HIGH-SPEED ROADWAYS STANDARD PLAN M-24.20-02 SHEET 2 OF 3 SHEETS APPROVED FOR PUBLICATION Apr 20 2015 10:10 AN 7 Wu*Nnoim Skft D"wafTmnwwtafl6n_ TYPE 7 TRAFFIC ARROW m m m � = M M M � = = = = M M M M M ' M = M M SYMBOL & LANE 1 3" i i b i i i i i i I shown on this plan for each type of Traffic Arrow MARKING AREA in �? 7.73 SOFT. I i � i b I 1' . 8" 8" 1'- 0" I m TYPE 2SR (RIGHT) N TRAFFIC ARROW b MIRROR IMAGE OF TYPE 2SL TRAFFIC ARROW I (SHOWN AT REDUCED SCALE) MARKING AREA: 8.03 SQ.FT. SYMBOL & LANE I I _ 8„ iv i ELUPSE W I I TYPE 7S o TRAFFIC ARROW by.......�._..._.....-..` L ELLIPSE"B" 1 b o r W CENTER POINT OF ELLIPSES I - i I a GRID IS 4 (IN) SQUARE - W MARKING AREA g• 7.73 SQ.FT. O O T-2" m /AXISELUPSE "A" J 10" -ELLIPSE "B" AXIS o TYPE 2SL (LEFT) TRAFFIC ARROW NOTE SYMMETRICAL ABOUT Use the dimensions shown on this plan for each type of Traffic Arrow being placed on roadways with a posted speed limit of 40 mph or lower. SYMBOL & LANE i 1' . 8" 8" 1'- 0" I TYPE 4S N I b 3E"B" xn 4 ma N ' W " a J 0 J i I CENTER POINT OF ELLIPSES I I I , 1 � GRID IS 4" (IN)SQUARE- MARKING AREA g^ g^ 14.83 SQ.FT. 1'-2" / AXIS "A" J 10" ^ ELLIPSE "B" AXIS TYPE 3SL (LEFT) TRAFFIC ARROW MARKING AREA 14.83 SQ.FT. TYPE 3SR (RIGHT) TRAFFIC ARROW MIRROR IMAGE OF TYPE 3SL TRAFFIC ARROW (SHOWN AT REDUCED SCALE) ELLIPSE "B" MARKING AREA SYMMETRICAL ABOUT 72.88 SD. FT. { 1 2" i� I 2 i GRID IS 4" (IN) SQUARE i _ SYMBOL:-_-- ..., TYPE 4S e ,.. & LANE ..... , 1' - B^ T -2 - -2"AXIS AXIS 10" - ELUPSE "B" AXIS ELLIPSE "A" i i i _.i ._... MARKING AREA 1 �. CENTER POINT 72.88 SD. FT. { - """ OF ELLIPSES I 2 i GRID IS 4" (IN) SQUARE TYPE 4S e TRAFFIC ARROW 1' - B^ T -2 - -2"AXIS AXIS 10" - ELUPSE "B" AXIS C 100 �ct' 1 GIs STBQ`eo SS10NAL Q�G SYMBOL MARKINGS TRAFFIC ARROWS FOR LOW -SPEED ROADWAYS STANDARD PLAN M-24.40-02 SHEET 1 OF 2 SHEETS APPROVED FOR PUBUCATION 9TAlE OEHION BIdNFFA ,Y wo.Mnploo Sro w0a.lm.m of Tmmpedo l— 4'-8- 2'-4" 1'-0" i TYPE 7S TRAFFIC ARROW LANE 2'- 5I8" (- 2.05) TRAFFIC ARROW TYPE 6SR (RIGHT) TRAFFIC ARROW MIRROR IMAGE OF TWE BSL (MIRRORED ABOUT LANE CENTERLINE) (SHOWN AT REDUCED SCALE) BSI IIto ZONAL Q`yG SYMBOL MARKINGS -TRAFFIC ARROWS FOR LOW -SPEED ROADWAYS STANDARD PLAN M-24.40-02 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION STATED NENO1NE93 TWmNnpmn Sro Mpm ffl e(Tna Waafim m m m m m m m m m m m m m m m m m ■ ■ ■ M ■ M M M ' M ■ ■ ■ ■ ■ M M ■ ■ TRAFFIC LANE LANE VEHICLE WHEEL PATH VEHICLE x N WHEEL PATH I C7 = W � W ao J 3' - 3". 3' - 3" MIN. MIN. O LANE z I w w N x D rn D b k W 3'-3" 3'-3" 3'-3" 3'-3" MIN. MIN. EDGE MIN. MIN. LINE HIGHSPEED APPLICATION TRAFFIC p LANE LANE VEHICLE _ WHEEL PATH L N � w 3..13._3,. MINMI O 2 LANE w b w of EDGE EDGE Y LINE LOW41PEED APPLICATKM I HIGH-SPEED APPLICATION EDGE LINE TRAFFIC LANE VEHICLE WHEEL PATH I b 3'-3" 3'-3" MIN. MIN. p LANE _ L N I x b w of EDGE LINE MAX. HIGH-SPEED APPLICATION TRAFFIC LANE VEHICLE WHEEL PATH I = N 2 wo:µl IS w 3'-3 3'-3" MIN. 0 E LAN(/1 � � y J%■Iml EDGE 4"!....UVE - _ 1L_ MAX. LOWSPEED APPLICATION NOTE 1. Typically, four times the letter or numeral height - minimum, up to ten times - maximum, or according to Plans. I LOW -SPEED APPLICATION EDGE C, �b LINE 01 NASN F� j 9 SSS YJgil `SCI 2911STBR5 QO Q`� sEs3 6' �S'ONAL Q�G TRAFFIC LETTER AND NUMERAL APPLICATIONS STANDARD PLAN M-80.10-01 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakodch /1/ 06-03-11 � 8l R OE810R ERGo$R MTE WmMlnyron Sial. D.po"m WdTnnporWon LANE LINE W 2 EDGE LINE TRAFFIC LANE VEHICLE YMiEEL PATH � I � rcOm 0 0 LANE EDGE LINE TRAFFIC LANE TRAFFIC VEHICLE LANE WHEEL PATH VEHICLE WHEEL PATH S2 0 j �� o O 3'-3" 3'-3" MIN. . MIN. F LANE i 3'-3" 3'-3" w MIN. i MIN. m LANE j p m� 3• 3.. , 3• 3•• 31 - 3" , T- 3.. MIN. MIN. EDGE MIN. MIN. LINE HIGH-SPEED APPLICATION LOW -SPEED APPLICATION (7 � = W b W w O w rn =w oW _ EDGE LINE I!q-- U X0� m EDGE LINE HIGHSPEED APPLICATION TRAFFIC LANE VEHICLE pWHEEI PAT[H� IG Y4 NE EDGE UNE HIGHSPEED APPLICATION EDGE LINE 11h, a 1 h, A R 6L1 90�� J.`Oc2 S 15 'rO s/ONAL 2Mil TRAFFIC LETTER AND NUMERAL APPLICATIONS STANDARD PLAN M-80.10-01 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakodch Ill 06-03-11 V- aE8K+n EMGN£R WTE Wmhlnpbn Slab D.pmhmnf of Tm W, l Mfl m m m m m m m m m m m m m m m m N W CUT IN JOINT TIMBER LAGGING SEE BRIDGE SHEET ❑ FOR FOR PANEL WIDTH SEE PREFABRICADUCT TAPE PREFABRICATED PROFILE OF TOP OF WALL BRIDGE SHEET DRAINAGE MDRAINAGE MAT SEE "PANS T I J4 6 3 I4 SPA. O P-6" MAX. A 2` SOLDIER PILE JOINT DETAIL (7YP.) WITH MIN, SPLICE OF 2•-0" CONCRETE N FASCIA FOR INFORMATION NOT 911PAIN PVL CONNECTOR SHOWN OR NOTED. SEE DRAIN PIPE BRIDGE SHEETS ❑ 6 PVC CONNECTOR FINISH GROUNDLINE AT FACE DRAIN PIPE OF CONCRETE FASCIA PANEL SOLDIER PILE SHAFT ' : ' ' N i' i D PREFABRICATEV DRAIN GRATE (TYP.) SEE BR. SHT. � // FOR DIAMETER '� w tv �-+ w 0�...i '�-� ISOMETRIC VIEW 5ECTIONAL VIEW 20J45PA mP-O•MAX. � HOLE V-2" FOR WALLS WITH P.G. A. pWEEP DRAIN DETAILS S" FOR WALLS WITHOUT P.G.A. PARTIAL WALL ELEVATION DRAIN GRATE INSTALLATION SHALL NOT SLOPE TO DISRUPT PREFABRICATED DRAINAGE MAT DRAIN yry 4'-0" WIDE STRIP OF PREFABRICATED DRAINAGE MAT FULL HEIGHT OF FACE OF WALL GRAVEL BACKFILL FRACTURED FIN FINISH LAGGING AND CENTERED BETWEEN FOR DRAIN 2"CCR. WITH PIGMENTED SEALER SOLDIER PILE FLANGES 7'-0" MIN. CONSTRUCTION GEOTEXTILE !L` PREMOLOED JOINT FILLER FOR UNDERGROUND DRAIN 3 74 SEE 'WEEP HOLE DRAIN QO, O o pp9 pp yO�Q°O�pOpOOgoO$ O Opo �SO0l8000 O SEE DETAIL i ❑1 14 DETAILS" THIS SHEET OW o��o (oOQTO oU°Op Oppp �L�Op Z F 2+ 000 oO000o0-S00 ° .�•.I p p 0AO % % 3"i PVC WEEPHOLE5 �1 S£" CHAMFER LAGGING CENTERED BETWEEN PILES xx O O0 (TYP.) okl EXPANSION JOINT 00?00 °°0000 000 EXPAN510N JOINT DETAIL FOR INFORMATION NOT 000°�p Woo 0.O°O°00 °O - NOTE: I Je ` ❑2 74 SHOWN OR NOTED. SEE TYPICAL SECTION ON 0 o O o O�pOOp 00`b-0000 O O�pOOp O 0 °I EXPANSION JOINTS SHALL BE LOCATED AS SHOWN ON BRIDGE SHEET �. PREFABRICATED I4 BRIDGE SHEET Q . BOTTOM OF WALL UNDERDRAIN PIPE DRAINAGE MATERIAL 1 r 2•-p" 3'i IVC CONNECTOR xx WEEP HOLES LOCATED AT AN EXPANSION JOINT r FINISH GROUNDLINE AT FACE DRAIN PIPE r� DETAIL 2 MAY BE ADJUSTED 6" TO Y -O` AWAY FROM THE OF CONCRETE FASCIA PANEL EANSION JOINT, BUT REMAIN WITHIN THE MIDDLE UNDERDRAIN PIPE HALXPF OF THE PREFABRICATED DRAINAGE MAT. . SOLDIER PILE STRONGBACK(S) (TYP) a I AGGING R = 4' (TYP.) b L 34 S(OPE CEMENT _ CONCRETE w GUTTER GUTTER TIES (TYP.) BOTTOM OF CONCRETE SEE DETAIL 2 FASCIA PANEL FORMWORK FASCIA PANEL — TYPICAL FASCIA PANEL FORMWORK DETAIL 1 SECT 10 N A SEE SECTION 6-16.3(2) FOR FASCIA PANEL FORMING REQUIREMENTS. - 5TRONGBACK(S) AND TIES SPACED AS REQUIRED FOR FORMING. aige Dsq�6q. :15iAN0ARD51WAUP15OLMER TIEBACK FASCIA.MAN BRIDGE o� Br 1D W AND a.a4aa STRUCTURES Washington State v7,f Department of Transportation emx xb,an 5v. vem va e OFFICE 50LVIER PILE/TIEBACK WALL " N�HoecNSF,r„r1 wTE REVWON er Awp FA5CIA PANEL DETAILS Wed Feb 25 13:50:40 2015 APPENDIX E FEDERAL WAY STANDARD DETAILS 7 i 0 NOTES: 1. AN EXPANSION JOINT CONSISTING OF 3/8" PRE -MOLDED JOINT MATERIAL SHALL BE PLACED FULL DEPTH AROUND HYDRANTS, POLES, POSTS, AND UTILITY CASTINGS. SEE DETAIL AT RIGHT. 2. AN EXPANSION JOINT CONSISTING OF 3/8" PRE -MOLDED JOINT MATERIAL SHALL BE PLACED IN THE UPPER 2 INCHES OF CURBS AND SIDEWALKS AT 10 FOOT INTERVALS AND AT SIDES OF DRAINAGE INLETS. (JOINT MATERIAL OF 2XZ" DEPTH MAY BE USED IN LIEU OF 2" DEPTH). 3. EXPANSION JOINTS IN SIDEWALK SHALL BE LOCATED SO AS TO MATCH THE JOINTS IN THE CURB AND GUTTER, WHETHER THE SIDEWALK IS ADJACENT TO THE CURB OR SEPARATED BY A PLANTER STRIP. 4. TOOL MARKS, CONSISTING OF 1 -INCH 'V' -GROOVES SHALL BE MADE IN THE SIDEWALK AT 5 FOOT INTERVALS, INTERMEDIATE TO THE EXPANSION JOINTS. 5. AN EXPANSION JOINT CONSISTING OF 3/8" PRE -MOLDED JOINT MATERIAL SHALL BE PLACED FULL -DEPTH BETWEEN THE CURB AND ADJACENT SIDEWALK. 6. EXPANSION JOINT MATERIAL SHALL CONFORM TO THE REQUIREMENTS OF ASTM D994 (AASHTO M33). 7. MONOLITHIC POURS OF CURB AND SIDEWALK ARE NOT ALLOWED 1/4' 'V• CL --- . . . . . . . . . . . . . . . . . . . . . . a aPLANTING STRIP. • '.'.`.'.`.'.`.`.`.`.'. lcr mo>_ I. • I•I cc D! C) - — — — - EXPANSION JOINT / \ SEE NOTES AT LEFT / 1/4" DEPTH "V" GROOVE ® MAX. 5' C -C ., s. FULL -DEPTH EXPANSION -_SIDEWALK'• JOINT, ONE FOOT f AROUND VALVES, HYDRANTS, POLES, ETC. I SEE NOTE 1 r EXPANSION JOINT I A I `• I ................................. 2" CST I SECTION A -A BROOMED FINISH (TYP.) 3" WIDE, SMOOTH -TROWELED PERIMETER (TYP) EXPANSION JOINT IN BOTH CURB AND SIDEWALK SEE NOTE 3. CEMENT CONCRETE CURB AND GUTTER SIDEWALK ADJACENT TO CURB BROOMED FINISH (TYP.) 3" WIDE, SMOOTH TROWELED PERIMETER (TYP) CONCRETE CURB AND GUTTER SEE CITY STANDARD DETAIL DWG. 3-4 F FULL-DEPTH EXPANSION JOINT BETWEEN SIDEWALK AND CURB AND GUTTER SEE NOTE 5. 1/4" 'V' -GROOVE EXPANSION JOINT IN BOTH CURB AND SIDEWALK SEE NOTE 3 I Z_SIDEWALK AND I PLANTER STRIP FEB 2011 cc`amw PUBLIC SIDEWALK AND CURB JOINTS DWG. NO. I1Q�0�� WORKS AND SIDEWALK FINISH 1 3-3 1 1/2-R (TYP) S 2 3/4-R (Typ) 0� �Typ 23/4/*R (Typ) 3" R (TYP) ---L2 I1.OR 11% SECTION ELEVATION ISOMETRIC TYPE 'C' BLOCK TRAFFIC CUR NOTES: 1. SEE DWG. 3-3 FOR JOINT REQUIREMENTS. 2. ROLL GUTTER TO MATCH POSITIVE SUPERELEVATION. 3. TO BE USED ONLY AS APPROVED BY THE PUBLIC WORKS DEPT. TO CONFORMTO CROWN SLOPE OR 0.02 FT./FT. MOUNTABLE CEMENT CONCRETE CUR63 EXPANSION JOINT _5* 0.02. FT. FT. 0.05 FT./,F-r 0 CEMENT CONCRETE SIDEWALK 2" CRUSHED SURFACING TOP COURSE (CSTC) V-6' NOTE: TOP OF UP AT DRIVEWAYS. NEW CEMENT CONCRETE CURB & GUTTER R = 1/2" PAVEMENT TOP OF CURB AT APPROACH 1 7 3/4" CEMENT CONCRETE BARRIER CURB REV: FE13 20111 a'90' PUBLIC DWG. NO. F8ftM Vft WORKS CURB DETAILS 1 3-4 1 = � m m m m m m m m s= m m m m � m = m m m m m m m m s m m m m r m m m m m 2" MIN. URB AND GUTTER s U 3 a PATCH - MIN. 3CLASS B ACP (OR MATCH EXISITING). MIN. 2" CSTC XISTING PVMT. 1 CEMENT CONCRETE CURB & GUTTER REPLACEMENT NOTES: 1. EXISTING CURB REPLACEMENT WILL REQUIRE REMOVAL OF ASPHALT A MINIMUM OF 12" FROM FACE OF GUTTER. 1/2" 5" 2 *TOP OF LIP AT DRIVEWAYS �R=1 VARIES ANCHORAGE MAY BE VIA_,/ EPDXY, MORTAR, OR REBAR. u EXTRUDED ASPHALT OR CEMENT CONCRETE CURB IN PRIVATE PARKING AREAS ONLY 2 1/2" 5" 2 1/: *TOP OF LIP AT DRIVEWAYS *- I VARIES ANCHORAGE SHALL BE VIA EPDXY OR / MORTAR. REBAR SHALL NOT B APPROVED FOR USE IN RIGHT OF WAY. EXTRUDED CEMENT CONCRETE CURB FOR USE IN PUBLIC RIGHT OF WAY APRIL 2012 am F�G��� PUBLIC CURB AND GUTTER REPLACEMENT DWG. NO. W AND EXTRUDED CURB i� K e 0 G� O C Z,1 m r_ (A 0 cn V \, O� zo m Mo Dn v w C) Z O (n N -9U) ;mcg fn >mo 0-u m 010-�m W 0�K 0 r, z m om 9T Dmo m w-Do { r mD m -U No c A v< w M,0m r- mom F rrl O o(nr6 (n z0 m how m� -io�oax m 0Ao-vArZm� Do;C ;=v� �cn w�D -m Tmo Po mmT rD� �'v <O� aym �Fmo o zo" Ox x� _ �r� fo ; �+7 R] c v mmm Om0 gm. z Fo �73 =D o 06 A�Wx m� 8 z A n m o DffCH LINE 0 �o N �I 0 RIGHT-OF-WAY LINE -o 0 m l'•'' � i mm m 0 0 N m x O O �1 C U ? W N �0 n � v 47 m ODi o v - m DD 2 F vmm Amo v c>mDm ;vDDn" m Z in Z Z Z Z z 0 m N= O m O G7 00 O D c m ;O 0 0; vog?oF O N c Gl Ln cxi�v v>- �" mNmcZiNo^;om m<�z p-uZ rm Nm `� 0v 2�pD0 ;o 7r�m AN S O z� o F m D "� A�mm Ln E? SAWCUT UNE v qxx^ Dib m A z0 (� - v z 3 rn z � � N D Z D < �; w X< r ..'` EDGE OF PAVEMENT -- a zmm -4x vv D ?DOO D .1 O (A .'!ml IZyyn1 mS JD O m O�m ; C OZ VZ) N� N F Om CnC --1 .il N ODOzom I oz o oO / m vv m �vD D;m .• o o o= EDGE OF SHOULDER m C o N v mm m c z O p� z 00I -•• 4�.. z C(n z mo D G < nm Z zm rNm D '•; D 1 v (n N -9U) ;mcg fn >mo 0-u m 010-�m W 0�K 0 r, z m om 9T Dmo m w-Do { r mD m -U No c A v< w M,0m r- mom F rrl O o(nr6 (n z0 m how m� -io�oax m 0Ao-vArZm� Do;C ;=v� �cn w�D -m Tmo Po mmT rD� �'v <O� aym �Fmo o zo" Ox x� _ �r� fo ; �+7 R] c v mmm Om0 gm. z Fo �73 =D o 06 A�Wx m� 8 z A n m o DffCH LINE 0 �o N �I 0 RIGHT-OF-WAY LINE -o 0 m l'•'' � i mm m � = m � � m � = m m m m m m = i m m EXPANSION JOINT 2' CSTC for RESIDENITA 4' CSTC for COMMERCIAL REV. FEBRUARY 2014 RIGHT—OF—WAY UNE CEMENT CONCRETE DRNEWAY 6' THICK Lel 21 — 5' MINIMUM CLEARANCE BETWEEN EDGE OF DRIVEWAY AND STREETUGHTS AND OTHER UTILITIES. SIDEWALK — PLANTING STRIP, IF ANY. SEE CURB DETAIL DRAWING 3-4 SAWCUT LINE FOR NEW OR REPLACEMENT DRIVEWAYS IN EXISTING CURB/GUTTER SECTIONS. NOTES: 1. REFER TO CITY STANDARD DETAIL DRAWING 3-6A FOR COMMERCIAL, INDUSTRIAL, OR MULTI—FAMILY USE DRIVEWAYS. 2. SEE SEC. 3.2.13 AND CURB DETAIL DRAWING 3-4. 3. CEMENT CONCRETE DRIVEWAY APPROACHES SHALL BE CONSTRUCTED WITH CEMENT CONC. CLASS 4000 WITH 4% TO 6% AIR ENTRAINMENT. 4. FULL DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS 15' OR GREATER. 5. REFER TO SECTION 3.2.13 FOR DRIVEWAY SPACING. 6. LENGTH OF RAMP SHALL VARY AS NEEDED TO MEET ADA SLOPE REQUIREMENTS. �MSM�W&'J WORKS RESIDENTIAL CURB AND GUTTER SECTION DRIVEWAY 3-6 5 RIGHT-OF-WAY LINE COMMERCIAL/MULTI-FAMILY WIDTH - 30' 2 -LANE, 40' 3 -LANE EXPANSION JOINT m RIGHT-OF-WAY UNE I MATCH SIDEWALK I 4' CRUSHED SURFACING TOP COURSE (CSTC) REV. FEBRUARY 2014 MATCH EXISTING DRIVEWAY GRADE \---- CEMENT CONCRETE DRIVEWAY 8' THICK - SECTION A -A + BASED ON TYPE OF EXPECTED VEHICLE USE -- SIDEWALK - PLANTING STRIP, IF ANY. SEE CURB DETAIL DRAWING 3-4 SAWCUT LINE FOR NEW OR REPLACEMENT DRIVEWAYS IN EXISTING CURB/GUTTER SECTIONS. NOTES: 1. COMMERCIAL/INDUSTRIAL DRIVEWAYS WIDER THAN 40' MAY BE APPROVED BY THE ENGINEER CONSIDERING TRAFFIC SAFETY AND NEEDS OF THE ACTIVITY SERVED. ALL COMMERCIAL/INDUSTRIAL DRIVEWAYS SHALL HAVE AN EXPANSION JOINT LOCATED MID -WIDTH. SEE KCRS SEC. 3.04. 2. SEE SEC. 3.2.13 AND CURB DETAIL DRAWING 3-4. 3. CEMENT CONCRETE DRIVEWAY APPROACHES SHALL BE CONSTRUCTED WITH CEMENT CONCRETE CLASS 4000 WITH 4% TO 6% AIR ENTRAINMENT. 4. FULL DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS 15' OR GREATER. 5. LENGTH OF RAMP SHALL VARY AS NEEDED TO MEET ADA SLOPE REQUIREMENTS. ary <%�F o &p�MSF WORKSPUBOMERCIAL CURB AND GUTTER SECTION DRIVEWAY �3 6A RIGHT-OF-WAY LINE 5' MINIMUM CLEARANCE BETWEEN EDGE OF DRIVEWAY AND STREETLIGHTS AND OTHER UTILITIES. S' ek r� G � S N �� WiOTy TRANSITION FROM 2% TOWARDS STREET TO 2% AWAY FROM STREET WITHIN RAMP. (TYP. BOTH SIDES) ol fkCefOROgOFVOT � G�OeTOMqk / TAPER 5' MIN., ___/ CURB + 15' MAX. \ \ (SEE NOTE 8) pVll2$ 2'-6" RESIDENTIAL, Q' 7'-6" COMMERCIAL \ SIDEWALK WIDTH: RESIDENTIAL:J PLANTING STRIP, IF ANY 10'-0" MIN. 30'-0" MAX. 2'-6" RESIDENTIAL,-------- ESIDENTIAL,__ / 4 ' COMM. INDUSTR.: 7'-6" COMMERCIAL SEE CURB DETAIL DRAWING 3-4 30'-0" 2 -LANE 5' MIN., 40'-0" 3 -LANE 15' MAX. (SEE NOTE 6) VARIES RIGHT-OF-WAY LINE DRIVEWAY GRADE 7 EXPANSION JOINT' CEMENT CONCRETE DRIVEWAY-- I MATCH EXISTING 6" THICK FOR RESIDENTIAL J DRIVEWAY GRADE 8" THCK FOR COMMERCIAL 2" CSTC RESIDENTIAL 4" CSTC COMMERCIAL SECTION A—A REV. FEBRUARY 2014 -SAWCUT LINE FOR NEW OR REPLACEMENT DRIVEWAYS IN EXISTING CURB/GUTTER SECTIONS. NOTES: 1. A REVERSE SLOPE DRIVEWAY IS SUBJECT TO APPROVAL BY ENGINEER CONSIDERING NEED FOR AND COMPATIBILITY OF THIS FEATURE. 2. COMMERCIAL/INDUSTRIAL DRIVEWAYS WIDER THAN 40' MAY BE APPROVED CONSIDERING TRAFFIC SAFETY AND NEEDS OF THE ACTIVITY SERVED. ALL COMMERCIAL/INDUSTRIAL DRIVEWAYS SHALL HAVE AN EXPANSION JOINT LOCATED MID -WIDTH. SEE KCRS SEC. 3.04. 3. A STORM SEWER INLET SHALL BE LOCATED WITHIN 20' BUT NO CLOSER THAN 10' UPGRADE FROM NEAREST EDGE OF CURB TAPER. 4. SEE SEC. 3.2.13 AND CURB DETAIL DRAWING 3-4 5. CEMENT CONCRETE DRIVEWAY APPROACHES SHALL BE CONSTRUCTED WITH CEMENT CONCRETE CLASS 4000 WITH 4% TO 6% AIR ENTRAINMENT. 6. FULL DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS 15' OR GREATER. 7. SEE SECTION 3.2.13 FOR MAX CHANGE IN DRIVEWAY GRADE 8. LENGTH OF RAMP SHALL VARY AS NEEDED TO MEET ADA SLOPE REQUIREMENTS. cnvOF PUBLIC DWG. NO. SMS My WORKSREVERSE SLOPE DRIVEWAY 3.7 *-0 OC AW �r N o v Dn rc AM Z T0� V r .o Z� z m cn fAr� G � W D = N 0 ZT O n m C Q 07 I CQ • ISO 3 Q ` , C (D G > :D a� 0E3- 3 00(D n c wo Z3 ()7 O .s N 3 O r 0000 W I 0000 0000 Clt 0000 0000 7 �+ 0000 2%vr� > o� 0000 0000 --E-- - 0000 � z_ 0000 0000 0000 3 m D 000000 000J O 0000 0000 0000 p p co T c r m m p 7 00000 00000 ? 0000 Fri z > Z D 00000 000 (� D r�r rn rTl cn z z _ m ci z M o0 4 'o C7 —1 co co \ D > N m=z mon� Mm m ` N v\ W D .P f x y D Z W rp D m m A �7�7 D ED m D LU �mr Z z 1 Yl m m 4 �� 0 D C m �D D Z O Q � o n C 3 D r 3 ` m Q O -� C1 -f r z• m 1D o � �Dy o� �W r_ N 0 0 �\ X Z TW 0 ric D Z X cn CA 1v _m D r v w� D Z 0 c w 0 cn 000�000 Q- v 000 000 C ( D. N CD o N CD i m (D N Qcn O(D� Qnn :. �� 3 ? D o wco (D 3 Q o m o a � N '2. T C (D � L O _o � 0000 0000 o000 W 0000 C/1 0000 0000 I+ 0000 o000 N�Dm \p 0000 � ,p —� rJ (� CO D r m O v V D �pny0^�oDp f fTl J J Cfi Z W 0"'000 �Z 'ro f OD U z — D z '� "' 00000 Z D TJ D `< 00000 m�Lo� 7 2D Z v S �+. z W zrG� c) m D m Ap fel M m 7 ^� w2 >m 70Ci ZW O 316 �m A -, m m .4 Z w � i m W v m r m 0 D DZ K L- z n _O 7 m �z D Z D F L Q co �(D 77 �rn Q _Q r (D 000�000 000 000 000 000000000 N N m -u D m Im .-Q n rTl� m m m D D z Z 0 Q <n (D N n O „ 3 Q Q3 _O m D m m m C1 zy mm m m 3 D z O �z 0� N Q D (D < Q R Z7 O (D O_ n c 6 0 C q co N � M D 0 O n CO D 0000 TI 0000 -i Z Ti �l ;l J J A Cn AC c/) _ CD OZ �u -4 Doc7loo1. ��ff N ODD 7DJm p. K 0000 - O te r* �: I J N 0000 ?\\ X co Z > rn N I n CO �o N pmm z w z W� 3 16" N D71 (D 7 m r Q Q D z > O O o 7 D z � z � D 7070 r m -u D m Im .-Q n rTl� m m m D D z Z 0 Q <n (D N n O „ 3 Q Q3 _O m D m m m C1 zy mm m m 3 D z O �z 0� N Q D (D < Q R Z7 O (D O_ n c 6 0 C q co N O � 0000 N 0000 0000 0000 0000 0000 0000 0000 ��ff 0000 2/O p. K 0000 - O 0000 0000 0000 0000 0000 0000 0000 N N N (D Q Q 'r (� O O < 7 iD Q � C) 7070 r (D REV. 4/11/08 NOTES: 1. CATCH BASIN AND INLETS SHALL BE OUTSIDE THE CURB RAMP (24" MIN. CLEARANCE FROM RAMP). 2. CARE SHALL BE TAKEN TO KEEP THE RAMP FROM CONFLICTING WITH HYDRANTS, POLES, INLETS, AND OTHER UTILITIES. 3. CONSTRUCT RAMP IN ACCORDANCE WITH STANDARD DRAWING 3-10 OR 3-11. 4. CROSSWALKS ARE NOT ALWAYS MARKED. 5. WHEN RAMPS ARE CONSTRUCTED ON ONE SIDE OF STREET, RAMPS SHALL BE CONSTRUCTED AT CORRESPONDING LOCATIONS ON OPPOSITE OR ALTERATION FOR NEW CONSTRUCTION OR STANDARD RECONSTRUCTION I I I I I_ I -F— RAMP I I I I I OR STANDARD RECONSTRUCTION SIDE OF STREET. C����a"T®P PUBLIC DWG. NO. �lr�- o1Cc;MHVMF WORKS LAMPS et RAMP LOCATIONS FOR NEW CONSTRUCTION CURB RAMP LOCATIONS 3-9 ACCEPTABLE RAMP LOCATIONS FOR RETROFIT RADIUS POINT OF CURB RETURN DETECTABLE WARNING A RAMP SURFACE SHALL BE YELLOW.B — — — — — — — — — — — — — — — — — — Al B CURB, OR CURB MIN. MAX. SFS p qrC AND GUTTER A 1.60" 2.40" �qys GQ6 B 0.65" --- �q C 0.45" 0.90"E C D 0.90" 1.40' L� CEMENT CONCRETE E 0.20' 0.20" D PEDESTRIAN CURB I TRUNCATED DOMES I�JI Z RAMP �'� '�� 3— I .............. .. ................ ................... W oa � O B �l E DETECTABLE WARNING D SURFACE (SEE DETAIL) I 5-0" MIN. 4'—O"� 15— (SEE 5—(SEE NOTE 2) DETECTABLE WARNING EXPANSION JOINT RAMP SURFACE (SEE DETAIL) SEE NOTE 2 OC CEMENT CONCRETE OF SIDEWALK v ROADWAY O DEPRESSED O CURB do GUTTER (AT GRADE BREAK, TOP OF RAMP) NOTES: 1. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS OR OTHER APPURTANENCES IN FRONT OF THE RAMP OR ON ANY PART OF THE CURB RAMP OR LANDING. 2. THE CURB RAMP MAXIMUM RUNNING SLOPE SHALL NOT REQUIRE THE RAMP LENGTH TO EXCEED 15 FEET TO AVOID CHASING THE SLOPE INDEFINITELY WHEN CONNECTING TO STEEP SLOPES. WHEN APPLYING THE 15 FOOT MAX. LENGTH, THE RUNNING SLOPE OF THE CURB RAMP SHALL BE AS FLAT AS FEASIBLE. FEB. mYOr PUBLIC SINGLE DIRECTION CURB RAMP DWG. NO. o Q 0 Wft WORKS WITHOUT PLANTER STRIP 1 3-10 m m m m m� m m m � � m= m m m m m RADIUS POINT OF CURB RETURN \US DETECTABLE WARNING SURFACE (SEE DETAIL) SIDEWALK CEMENT CONCRETE 1 PEDESTRIAN CURB - �J RAMP + w + I ► CURB AND GUTTER DETECTABLE WARNING A RAMP SURFACE AREA SHALL BE YELLOW. B A� B MIN. MAX. A 1.60' 2.40" B 0.65" - PLAN C 0.45" 0.0" I C D 0.90" 1.440" E II E 0.20" 0.20" I ELEVATION TRUNCATED DOMES DETECTABLE WARNING SURFACE DETAIL PLANTER J 5'-0" MIN. 4'-0" MIN.' STRIP 15'-0" MAX. (SEE NOTE 2) ISOMETRIC VIEW PLAN VIEW SIDEWALK RAMP PLAN NOTES: DETECTABLE WARNING SURFACE (SEE DETAIL) 1. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS EXPANSION JOINT OR OTHER APPURTANENCES IN FRONT OF THE RAMP OR ON ANY CEMENT RAMP PART OF THE CURB RAMP OR LANDING. CONCRETE SIDEWALK 8 % MAx TOP OF ROADWAY 2. THE CURB RAMP MAXIMUM RUNNING SLOPE SHALL NOT REQUIRE SE N°TE z THE RAMP LENGTH TO EXCEED 15 FEET TO AVOID CHASING THE 2.0%MAX. SLOPE INDEFINITELY WHEN CONNECTING TO STEEP SLOPES. WHEN _ APPLYING THE 15 FOOT MAX. LENGTH, THE RUNNING SLOPE OF DEPRESSED THE CURB RAMP SHALL BE AS FLAT AS FEASIBLE. CURB & GUTTER SECTION OA REV. JAN a"for PUBLIC SINGLE DIRECTION CURB RAMP DWG. NO. ° '� woRKsWITH PLANTER STRIP 3-10A Q �i • • • ♦ DETECTABLE WARNING PATTERN PLANTING STRIP (SEE DEL) W (IF ANS o0000o...—S00 ...... o00oo000 0000000000 0000 72:1 000 0 oo00o— S1pPE . SLOpE o0o0000o....*800 12:1 00000000000o0 ogo 000000c0000 oo0 00000000000 3'-8' DETECTABLE WARNING PATTERN (SFE DETAIL) -0• RUSH ��� 0.02 FT./FT. 2 - Q THICK CEMENT CONCRETE SIDEWALK NOTES: 1. RAMP AND APPROACHES SHALL BE CLEAR OF OBSTACLES INCL HYDRANTS, POLES, AND INLETS. 2. RAMP CENTER LINE SHALL BE PERPENDICULAR TO OR RADIAL TO CURB RETURNS UNLESS OTHERWISE APPROVED BY ENGINEER. 3. WHEN RAMPS ARE CONSTRUCTED ON ONE SIDE OF THE STREET, RAMPS SHALL BE CONSTRUCTED AT CORRESPONDING SIDEWALK LOCATIONS ON OPPOSITE SIDE OF STREET. SEE DWG. NO. 3-9. 4. ON ARTERIAL STREETS, IN GENERAL CASE, CURB RAMPS SHALL BE CONSTRUCTED TWO PER RADIUS, IN OR PREFERABLY ADJACENT TO THE MAIN PEDESTRIAN PATHS. 5. ON RESIDENTIAL STREETS OR WHERE UTILITIES ARE IN CONFLICT OR STREET GRADE EXCEEDS 4.0% CURB RAMPS MAY BE CONSTRUCTED ONE PER RADIUS, AT MIDPOINT OF CURB RETURN OR AT MAIN PEDESTRIAN PATH. -W NIL LANDM DLILCTABLE WARNING PATTERN AREA SHALL BE A YELLOW, INCOMPLIANCE WITH B WSDOT STD. SPEC. 8-14.3(3 A 1 T MIN. MAX. A 1 5/8"' PLAN B 5 8" C 13/ 7 16"D 7 8" ELEVATION DETECTABLE WARNING PATTERN DETAIL PUBLIC DWG. NO. WORKS CURB RAMP IN VERTICAL CURB 3-11 VARIES r SIDEWALK 2% c4" CONCd T C 2" CRUSHED SURFACING TOP COURSE VARIES PLANTER STRIP SIDEWALK + AS REQUIRED 3/8" EXPANSION JOINT — 1/2" RADIUS FOR CURB & GUTTER USE DETAIL 3-4 REV. MAR 2011 �arOo" PUBLIC DWG. NO. G oM� %fty WORKS SIDEWALK SECTION 3-12 2- CRUSHED SURFACING TOP COURSE USE DETAIL 3-4 NOTES: 1. FOR JOINTS AND SCORING, SEE FEDERAL WAY STANDARD FOR SIDEWALK SPACING, EXPANSION JOINTS, AND SCORE MARKS. 2. SEE DETAILS 3-6, 3-6A, & 3-7 FOR MINIMUM DEPTH OF CONCRETE THROUGH DRIVEWAY SECTIONS. 3. WHEN CHECKED WITH A 10 FOOT STRAIGHTEDGE, GRADE SHALL NOT DEVIATE MORE THAN 1/8 INCH AND ALIGNMENT SHALL NOT VARY MORE THAN 1/4 INCH. 4. CONCRETE SHALL BE CLASS 3000, WSDOT SPEC. 8-14. REV. MAR 2011 �arOo" PUBLIC DWG. NO. G oM� %fty WORKS SIDEWALK SECTION 3-12 RIGHT—OF—WAY LINE / NOT OK NOT OK PpL LOC •OK DIRECTIONOF Y TRAVEL 0 \ EDGE OF TRAVELED WAY •• • • �•■ •alp LOC: LENGTH OF CURVE (FEET) AT EDGE OF TRAVELED WAY FROM P.C. TO P.T. SOR: SAFETY OVERRUN (FEET) BEYOND P.T. PPL PROHIBITED POLE LOCATION (FEET) (LOC + SOR) WHERE POLES OR OBSTACLES MUST BE REMOVED OR BARRICADED. PPL ((FEET) ON OUTSIDE OF CURVES WITH POSTED SPEED LIMIT OF 40 MPH & OVER. 40 MPH LOC + 220 (SOR) 45 LOC + 255 50 LOC + 290 55 LOC + 325 EBM TO ROADWAY WITH SHOULDER OR MOUNTABLE CURB ON OUTSIDE OF CURVE, WITH: —RADIUS LESS THAN 2500', At9L —POSTED SPEED GREATER THAN OR EQUAL TO 40 M.P.H. RIGHT—OF—WAY LINE / EDGE OF TRAVELED WAY OK V N GENERAL CASE P/OC: POLE/OBSTACLE CLEARANCE TO NEAREST FACE OF POLE/OBSTACLE 22L[ES: TO ROADWAY WITH SHOULDER OR MOUNTABLE CURB ON: 1. TANGENT, OR 2. INSIDE OF CURVE, OR 3. OUTSIDE OF CURVE, EITHER WITH —POSTED SPEED LESS THAN 40 MPH Q$ —RADIUS GREATER THAN 3500' ON ROADWAY MEETING ALL CURRENT DESIGN STANDARDS. NOTES: 1. THE STANDARDS SHALL APPLY TO EVERY NEW PLACEMENT AND EVERY PLANNED, NON—EMERGENCY REPLACEMENT OF EXISTING POLES AND OTHER UTILITY STRUCTURES WITHIN THE CITY OF FEDERAL WAY RIGHT—OF—WAY. 2. NO POLES MAY BE REPLACED ON THE OUTSIDE OF A CURVE WITH A POSTED SPEED LIMIT OF 40 MPH OR OVER UNLESS APPROVED THROUGH A VARIANCE REQUEST. JULY PUBLIC CLEARANCE OF ROADSIDE OBSTACLES DWG. NO. WORKS ON SHOULDER TYPE ROAD 1 3-13 ROAD CLASSIFICATION RIGNT-OF-WAY LINE I VARIES 20' FOR COLLECTOR OR RESIDENTIAL. 30' FOR ARTERIAL I I I I I M_IaN. 0.02 FT. FT. i OR SUPERELEVATION I I I I I LANDING I 1 NOTES: 1. SEE SEC. 3.2.10 FOR LANDING REQUIREMENTS. REV. MAR. 2011 arrw PUBLIC DWG. NO. o o(�U� WORKS INTERSECTION LANDING 3-14 BOLTS: 2 PER JOINT 1/2-X 3- LAG SCREWS GALV. VARIES BOARDS: 8'X 1" OR 12"X 1' 45° 0 N Z V N � TYPE OF 6 6' � o SUPPORT I VARIES " I in h — POSTS: 4"X 6' MIN. PRESSURE TREATED OR CEDAR PAINTED WHITE. FIXED (PERMANENT) TYPE III BARRICADE MOVABLE (TEMPORARY� TYPE III BARRICADE BARRICADE NOTES: TYPE 1 II III WIDTH OF RAIL 8" MIN. 12' MAX. 8" MIN. 12' MAX. 8' MIN. 12" MAX. LENGTH OF RAIL 2' MIN. 2' MIN. 4' MIN. HEIGHT 3' MIN. 3' MIN. 5' MIN. TYPE OF FRAME DEMOUNTABLE OR HEAVY -A" DGHT A" FRAME POST OR SKIDS FLEXIBILITY ESSENTIALLY MOVABLE PORTABLE ESSENTIALLY PERMANENT REV. MAR 2011 STRIPE NOTES: ORANGE & WHITE IF TEMPORARY. RED & WHITE IF PERMANENT. REFLECTORIZED SLANT DOWNWARD, RIGHT OR LEFT, IN DIRECTION TRAFFIC WILL PASS. SLANT BOTH DIRECTIONS FROM MIDDLE IF TRAFFIC PASSES BOTH ENDS. WIDTH 6" EXCEPT 4" IF RAILS ARE LESS THAN 3' LONG. SLANT DOWNWARD TO MIDDLE AT END OF CLOSED ROAD. SEE MUTCD SEC. 6F.60. NOTE: FOR DIMENSIONS NOT SHOWN, SEE TABLE. INFORMATIONAL SIGN STREET PLANNED FOR EXTENSION WITH FUTURE DEVELPMENT. FOR MORE INFORMATION CALL CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT 253-835-2700. TO BE INSTALLED ON BARRICADES WHERE STREET IS PLANNED FOR FUTURE EXTENSION - AS DIRECTED BY PUBLIC WORKS DEPARTMENT TYPE I BARRICADE TYPE II BARRICADE CRT PUBLIC DWG. NO. f o opal IF WORKS BARRICADES 3-15 m m m m m m m m m= m m m m m m r m m a}Y� PUBLIC DWG. NO. C h�MOMEWCW WORKS TEMPORARY CUL-DE-SAC 3-16 TEMPORARY EASEMENT PLAT BOUNDARY RIGHT=OF-WAY UNE � ASPHALT RAMP - -- SIDEWALK TYPE III BARRICADE END VERTICAL CU MIN. VARIES: SHORTEST POSSIBLE DISTANCE SIDEWALK ASPHALT RAMP - - - RIGHT-OF-WAY LINE TEMPORARY EASEMENT INSTALL INFORMATIONAL SIGN: STREET PLANNED FOR EXTENSION WITH FUTURE DEVELPMENT. FOR MORE INFORMATION CALL NOTES: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT 1. SEE SEC. 3.2.11 253-835-2700. 2. TYPE III BARRICADE REQUIRED AT END OF BULB. REV. 3/24/06 a}Y� PUBLIC DWG. NO. C h�MOMEWCW WORKS TEMPORARY CUL-DE-SAC 3-16 SKIP CENTER LINE (SCL) MEDIAN OR TYPE 0 0 IS USED, USE TYPE ? TYPE 2YY RPM "-,,-4" YELLOW LINE (TYP) SEE NOTE 6 DOUBLE YELLOW CENTER LINE (DYCL) TRAFFIC. 0' MEDIAN OR TYPE 4" 4" YELLOW LINE SEE NOTE 6 FACING OPPOSITE THE DIRECTION OF TRAFFIC. TYPE 2YY RPM (TYP}� WHITE EDGE LINE (WEL) .-4" WHITE LINE YELLOW EDGE LINE (YEL) 0' YELLOW LINE �----4" SEE NOTE 6 STYPE 2Y RPM (TYP) SEE NOTE 7 DIRECTION OF TRAFFIC DOTTED EXTENSION LINE (WDEL, YDEL) 2 \-4" LINE, YELLOW OR WHITE PER PLANS. SEE NOTE 6 GENERAL NOTES: 1. LONGITUDINAL STRIPING ON ARTERIALS SHALL BE PLASTIC TYPE D METHYLMETHACRYLATE (MMA). TRANSVERSE MARKINGS SHALL BE PLASTIC TYPE A. ALL OTHER STRIPING SHALL BE PAINT. 2. ALL STRIPING WITHIN INTERSECTIONS SHALL BE PLASTIC TYPE A OR D. 3. ALL RPM'S SHALL BE LOCATED TO PROVIDE 4 INCHES BETWEEN STRIPING AND RPM'S. 4. TYPE 2 RPM'S SHALL BE USED ON ALL ARTERIALS AND COLLECTORS, IF STRIPED 5. WHERE TYPE C CURB IS USED IN PLACE OF STRIPING, USE RPM PATTERN APPLICABLE TO THE STRIPING BEING REPLACED. SPECIFIC NOTES: 6. IF MMA IS USED, MMA SHALL BE PROFILED. 7. WHERE RAISED MEDIAN OR TYPE C CURBING IS USED, USE TYPE 2YR RPM'S, WITH RED FACING OPPOSITE THE DIRECTION OF TRAFFIC. 8. WHERE RAISED MEDIAN OR TYPE C CURBING IS USED, USE TYPE 2WR RPM'S, WITH RED FACING OPPOSITE THE DIRECTION OF TRAFFIC. LEGEND: MONO -DIRECTIONAL RPM TYPE 2 BI-DIRECTIONAL RPM TYPE 2 �®"'cm PUBLIC DWG. NO. FWMO Way WORKS RAISED PAVEMENT MARKERS 3-17 m m m m m m m m m m m m m r m m m m m �r r r r rr s rr r rr r r rr r rr r rr rr r rr WIDE LINE (WL) NO PASS LINE (NPL) 7--20'-�� 8" WHITE LINE SEE NOTE 6 0 � 04ill TYPE 2YY RP 4" YELLOW LINE SEE NOTE 6 TYPE 2W RPM SEE NOTE 8 (3-17) DIRECTION OF THRU TRAFFIC TYPE 2Y RPM DIRECTION - PASSING IS PROHIBITED DOTTED WIDE LINE (DWL) REVERSIBLE LANE LINE 4" YELLOW LINE 24' SEE NOTE 6 12' �8 LINE m„ 4 WHITE TYPE 2W RPM SEE NOTE 2 SEE NOTE 8 DIRECTION OF TRAFFIC TYPE 2YY RPMS -/<I> LANE LINE (LL) TWO-WAY LEFT TURN LINE (TWLTL) 0 0 4„ TYPE 2W RPM '\.-4" WHITE LINE (TYP) SEE NOTE 8 SEE NOTE 6 <�> --TYPE 2YY RPMS 4" YELLOW LINE SEE NOTE 6 DIRECTION OF TRAFFIC DIRECTION OF THRU TRAFFIC DROP LANE LINE (DLL) DIRECTION OF TRAFFIC BARRIER LINE (BL) �12 '- r3 ,--20 y, 20" YELLOW LINE �� �� �= 0 SEE NOTE 6 TYPE 2YY RPMS '11TY 2W RPM'S �8" WHITE LINE SEE NOTE 8 SEE NOTE 6 <T> REV. NOV 2014. °0P PUBLIC DWG. NO. m A�FW&MMTF WORKS RAISED PAVEMENT MARKERS 3-18 Pavement markings may be curved here as shown to measurement allow for continuous painting by the striping machine. When RPM's required by contract, use Type 2YY, see Note 5 Deceleration taper Type 2YY RPMs �® ® M ® ® m� ® C_ 40' RPM acro spacing RPMs 20 , anne( Double yellow center stripe Lane width measurement point 03 4" Type 2YY RPMs �® 10' O.C. ® 'L Double yellow center stripe " DETAIL B ® I M ® See Detail C N 7 C E Two way left turn termination Left turn radius at tee intersection or where W = Approaching through lane left turns are not permitted ® ® Double yellow ® W = Departing Lane and two way left turn is not center stripe o T = Width of left turn lane continued beyond intersection. 40' RPM spacing m on approach side of a C T = Width of left turn lane END TWO-WAY LEFT TURN LANE a on departure side of DETAIL A o W = Total width of channelization (W +W +T +T) Rev. NOV arvap PUBLIC DWG. NO. o o J eft WORKS RAISED PAVEMENT MARKERS 3-19 M M M M M M M M M M M M M M M A M M M Stopping point see Note 3 Gore Stripe see Dwg. No. 3-18 Stopping point see Note 3 Type 2L traffic arrows, see Note 1 Variable 50' Taper length = T, x taper rate See Table 3 Gore Stripe Decel. taper Double yellow see Dwg. No. 3-18 see Table 2 center stripe See Table 1 for taper rate W T, WT —Approach W, — ----- +`------f-------- — — ----------- ----- -- Departure — W, T, W2 No Pass Line See Detail A See Table 1 on approach Type 2L traffic Dwg. No. 3-19 for taper rate side arrows, see Note i Double yellow center Taper length =1;x taper rate stripe, see Dwg. No. 3-17 LEFT TURN LANE .,5.. Variable See Note 2 100' ± 300' MAX NOTES: 1. First Type 2L arrow is installed 50' back of stop bar or crosswalk. Second arrow is located 100' back, or at left turn pocket. 2. "S" = 140' for posted speed < 50 MPH. "S" = 170' for posted speed > 50 MPH. 3. Stopping point shall be marked with stop bar only when mainline movement is controlled by a stop sign or traffic signal. 4. Raised pavement markers shall be installed only when specified in the Contract Plans. 5. See Dwg. No. 3-17 for marker designation. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - --- +�—�----------- — — _ _ ----- ----------- ----- -----_ _- — - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Double yellow center Two-way left tum lane, see Dwg. No. 3-18 Type 2L traffic arrow, see stripe, see Dwg. No. 3-17 Stnd SPlan M 244.020 LEFT TURN LANE TWO-WAY LEFT TURN LANE TWO-WAY LEFT TURN LANE W = Approaching through lane W, = Departing Lane T, = Width of left tum lane on approach side of T, = Width of left tum lane on departure side of WT = Total width of channel¢ation M + W, + T, + Tz) Rev. NOV 2014 arym PUBLIC DWG. NO. G&MgFVft WORKS PAVEMENT MARKING - TURN LANE 3-20 TABLE 2 TABLE 3 TABLE 1 Posted Speed Decel. Taper Posted Speed No pass length Posted Taper Speed Rate Length Minimum 55 mph 55: 1 55 mph 165' 55 mph 725' 50 mph 50: 1 50 mph 150' 50 mph 660' 45 mph 45: 1 45 mph 135' 45 mph 590' 40 mph 40: 1 40 mph 120' 40 mph 360' 35 mph 35:1 35 mph 105' 35 mph 260' 30 mph 30: 1 30 mph 90' 30 mph 200' 25 mph 25: 1 25 mph 75' 25 mph 1 150' TWO-WAY LEFT TURN LANE W = Approaching through lane W, = Departing Lane T, = Width of left tum lane on approach side of T, = Width of left tum lane on departure side of WT = Total width of channel¢ation M + W, + T, + Tz) Rev. NOV 2014 arym PUBLIC DWG. NO. G&MgFVft WORKS PAVEMENT MARKING - TURN LANE 3-20 Centerline Crosswalk Stripe Crosswalk (TYP•) Lane Line Centerline Roadway 4" CD— Centerline Centerline Curb Ramp 4 �TYP) 8 8„ 18" STOP LINE CROSSWALK STRIPE DETAIL TRAFFIC ARROWS TYPE 1S, 2SL, 2SR, 3SL, 3SR, 4S, AND 5S — SEE WSDOT STANDARD PLAN M-24.40 "SHARKS TOOTH" YIELD LINE SYMBOL — SEE WSDOT STANDARD PLAN M-24.60 HANDICAPPED PARKING STALL SYMBOL — SEE WSDOT STANDARD PLAN M-24.60 BIKE LANE SYMBOL — SEE WSDOT STANDARD PLAN M-9.50 PREFERENTIAL LANE SYMBOL — SEE WSDOT STANDARD PLAN M-7.50 Rev. NOV 2014 ��cnv PUBLIC DWG. NO. o ;mowa�ju WORKS MISCELLANEOUS PAVEMENT MARKINGS 3-21 M M i M i M i M M M i M M M M M M M M �� o WORKS 3- ROCK FACING, CUT SECTION oNo. 3-22 CHAIN LINK FENCE4 i a 2:1 kAX. a• e• a a" 6 < u w x 12' MIN. THICKNESS OF 2--4' QUARRY SPALLS SIDEWALK 3 x z co vo � w GRAVEL BACKFlLL FOR DRAINS 2 0.02 Fr. FT, e PERF ORATED �/� �\ PIPE 6' MIN. KEYWAY FlLTER FABRIC PAY UMRS EXCAVATION ONLY NOTES: 1. SEE SEC. 3.8.9 2. SEE WSDOT/APWA 9-03.12[4] 3. IF ROCKERY OR RETAINING WALL IS BEHIND ROLLED CURB OR ON A RURAL SECTION, FACE OF ROCKERY OR RETAINING WALL MUST BE A MIN. OF 10' FROM TRAVELED WAY. 4. CHAIN LINK FENCE, TYPE NO. 4 OR 6 (WSDOT/APWA STANDARD), REQUIRED WHEN ROCKERY HEIGHT IS THREE FEET OR GREATER. 5. ROCKERIES SHALL NOT BE USED AS RETAINING WALLS REQUIRED WHEN ROCKERY HEIGHT IS THREE FEET OR GREATER. JULY 2014 �� o WORKS 3- ROCK FACING, CUT SECTION oNo. 3-22 VARIES 5'-0" MIN. VARIES AS NECESSARY TO MEET TERRAIN AND SIGHT DISTANCE REQUIREMENTS 6 1 MIN. THICKNESS 2 F-4* QUARRY SPALLS S2 W S2 Wo i I w > 2 GRAVEL BACKFILL FOR DRAINS ORIGINAL GROUND KEYWAY PERFORATED PIPE 6' MIN. FILTER FABRIC 4' -6 - PAY LIMITS EXCAVATION ONLY NOTES: 1. SEE SEC. 3.8.9 2. SEE WSDOT/APWA 9-03.12[4]. 3. FLATTER SLOPE MAY BE REQUIRED IN LESS STABLE SOIL. 4. CHAIN LINK FENCE, TYPE NO. 4 (WSDOT/APWA STANDARD) OR HANDRAIL REQUIRED WHEN ROCKERY HEIGHT IS 3' OR GREATER. SEE DWG. NO. 3-22. 5. TRAFFIC BARRIERS MAY BE REQUIRED ON ROADS WITH SPEED LIMITS OF 40 MPH OR GREATER, WHERE ROCKERY HEIGHTS EXCEED 6'. SEE CHAPTER 6 OF THE WSDOT DESIGN MANUAL. 6. ROCKERIES SHALL NOT BE USED AS RETAINING WALLS JULY 2014 op PUBLIC DWG. NO. cm I Fs&M� WORKS Wey ROCK FACING, FILL SECTION 1 3-23 1 � m m m m m m m m m m m m m m m m m m m VARIES * i�� \� 12' MIN. THICKNESS 2 -4' QUARRY SPALLS GRAVEL BACKFILL FOR DRAINS 2 I NOTES: PERFORATED J PIPE 6' MIN? / 1. SEE SEC 3.8.9. FILTER FABRIC � 2. SEE WSDOT/APWA 9-03.12[4]. 3. CHAIN LINK FENCE, TYPE NO. 4 (WSDOT/APWA STANDARD) OR HANDRAIL REQUIRED WHEN ROCKERY HEIGHT IS 3 OR GREATER. 4. CAP SHALL BE CONCRETE CLASS 3000. 5. FLATTER SLOPE MAY BE REQUIRED IN LESS STABLE SOILS. 6. TRAFFIC BARRIERS MAY BE REQUIRED ON ROADS WITH SPEED LIMITS OF 40 MPH OR GREATER, WHERE HEIGHTS EXCEED 6'. SEE WSDOT DESIGN MANUAL. 7. ROCKERIES SHALL NOT BE USED AS RETAINING WALLS. MIN. CHAIN LINK FENCE 3 �. *AS NECESSARY TO MEET TERRAIN AND SIGHT DISTANCE REQUIREMENTS. CAP 4 / `•" KEYWAY 4'-6' PAY LIMITS EXCAVATION ONLY ORIGINAL GROUND JULY 20141 �CHYM PUBLIC DWG. NO. MOMdMy WORKS ROCK FACING UNDER SIDEWALK 3-24 e N N N 4'-0' MIN. LANDING CONCRETE STEPS PLAN METAL HANDRAIL V-6" �— 3/4" 1 SIDEWALK •'I'-. 4 BARS 4" MIN. /4 BARS O 1'-7" O.C. SIDEWALK CONCRETE STEPS SECTION A- 8'-0* MAX. I 4'-0' I MIN. LANDING JOINT TAL HANDRAIL NOTES FOR CONCRETE STEPS: 1. CONCRETE: CEMENT CONCRETE CLASS 3000. 2. ALL STEPS: SAME DIMENSIONS, WITHIN 3/8" MAX. DIFFERENCE. 3. RISERS: 7" MAX., 5" MIN. 4. TREADS: 12" MAX., 11" MIN., WITH TRANSVERSE 0.01 FT./FT. SLOPE. 5. METAL HANDRAIL REQUIRED FOR ALL STAIRWAYS, REGARDLESS OF THE NUMBER OF STEPS. SEE NOTES BELOW. 6. REINFORCING BARS SHALL MEET THE REQUIREMENTS OF ASTM A-615, GRADE 60 AND ARE REQUIRED FOR 4 STEPS OR MORE. 7. MAX. VERTICAL DISTANCE BETWEEN LANDINGS IS 12'. NOTES FOR HANDRAILS: 1. GALVANIZED STEEL OR ALUMINUM (40 GAUGE MIN). 2. 1 1/4" TO 2" O.D. ROUND OR OVAL PIPE. 3. WELDED, WITH SMOOTH SURFACE AND JOINTS. 4. POSTS SET IN MIN. 6" CONCRETE CLASS 3000. VARIFC 6" MIN. 6' CEMENT CONCRETE----,,-, SIDEWALK CEMENT CONCRETE REV. Jan cwv PUBLIC DWG. NO. FSo MSF WORKS CONCRETE STEPS AND METAL HANDRAIL 3-25 2 FOOT WIDE, 7¢" DEPTH 14' 150' (TYP. ASPHALT GRIND, < TYP. BOTH ENDS (SEE NOTE 1) G33 RPM TYPE II (WHITE) 3 A ( I A LuLi Li PM TKPE II-YELLOW (TYP. ,ATCENTERLINE) \ WIfITfE PLASTIC MARKINGS PER WSDOT STND PLAN M-24.60 (TYPICAL) B iN FFA B m�L I m�L D II I N SIGN DESIGNATION /SIZE W8-1 BUMP 30" x 30" W8-1A BUMP AHEAD 30" x 30" W13-1(15) 15 MPH ADVISORY PLAQUE 18" x 18" NOTES: 1) ADVANCE SIGNS USED ONLY FOR FIRST IN SERIES 2) WHEN 2 OR MORE BUMPS, REPLACE W8-1A WffH W8-1A(S) (BUMPS AHEAD) o 6uo N N N N o M a0 1 7' 7' SECTION A-A - PARABOLIC CROWN 2 FOOT WIDE, Y2- DEPTH ASPHALT GRIND, TYP. BOTH ENDS (SEE NOTE 1) STANDARD CLASS D OR » CLASS C MIX (TYP) LJ 6"LPER 2 MAX TAP6ER MAX. --\CURB FACE GUTTER TACK COAT (TYP) , SHOULDER SECTION B-B (CURB AND GUTTER) SECTION B-B (SHOULDER) NOTE: 1.) PRIOR TO SPEED HUMP CONSTRUCTION. THE ENGINEER MAY REQUIRE ASPHALT GRINDING IN ORDER TO PROVIDE A SMOOTH TRANSITION. REV. NOV. 2014 �`���"®° PUBLIC DWG. No. �mC�pWa�u WORKS SPEED HUMP 3-26 2 FOOT WIDE, )C DEPTH ASPHALT GRIND, TYP. BOTH ENDS (SEE NOTE 1) -s' 10' 100' (TYP N n N nz 010 fn333 in3 W11-2 MAN WALKING 30" x 30" 1. 30" x 30" f� I 18" x 18" WHITE PLASTIC 24" x 12" NOTES: MARKINGS PER 1) ADVANCE SIGNS USED ONLY FOR FIRST IN SERIES o DWG NO 3-20 3) USE YELLOW -GREEN SIGNS WHITE PLASTIC MARKINGS PER 3 (TYP) A A WSDOT STND PLAN M-24.60 (TYP) ~z L— ----"--- ---.,;:7 - +_ w a RPM TYPE II -YELLOW (TYP. AT CENTERLINE) ��I .RPM TYPE II (WHITE) I 0 B Lr Lr B N O SIGN DESIGNATION / SIZE W11-2 MAN WALKING 30" x 30" W8-tA BUMP AHEAD 30" x 30" W13-1(20) 20 MPH ADVISORY PLAQUE 18" x 18" W16 -7P ARROW DOWN 24" x 12" NOTES: 1) ADVANCE SIGNS USED ONLY FOR FIRST IN SERIES 2) WHEN 2 OR MORE BUMPS, REPLACE W8 -1A WITH W8-1A(S) (BUMPS AHEAD) 3) USE YELLOW -GREEN SIGNS 4) USE S1-1 INSTEAD OF W11-2 FOR SCHOOL CROSSINGS EA M cyO N N [V dD SECTION A -A - PARABOLIC CROWN \_2 FOOT WIDE, 1z" DEPTH ASPHALT GRIND, TYP. BOTH ENDS (SEE NOTE 1) STANDARD CLASS D OR 2' MAXt-- 3, CLASS C MIX (TYP) }-1'-TAPER� CURB FACE GUTTER TACK COAT (TYP) SECTION B- B (CURB AND GUTTER) NOTE: 1.) PRIOR TO SPEED HUMP CONSTRUCTION, THE ENGINEER MAY REQUIRE ASPHALT GRINDING IN ORDER TO PROVIDE A SMOOTH TRANSITION. 6" MAX. 3' TAPER SHOULDER SECTION B -B (SHOULDER) REV. NOV. 2014 �®'°OP�.r� PUBLIC RAISED CROSSWALK DWG. NO. MISMId Way WORKS 3-27 2 FOOT WIDE, Y2" DEPTH 100' (TYP) ASPHALT GRIND, TYP. BOTH ENDS (SEE NOTE 1) In T z I Zln in33 v�3 2 v. 2 2 v, - mm o IZ WIN D 100' (TYP SIGN DESIGNATION / SIZE W8-1 BUMP 30" x 30" W8 -1A BUMP AHEAD 30" x 30" W13-1(20) 20 MPH ADVISORY PLAQUE 18" x 18" NOTES: 1) ADVANCE SIGNS USED ONLY FOR FIRST IN SERIES 2) WHEN 2 OR MORE BUMPS, REPLACE W8 -1A WITH W8-1A(S) (BUMPS AHEAD) 0 m ao d M N N N N O SECTION A—A — PARABOLIC CROWN 2 FOOT WIDE, Xi" DEPTH ASPHALT GRIND, TYP. BOTH ENDS (SEE NOTE 1) STANDARD CLASS D OR 3. CLASS C MIX (TYP) �1 —2 MAX� TAPER � CURB FACE GUTTER TACK COAT (TYP) SECTION B—B (CURB AND GUTTER) NOTE: 1.) PRIOR TO SPEED HUMP CONSTRUCTION, THE ENGINEER MAY REQUIRE ASPHALT GRINDING IN ORDER TO PROVIDE A SMOOTH TRANSITION. Li 6" MAX. 3' TAPER SHOULDER SECTION B—B (SHOULDER) REV. NOV. 2014 cu°or PUBLIC SPEED TABLE MOM DWG. NO. c�MWRY WORKS 3-27A SEAL JOINT • • LIMITS, 1' BACK FROM (COMPACTED EXISTING ACP EDGE OF OR MATCH EXISTING (3' MIN. WIDTH) WHICHEVER IS GREATER :.:.:.:.:.:.:.:.:.:.:.:.:.:.:.. EXISTING BASE ACP TRENCH �YYY • / ISI I • I,I • _I ISI �/ RESTORATION FOR TRENCH 1.2 NOTES: 1) FOR TRENCHES LESS THAN 18" WIDE, USE 100% CDF FOR TRENCH BACKFILL. 2) FOR TRENCHES GREATER THAN 18" WIDE, ALL BACKFILL IN RIGHT-OF-WAY SHALL BE MIN. %" CSTC. JULY 2014 cr"'co PUBLIC TRENCH RESTORATION DWG. NO. C h� MMI] VVCJy WORKS 3-28 PAVEMENT RESTORATION MATCH EXISTING DEPTH SEAL JOINT LIMITS, 1' BACK FROM PCCP PAVEMENT IS TO EDGE OF TRENCH EXCEPT BE CONSTRUCTED PER EXISTING ACP IF WITH 3' OF JOINT THEN WSDOT STANDARD 5-05 USE 1" EPDXY COATED REPLACE TO JOINT 15' MIN. SMOOTH DOWEL BAR 3' MIN. WIDTH ______ .25' MIN. EXISTING BASE 1 ' 0.5' BAR NATIVE SUBBASE LENGTH PCCP TRENCH 5/8" MINUS BACKFILL RESTORATION FOR TRENCH 1.2 MATCH EXISTING ACP PAVEMENT RESTORATION COMPACTED DEPTH SEAL JOINT 1' BACK FROM WITH HMA Y2", PG 64,-22 EDGE OF TRENCH EXCEPT MATCH EXISTING DEPTH EXISTING ACP IF WITH 3' OF JOINT THEN PCCP PAVEMENT IS TO ZLIMITS, REPLACE TO JOINT BE CONSTRUCTED PER USE 1" EPDXY COATED 3' MIN. WIDTH WSDO1 STANDARD 5-05 z SMOOTH DOWEL BAR /4zy/ 15' MIN. .25' MIN. EXISTING BASE 0.5' BAR NATIVE SUBBASE LENGTH 5/8" MINUS BACKFILL ACP OVER P C C P FOR TRENCH 1.2 TRENCH RESTORATION NOTES: 1) FOR TRENCHES LESS THAN 18" WIDE, USE 100% CDF FOR TRENCH BACKFILL. 2) FOR TRENCHES GREATER THAN 18" WIDE, ALL BACKFILL IN RIGHT-OF-WAY SHALL BE MIN. %" CSTC. JULY 2014 cr"'co PUBLIC TRENCH RESTORATION DWG. NO. C h� MMI] VVCJy WORKS 3-28 CANVAS WEB OR RUBBER TREE TIE w w 2' MIN 1-1/2" x 8'-0" REBAR 0 1,_O„ TREE STAKE (2 TYP) r MIN. 4" PERF. PIPE, FILLED FINISH GRADE WITH DRAIN ROCK N WOOD CHIP MULCH SIDEWALK ROOT BARRIER --- -- -�- (TYP., BOTH SIDES) BACKFILL WITH CLEANS " NATIVE SOIL 1'-6" MIN. REMOVE BURLAP FROM NOT TO SCALE NOTES: TOP 1/3 OF ROOT BALL ADD 3" WATERING RING ---------FIRM 2X ROOT BALL IRM NATIVE SOIL PLANTING: 11 1. Dig hole 2-3 times the width of the root ball and as deep as the root ball. Do not make hole deeper than root ball. 2. Remove containers, biodegradable pots, synthetic or treated burlap, wire, twine, or ropes. Leave natural burlap in place and fold back. Loosen the roots and spread or cut circling roots. 3. Place top of root ball even with or slightly higher than soil grade on firm soil. Do not add soil amendments or gravel unless approved by Public Works Director. 4. Install 4"x 24" perforated drain pipe; fill with drain rock. Pipe shall not extend more than 1/2" above finish grade. 5. Back fill with clean native soil. Firm soil around the root ball; water slowly and thoroughly. 6. Mulch around tree with 2-4" wood—chip mulch. Do not place mulch next to trunk. ROOT BARRIER: 1. Root barrier shall be rigid High Impact Polypropylene treated with UV inhibitors, minimum 18" height, with 1/2" raised vertical ribs 6" on center, or approved equal. 2. Install root barrier in continuous 24' strip, centered on tree, next to sidewalk and curb according to manufacturer's directions. Exposed edge shall not extend more than 1/2" above finished grade. STAKING: 1. Use 2, 1-1/2" by 8'-0" rebar tree stakes. Do not drive stake through root ball. 2. Attach tree to stake with canvas web belting or rubber, using a figure -8 formation. TAGS: 1. Remove tags after inspection. JULY 2014 MY or PUBLIC STREET TREE PLANTING DWG. NO. Memo o WCW WORKS IN PLANTER STRIP 1 3-29 STREET ° SIDEWALK.. SEE ENLARGEMENT BELOW 4'x6' GRATE & FRAME TYP. SHRUB TYP STREET LIGHT CURB URBAN ACCESSORIES (T MODEL OR PER DETAIL 3-43 APPROVED EQUAL. SEE DETAIL 3-31 d , Y�//Z�, des RF -Ed a occ,o Qaa , d c� • oc�Cj ° 4 � Q ° 6 °2° BOX ° JUNCTION'2' 4' ' ° APPROX. LOCATIOhb 2' SHOWN. SEE NOTE #2. $,d , d ° SIDEWALK .°d. °. d d d 4 NOTES: 1. IRRIGATION IS REQUIRED FOR LANDSCAPING. IF INSTALLED BY A PRIVATE DEVELOPMENT, THE IRRIGATION SYSTEM SHALL BE OWNED AND MAINTAINED BY THE DEVELOPER/OWNER, AND A LICENSE AGREEMENT SHALL BE EXECUTED BETWEEN THE OWNER AND THE CITY. 2. PRIOR TO INSTALLATION OF THE STREET LIGHTING CONDUIT, THE CONTRACTOR SHALL VERIFY THE LOCATION OF THE J—BOX WITH THE ENGINEER OR INSPECTOR. REV. OCT 2014 CRY rap�� WORKS CITY CENTER STREET TREE AND DWG. NO. STREET LIGHT LAYOUT � = m m ' m m m m m m = m m m = m � m m SOUTH 320TH STREET SHRUB(TY P STREET LIGHT PER DETAIL 3-43 CURB SOUTH 320TH STREET d ' a Q ' SIDEWALK. d ° JUNCTION BOXd d d d , APPROX. LOCATION a d d SHOWN. SEE NOTE. ° 2 d 4 2a' a � d aEX''PANSION ' a ' 4 a R = $' a d R = 8' 2" IRRIGATION SLEEVE (TYP) /, NOTE: PRIOR TO INSTALLATION OF THE STREET LIGHTING CONDUIT, THE CONTRACTOR SHALL VERIFY THE LOCATION OF THE J -BOX WITH THE ENGINEER OR INSPECTOR. REV. OCT 2014 �a"op PUBLIC SOUTH 320TH STREET - STREET TREE AND DWG. NO. �% WORKS DECORATIVE STREET LIGHT LAYOUT I 3-30A QarM.nM:rd11all .ruMen dcom STREET PLANTER STRIP • VARIES SIDEWALK d. ° ° ° a a ° Q. ° ° a 3' (TYP) RIGHT OF WAY Hydrant Location Detail Outside City Center HYDRANT ZONE, ALL AROUND) OPTIONAL HYDRANT LOCATION STREET aL J LLL? SIDE ALK ° 4 3' 1 (TYP) RIGHT OF WAY Hydrant Location Detail Inside City Center PRIMARY HYDRANT LOCATION (3' CLEAR ZONE, ALL AROUND) REV. APR 2012 C"m PUBLIC DWG. NO. msm� Way WORKS FIRE HYDRANT LOCATION 3-30B m m m m m m m m m m m M m m m m m m s ROOT BARRIER ----* (TYP., ALL SIDES) BACKFILL WITH CLEAN TOPSOIL l 1'-6" MIN. REMOVE BURLAP FROM NOT TO SCALE TOP 13 OF ROOT BALL—! a __ ADD 3' WATERING RING NOTES: 4" PERF. PIPE, FILLED IRM NATIVE SOIL PLANTING: WITH DRAIN ROCK 1. Remove all compacted soil to planting depth. Do not make hole deeper than root ball. 2. Remove containers, biodegradable pots, synthetic or treated burlap, wire, twine, or ropes. Leave natural burlap in place and fold back. Loosen the roots and spread or cut circling roots. 3. Place top of root ball even with or slightly higher than soil grade on firm soil. Instal irrigation. 4. Install perforated drain pipe; fill with drain rock. Pipe shall not extend more than 1/2" above finish grade. 5. Back fill with clean topsoil. Firm soil around the root ball; water slowly and thoroughly. 6. Mulch around tree with 3" pea gravel to bottom of grate. ROOT BARRIER: 1. Root barrier shall be rigid High Impact Polypropylene treated with UV inhibitors, minimum 18" height, with 1/2" raised vertical ribs 6" on center, or approved equal. Install on all sides. STAKING: 1. Use 2, 1-1/2" by 8'-0" rebar tree stakes. Do not drive stake through root ball. 2. Attach tree to stake with canvas web belting or rubber, using a figure -8 formation. TAGS: 1. Remove tags after inspection. REV OCT 2014 �cm or PUBLIC STREET TREE PLANING FOR DWG. NO. F ° o ° � %VEY WORKS CITY CENTER TREE WELLS 1 3-31 72„ ---� TREE GRATE SEE DETAIL CAST IRON FRAME AT LEFT ALL 4 SIDES, TYP. 24" 18"� URBAN ACCESSORIES KIVA MODEL GRATE OR—/ APPROVED EQUAL 4' x 6' TREE GRATE HALF PLAN SHOWN. FOUR INSTALLATION PER PANELS REQUIRED EACH TREE. MFR'S. SPECIFICAT SEE DETAIL 3-30 PVC IRRIGATION CANVAS WEB OR LATERALMI—A RUBBER TREE TIE BUBBLEREBAR STAKE (TYPL FESTIVAL f-1-1/2" x 8'-0" REBAR TREE wOUTLET SEE DWG. STAKE (2 TYP)- SEE DETAIL OOT BARRIER, AT LEFT FOR ACTUAL LOCATIONS TYP, 4 SIDES o 3-32 2' IN 3" PEA GRAVEL, FLUSH FESTIVAL OUTLET F 4" PERF. PIPE = GRA'E WITH BOTTOM OF GRATE SEE STD. DWG. 3-32 AND RISERS BUBBLER (2 TYP.) ROOTBALL \ PLAN N SIDEWALK (GRATE NOT SHOWN FOR CLARITY) ROOT BARRIER ----* (TYP., ALL SIDES) BACKFILL WITH CLEAN TOPSOIL l 1'-6" MIN. REMOVE BURLAP FROM NOT TO SCALE TOP 13 OF ROOT BALL—! a __ ADD 3' WATERING RING NOTES: 4" PERF. PIPE, FILLED IRM NATIVE SOIL PLANTING: WITH DRAIN ROCK 1. Remove all compacted soil to planting depth. Do not make hole deeper than root ball. 2. Remove containers, biodegradable pots, synthetic or treated burlap, wire, twine, or ropes. Leave natural burlap in place and fold back. Loosen the roots and spread or cut circling roots. 3. Place top of root ball even with or slightly higher than soil grade on firm soil. Instal irrigation. 4. Install perforated drain pipe; fill with drain rock. Pipe shall not extend more than 1/2" above finish grade. 5. Back fill with clean topsoil. Firm soil around the root ball; water slowly and thoroughly. 6. Mulch around tree with 3" pea gravel to bottom of grate. ROOT BARRIER: 1. Root barrier shall be rigid High Impact Polypropylene treated with UV inhibitors, minimum 18" height, with 1/2" raised vertical ribs 6" on center, or approved equal. Install on all sides. STAKING: 1. Use 2, 1-1/2" by 8'-0" rebar tree stakes. Do not drive stake through root ball. 2. Attach tree to stake with canvas web belting or rubber, using a figure -8 formation. TAGS: 1. Remove tags after inspection. REV OCT 2014 �cm or PUBLIC STREET TREE PLANING FOR DWG. NO. F ° o ° � %VEY WORKS CITY CENTER TREE WELLS 1 3-31 REV. 20 AMP GFI PROTECTED CIRCUIT WITH DUPLEX OUTLET NEC APPROVED EXTERIOR BOX m FINISHED GRADE/TOP ❑ OF TREE GRATE IF USED MAX 6" NOTE: 3 - RIGID 18" MIN FESTIVAL OUTLETS TO BE CONDUITS ON SEPARATE CIRCUIT (1/2" DIA. MIN.) FROM STREETLIGHTS, WITH SEPARATE CIRCUIT BREAKER AND CONDUIT. 36" MIN 36" MIN TO POWER MAY BE FLEXIBLE CONDUIT BELOW 18" U BOLTS ATTACH ALL TO 1 1/2" X 1 1/2" ALUMINUM ANGLE IRON CITY ELECTRICAL INSPECTOR C'"OFPUBLIC CITY CENTER FESTIVAL OUTLET DWG. NO. a O o 1�fty WORKS 3-32 � m m m m m m s m m m m m m m m m m m FIRE HYDRANT OR UTILITY POLE LUMINAIRE — NOTES: 1. IF PLANTING STRIPS ARE APPROVED: A. TREES SHALL BE STAKED IN A MANNER NOT TO OBSTRUCT SIDEWALK TRAFFIC. 2. ON BUS ROUTES, PLANS SHALL BE COORDINATED WITH METRO SERVICE PLANNING (206.684.1622), AND/OR PIERCE TRANSIT. 3. SEE SEC. 3.5.1. 4. TREE SHALL BE LOCATED 24" FROM FACE OF CURB REV. MAR 2011 30' a ^\ < PLANTING -t STRI^\ f P16d SIDEWALK NEM TO VERTICAL CURB VERTICAL CURB LINE AT INTERSECTION C:� oC�M VVRF WORKS STREET TREE LAYOUT STANDARDS DWG. NO. 3-33 MIN. CLEAR WIDTH N.D.C.B.U. UNIT -- r N.D.C.B.U. UNIT a 3 ANCHOR BOLT PATTERN0 PER N.D.C.B.U. 6" PLANTER STRIP Y PEDESTAL TEMPLATE WIDTH VARIES m EXPANSION EXPANSION JOINT JOINT EXPANSION JOINT CURB a n CONCRETE BASE CONCRETE BASE FRONT SIDE SIDEWALK N.D.C.B.U. PLANTER STRIP 1 -6" ROADWAY PLAN TYPICAL INSTALLATION — NEW SUBDIVISION OR EXISTING ROADWAY WITH PLANTER STRIP ADD SIDEWALK TO PROVIDE MIN. 5' CLEARANCE AROUND N.D.C.B.U.--\ EX. SIDEWALK N.D.C.B.U. ROADWAY PLAN TYPICAL INSTALLATION — EXISTING SIDEWALK — NO PLANTER STRIP NOTES: 1. FOR NEW SUBDIVIISION INSTALLATIONS, THE MAILBOX LOCATION(S) SHALL BE SHOWN ON THE PLANS, AND THE LOCATION(S) SHALL BE APPROVED BY THE GOVERNING POSTMASTER. 2. FOR INSTALLATIONS IN AN EXISTING SIDEWALK, INSTALLATION OF ADDITIONAL CONCRETE SIDEWALK MAY BE REQUIRED TO PROVIDE FOR THE 5' MINIMUM CLEARANCE AROUND THE MAILBOX. 3. SEE STANDARD DETAIL DRAWING 3-3 FOR JOINT REQUIREMENTS. JULY 2014 ®evm NEIGHBORHOOD DELIVERY AND DWG. NO. PUBLo o� PUBLIC COLLECTION BOX UNIT (N.D.C.B.U.) 3-34 MAILBOX INSTALLATION NOTCH 1' CHAMFER 4 SIDES `�� RECYCLED PLASTIC I 18' X B' % 4'-0' OR TIMBERI 1/2' GALVANIZED EYE BOLT WWASHER AND NUT. RECESS 1/8' MIN. THICKNESS N AND PEEN BOLT THREADS. GALVANIZED STEEL. INTERIOR SIDE DIMENSK)NS 1/4' SOOjI MIN. TEST GALVANIZED GREATER THAN POST CHAIN ANCHORED IN CONCRETE DIMENSIONS H I I a a io N �' • '� ANCHOR WITH 6' X 3/8' is DLAM. ' t.' " • STEEL. Q <• �), - ROD_ "3" jr7 MIN. DRAIN PIPE TjMo 6T 24 REMOVABLE BOLLARD NOTES: 1. RECYCLED PLASTIC BOLLARD SHALL BE WHITE. TIMBER SHALL BE DOUGLAS FIR, DENSE CONSTRUCTION GRADE, AND SHALL BE PRESSURE TREATED WITH A WATERBORNE PRESERVATIVE (ACA, CCA, ACZA) IN ACCORDANCE WITH THE REQUIREMENTS OF SEC. 9-09.3 (4) OF THE WSDOT/APWA STANDARD SPECIFICATIONS. TOP 5" OF TIMBER SHALL BE PAINTED WHITE. 2. STEEL TUBE SHALL CONFORM TO ASTM A53 GRADE A. 3. NUTS, BOLTS, & WASHERS SHALL CONFORM TO ASTM A307. 4. ALL STEEL PARTS SHALL BE GALVANIZED. 5. CONCRETE SHALL BE CLASS 3000. 6. MIN. 50" SPACING ON TRAILS LESS THAN 10' WIDE. 60" SPACING ON TRAILS 10' OR WIDER. REV. 4/11/08 RECYCLE OR TIME 8' X 8' REMOVABLE BOLLARD PLAN FIXED BOLLARD crrcw PUBLIC DWG. NO. MSMWRY WORKS BOLLARDS 3-35 A 3 16' 1 11 11 / \ 11 11 4 5 II II m �_ 1 1111 3,81 � a"1111 1/4� SECTION OF LETTER PORTLAND CEMENT CONCRETE PAVEMENT R-5 1 458' R=4 3 y —3/8 - PIPE MONUMENT 2' GALVANIZED IRON PIPE WITH CONCRETE CORE REV. APR 2012 N R-3 1/8- R-3 1/4- R-3 /4'R-3 34' R=3 7 8' R=4' COPPER PLUG OR TACK R-5 > I a� SECTION A—A NOTES: 1. CASTINGS SHALL BE GRAY IRON ASTM A48, AASHTO M 105, CLASS 30. 2. COVER AND SEAT SHALL BE MACHINED FOR PERFECT CONTACT AROUND CIRCUMFERENCE AND FULL WIDTH OF BEARING SURFACE. A 3. APPROXIMATE WEIGHTS, STANDARD. CASE 60 LBS A A COVER 19 LBS TOTAL 79 LBS 4. PAVEMENT SHALL BE ASPHALT CONCRETE ° OR APPROVED SUBSTITUTE. 5. CONCRETE SHALL BE CLASS 4000. 6. SEE SECTION 3.8.5. 7. COVER LETTERING MAY READ MONUMENT OR MON PLAN OF MONUMENT 3'-4' COPPER PLUG OR TACK, OR BRASS DISK 2• MIN. NOTE 4 ASPHALT CONC. —1 PAVEMENTcm , �2r e• CONCRETE MONUMENT 1`2•� .;... (ALTERNATE) 1 1" •��,+ U aD 1 U f N O CRUSHED ROCK 'L N 6 SECTION B—B ESTABLISHMENT AND/OR RE—ALIGNMENT OF A ROADWAY/RIGHT—OF—WAY CENTERLINE REQUIRE THAT MONUMENTS BE SET PER SECTION 3.8.5 OF THE PUBLIC WORKS DEVELOPMENT STANDARDS. ALL NEW MONUMENTS SHALL BE DOCUMENTED WITH A RECORD OF SURVEY AND CITY OF FEDERAL WAY MONUMENT RECORD FORM (DETAIL 3-37). EXCEPTION: ROADWAY MONUMENTS THAT ARE SET/ESTABLISHED AS PART OF A RECORDED SUBDIVISION. <� �'®' PUBLIC DWG. NO. o oSMHft j WORKS ROADWAY SURVEY MONUMENT WITH CASE 3-36 � = m m i m m m = m = � m i = m m m m $250 FINE FOR DISTURBING �^ 1/6- DAM. ��, _ TS A343 �lG BM A1362 BEY MON��/ NOTE: ONLY THE ASSIGNED IDENTIFICATION NUMBERS ARE TO APPEAR ON THE BRASS DISC. flAN DETAIL OF GROOVE B 1/2 FOR 2FOR 1/4- LETTERS D D �^ O PLAN N n _1412- I DETAIL OF GROOVE FOR 3/16- LETTERS AND ONES �I .0 Li 3/16� - T A A a ti n 5/6. —(1-3/32- 3 4 B B41 I� Z—) m SECTION B -B C C�F El SECTION C -C BRASS DISC ELEVATION REV. NOV 2010 1- CHAMFER GROUND UNE 1'-0- MIN. GENERAL INSTALLATION SECTION D -D NOTES; 1. THE BRASS DISC SHALL BE CAST OF YELLOW BRASS SAE 41. 2. CONCRETE SHALL BE CLASS 4000. 3. THE HOLE SHALL BE 2.5' MIN. IN DEPTH OR 0.5' BELOW THE DEEPEST RECORDED FROST LINE. ALL LOOSE MATERIAL SHALL BE REMOVED FROM THE BOTTOM OF THE HOLE SO THAT THE CONCRETE IS ON FIRM, UNDISTURBED EARTH. 4. THE TOP OF THE CONCRETE SHALL BE TROWLED SMOOTH AND THE BRASS DISC SET IN THE CENTER WITH ITS TOP EDGE FLUSH AND LEVEL. 5. COORDINATES OR ELEVATIONS SHALL NOT BE PLACED ON THE BRASS DISCS. ESTABLISHMENT AND/OR RE -ALIGNMENT OF A ROADWAY/RIGHT-OF-WAY CENTERLINE REQUIRE THAT MONUMENTS BE SET PER SECTION 3.8.5 OF THE PUBLIC WORKS DEVELOPMENT STANDARDS. ALL NEW MONUMENTS SHALL BE DOCUMENTED WITH A RECORD OF SURVEY AND CITY OF FEDERAL WAY MONUMENT RECORD FORM (DETAIL 3-37). EXCEPTION: ROADWAY MONUMENTS THAT ARE SET/ESTABLISHED AS PART OF A RECORDED SUBDIVISION. <� art PUBLIC DWG. NO. o oSMMRF WORKS OFF -ROADWAY SURVEY MONUMENT 3-36A CITY OF FEDERAL WAY MONUMENT RECORD MONUMENT RECORD NUMBER (TO BE COMPLETED BY CITY STAFF): DATE SET: ELEVATION: DATUM (FT) (M) ESTABLISHED BY (NAME): (COMPANY): LEVEL LOOP: PRECISION OF SURVEY: ORDER: CLASS: LOCATION: SECTION TOWNSHIP NORTH RANGE EAST, W. M. LOCATION DESCRIPTION: SKETCH (INCLUDE ANY REFERENCE TIES): NOTES: PLS SEAL: JULY 2014 My op PUBLIC MONUMENT RECORD DWG. NO. o o Cmc Way WORKS 3-37 W4` CITY OF 4� Federal Way Public Works Department STREET LIGHT STANDARDS OUTSIDE CITY CENTER Street Classification Pavement Width Lamp Wattage Average Maintained Footcandle Required Uniformity Ratio Luminaire Mounting Height Light Distribution Pattern Maximum Luminaire Spacing Arterial Over 66' ** 1.0 3:1 40' M -C -III ** Arterial Over 44' ** 1.0 3:1 35' M -C -III ** Arterial <_ 44' ** 1.0 3:1 35' M -C -III ** Principal Collector <_ 44' ** 0.6 3:1 35' M -C -III ** Minor Collector 5 44' ** 0.5 4:1 30' M -C -III ** Local <_ 34' ** 0.4 6:1 30' M -C -III ** Notes: 1. Luminaires shall be LED with Correlated Color Temperature (CCT) of 4000K +/- 300K with a single photocell on pole nearest to service cabinet for all circuits. 2. Street lighting standards shall be tapered round aluminum with Davit bracket arm, with 5' radius. 3. Luminaires shall be located at least 6' behind the curb within the landscape strip. If landscape strip is less than 6', luminaires shall be located behind the sidewalk. (Refer to Standard Detail DWG. No. 3-39A). 4. Luminaire arm length shall provide for a 2' lamp overhang in front of the curb face. 5. All street lighting design plans shall be stamped by a Professional Engineer registered in Washington and approved by City staff. 6. Installation of street lights shall conform to City Standard Details and Specifications. * Use 35' mounting height for streets up to 66' wide, 40' mounting height for streets over 66' wide. ** To be designed to meet roadway conditions and design criteria. DWG. NO. 3-38 Revised FEB. 2015 4Y2" O.D. ALUM. TUBE .188" WALL ALLOY 6063—T6 SATIN GROUND FINISH MIN. 2. �8" _ rIKS 4Y2„ O.D. 2" N.P.S. RSO SLIPFITTER _I I � 1 04 M4Y2" 0. D. HAPCO 41 SERIES AND VALMONT RTA POLES MEET THIS STANDARD. 2)— 1/2" 13 N.C. ;TAINLESS STEEL "HRU—BOLTS, NUTS, AND NYLON WASHERS. cd 063—T6 ALUMINUM ALLOY SHAFT, TAPERED FROM 8" TO 4Y2", 0.219" WALL THICKNESS r) s SATIN BRUSHED FINISH c� z w J Q NOTES : 1. POLE ASSEMBLIES DESIGNED TO SUPPORT MAX. LUMINAIRE SIZE OF 1.5 SQ. FT. E.P.A. AND 60 LBS. IN A 90 MPH ISOTACH / 120 MPH GUST VELOCITY WIND. 2. 4043 FILLER WIRE USED FOR WELDING. 3. ONLY THE BASE FLANGE WELDS ARE HEAT—TREATED. 4. BASE FLANGE SHALL ACCOMODATE 1 1 " TO 12" BOLT CIRCLE. 5. (4) 1 "— 8 NC STEEL ANCHOR BOLTS ASTM 2" 11Y2" DIA. A 576, AISI GRADE 1021-1046, 50,000 BOLT CIRCLE PSI = MIN. YIELD MEAN DIA. OF ROD (;— STOCK 0.908 f .01 1 ", OUT OF ROUND t TOLERANCE : f 0.012" ROLLED OR CUT THREADS PER A307, CLASS 2A, TOP 10" 8 — #7 REBAR AND GALVANIZED PER ASTM A153, COMPLETE WITH (8) 1 " 8NC GALVANIZED STEEL HEX #4 HOOP REBAR NUTS & (8) 1 " GALVANIZED STEEL FLAT 1'-0" CENTERS WASHERS. 1 2, 6. CITY MAY ACCEPT OTHER BEND RADII AND DAVIT ARM MOUNTING ANGLES. HANDHOLE (4" X 6" NOMINAL) NON—FLUSH TYPE, COMPLETE 4 WITH REINFORCING FRAME ALLOY 356—T6, COVER AND S.S. J� HEX HD. SCREWS _k-1 lY4" 2"-13 NC S.S. BOLT W/ S.S. SPLIT WASHER AND S.S. FLAT WASHER SECTION THRU HANDHOLE 2" SCH. 40 i i PVC CONDUIT 4„4 k - CLASS 5 (1Y2) PORTLAND CEMENT CONCRETE (3000 psi ). 3'x 3' SQUARE OR 3' DIAMETER BASE. Rev. NOV 2014 PUBLIC afvw LUMINAIRE POLE DWG. NO. a o O Wff WORKS 3-39 SECTION :ROUT UI E BASE SECTION LUMINAIRE BASE AND J—BOX CONCRETE PAD ENCASEMENT DETAIL FOR 6' PLANTER STRIP FOR 4' PLANTER STRIP (STREET LIGHT IN FRONT OF SIDEWALK) (STREET LIGHT BEHIND SIDEWALK) r . .d 12MIN y y 12- MIN. y y y FULL DEPTH y y y r y EXPANSION. JOINT y y y e d +STREET LIGHT y e " POLE BASE d • d y y y y y CONCRETE PAD'.• c y y y CONCRETE PAD •FULL DEPTH FINISH PE STREET LIGHT FINISH PE aEXPANSION JOINT y y y ° DETAIL 3-3` " ' • POLE BASE Lu DETAIL 3-3 . d • e+ p y y y y y r^ V 12- IN. 0 12- MIN. C y 6a .° ..4 • Q� f� y Z +d ���`VNJ`•MI�W,`�� m 6' MIN. BOX , y -J y y Q ♦ c d. y y y J _ y y y ry-� • ', LLJ , d GQ •4 ' .. ••. '� ,^ �` `\y /yam y APRIL 2013 op PUBLIC STREET LIGHT POLE BASE PLACEMENT DWG. NO.9 �' o D WORKS AND CONCRETE PAD AROUND 3-3A J -BOXES AND POLE BASES uj Ir 0 (L 2zmI N U Z O U. zw mUpp I j� PLAN I U PLAN mmm 0,---3- UNLESS SPECIFIED, BASE 3) E a al FOUNDATION CAN BE EITHER < z 3 3' DIAMETER OR 3' SQUARE �I �_ Z '�I CONCRETE PAD NOT SHOWN FOR Wl K W) CLARITY. SEE DETAILS, BELOW o <UC o a (7 wl WI "I 0 Amy.,` o o ml Erl w - U l J N I TOP OF PAD TO BE a I F__ FLUSH WITH SIDEWALKS SECTION :ROUT UI E BASE SECTION LUMINAIRE BASE AND J—BOX CONCRETE PAD ENCASEMENT DETAIL FOR 6' PLANTER STRIP FOR 4' PLANTER STRIP (STREET LIGHT IN FRONT OF SIDEWALK) (STREET LIGHT BEHIND SIDEWALK) r . .d 12MIN y y 12- MIN. y y y FULL DEPTH y y y r y EXPANSION. JOINT y y y e d +STREET LIGHT y e " POLE BASE d • d y y y y y CONCRETE PAD'.• c y y y CONCRETE PAD •FULL DEPTH FINISH PE STREET LIGHT FINISH PE aEXPANSION JOINT y y y ° DETAIL 3-3` " ' • POLE BASE Lu DETAIL 3-3 . d • e+ p y y y y y r^ V 12- IN. 0 12- MIN. C y 6a .° ..4 • Q� f� y Z +d ���`VNJ`•MI�W,`�� m 6' MIN. BOX , y -J y y Q ♦ c d. y y y J _ y y y ry-� • ', LLJ , d GQ •4 ' .. ••. '� ,^ �` `\y /yam y APRIL 2013 op PUBLIC STREET LIGHT POLE BASE PLACEMENT DWG. NO.9 �' o D WORKS AND CONCRETE PAD AROUND 3-3A J -BOXES AND POLE BASES FEB 2011 ®'"w PUBLIC LUMINAIRE POLE NUMBERING DWG. NO. o 00���u WORKs 3-39B XXXX = SERVICE CABINET LOCATION x NUMBER BASED UPON A CITY DEFINED COORDINATE SYSTEM X X YY = THE SERVICE NUMBER, WITH MOST LOCATIONS ONLY HAVING ONE X SERVICE CABINET, THUS NUMBER 1 ' AAZZ = CIRCUIT DESIGNATION NUMBER: y EXAMPLE IS STREET LIGHT CIRCUIT 10 = SL10 Y BB = POLE NUMBER WITHIN CIRCUIT A LEADING ZEROS SHALL BE OMITTED A Z ALL NUMBERS/LETTERS SHALL BE TWO (2) INCHES HIGH WITH TWO (2) INCH Z VERTICAL SPACING ' ALL NUMBERS/LETTERS SHALL BE B PAINTED BLACK ON THE POLE FACE NEAREST THE STREET. PAINT SHALL BE B 2' BLACK ALKYD GLOSS CONFORMING TO FEDERAL SPECIFICATION TT—E-489. 6" � I/Tl\. FEB 2011 ®'"w PUBLIC LUMINAIRE POLE NUMBERING DWG. NO. o 00���u WORKs 3-39B m m m m m m m m m m m m m m m r m m m HAND HOLE JUNCTION BOX SHALL BE SET NEAR OR ADJACENT TO POLE BASE. BOTTOM OF BOX MUST BE ABLE TO DRAIN. CURB & GUTTER JUNCTION BOX SHALL CONFORM TO WSDOT STD. PLAN J-40.10 (TYPE 1 OR 2) WITH GALVANIZED LID (SEE NOTE, BELOW). J -BOX IN SIDEWALK SHALL HAVE SLIP - RESISTANT COATING PER SECTION 3.6.2 OF THE PUBLIC WORKS DEVELOPMENT STANDARDS "ILSCO" TYPE ULT COPPER— CRIMP OR APPROVED EQUAL 3M EPDXY SPLICE KIT LUMINAIRE POLE. REFER TO DWG. 3-39A FOR PLACEMENT CONCRETE PAD PER DWG. 3-39A Lli ry a z OO J HAND HOLE ON SIDE OPPOSITE ROME POLE AND BRACKET APPROACHING TRAFFIC CABLE. TWO CONDUCTOR AWG #8 STRANDED COPPER WIRE, 45 MIL PVC INSULATION, GROUND LUGS 95 MIL HMW POLYETHYLENE BELT OR APPROVED EQUAL. STREET LIGHT OR SIGNAL POLES, -- GROUND TO MATCH GAUGE OF CONDUCTORS _'---------- SEC MODEL 1791 -SF FUSE -FNM -5 OR APPROVED EQUAL (2 EACH) -� 1Y2' TY P. 2" SCHEDULE 40 PVC CONDUIT TO STREET LIGHT GROUND TO MATCH A GAUGE OF CONDUCTORS QA = BELL END PVC BUSHING �-- 2" SCH. 40 PVC CONDUIT —j Z_TO STREET LIGHT (SCH. 80 UNDER STREET AND DRIVEWAY) NOTES: 1) J -BOX LID TO BE WELDED SHUT AFTER FINAL INSPECTION W/2 1" LONG WELDS AT OPPOSITE CORNERS. 2) EXCEPT AS NOTED, ALL WIRING METHODS SHALL CONFORM TO THE NATIONAL ELECTRICAL CODE (NEC) AND APPLICABLE SECTIONS OF THE WSDOT STANDARD SPECIFICATIONS REV. APR 2015 �arvar l dSMM y WORKS UNIFORM LUMINAIRE WIRING DETAIL DWG. NO. 3-40 JUNCTION BO TO WSDOT S- TYPE 1 OR GALVANIZED l J -BOX TO AE J -BOXES IN HAVE SLIP -R PER SECTION WORKS DEVEI (A� = BELL EI I I I .Cr7R\/I(`p- TOA AIf CnO\ACO NOTES: 1) J -BOX LID TO BE WELDED SHUT AFTER FINAL INSPECTION W/2 1" LONG WELDS AT OPPOSITE CORNERS. 2) EXCEPT AS NOTED, ALL WIRING METHODS SHALL CONFORM TO THE NATIONAL ELECTRICAL CODE (NEC) AND APPLICABLE SECTIONS OF THE WSDOT STANDARD SPECIFICATIONS REV. ppp 2015 C`<\ F o 0 nW WORKS ILLUMINATION SYSTEM SERVICE DETAIL �3-41� CITY OF Federal Way Public Works Department vl::A STREET LIGHT STANDARDS WITHIN CITY CENTER Street Classification Pavement Width Lamp Wattage Average Maintained Footcandle Required Uniformity Ratio Luminaire Mounting Height Light Distribution Pattern Maximum Luminaire Spacing (A) Arterial (Basic) Over 66' * 1.0 3:1 40' M -C -III (Decorative) * 18' RR3 CN1 75' Arterial 66' * 1.0 3:1 18' RR3 CN1 75' Collector <_ 44' * 1.0 3:1 18' RR3 CN 1 75' Notes: 1. Basic Arterial luminaires shall be LED with Correlated Color Temperature (CCT) of 4000K +/- 300K and a single photocell on pole nearest to service cabinet for all circuits. All other luminaires shall be Lumec CAN D1-PCC-RR3-240-CN1-1A (or approved equal) with Sylvania OSRAM D6 Area Light LED Retrofit Kit or approved equal. 2. Basic Arterial street lighting standards shall be tapered round aluminum with Davit bracket arm, with 5' radius. All other standards shall be Lumec SM6N-19-FS(2)-PH7-DR-GN8-TX-LMS12511A or approved equal. 3. Basic Arterial luminaires shall be located at least 6' behind the curb within the landscape strip. If less than 6' landscape strip, luminaires shall be located behind the sidewalk. (Refer to Standard Detail DWG. No. 3-39A). Decorative luminaires shall be located 2' behind the curb. 4. Basic luminaire arm length shall provide for a 2' lamp overhang in front of the curb face. 5. All street lighting design plans shall be stamped by a Professional Engineer registered in Washington and approved by City staff. 6. Installation of street lights shall conform to City Standard Details and Specifications. To be designed to meet roadway conditions and design criteria. DWG. NO. 3-42 Revised FEB. 2015 NEMA 5-15 GROUND FAULT CIRCUIT INTERRUPTING RECEPTACLE WITH WATERPROOF COVER SUITABLE FOR UNATTENDED USE. (FESTOON OUTLET) SIDEWALK SIDE, AS CLOSE TO TOP OF POLE AS POSSIBLE. BASE DETAILS BOLT PROJECTION I �X X = 3"(76mm). Comes with 4 anchor bolts, 8 nuts and 8 washers. - NOT TO SCALE - ANCHOR PLATE 5 1/2"0 FREE OPENING 140mm0 • B.C.: 10 1/2"0 _ 267mm0 • THICKNESS: 3/4' O 19mm NOTE: \619� •This anchor plate accepts a bolt circle from 8 3/4"0 0 11 1/8"0 13"0 222mmO 0 283mmO - NOT 10 eco - 330mm0 LUMINAIRE: CAND1—PCC—RACE 3D-240—CN1-1A STANDARD: SM6N-19—FS(2)—PH7—DR—GN8—TX—LMS12511A CAST -IN-PLACE CONCRETE BASE DETAIL BOLT CIRCLE. SEE DETAIL, ABOVE. \�-� / 5 - #5 VERT. REBAR AND 3 - #4 HOOPS ® 9" O.C. a `I I I I I I b I } --'- --�-i 36" I y I I I. 2" CONDUIT,__-,-' PER PLAN I e I I r L24"0--- J 0 I 1BANNER ARM 1 za'm 7'-0" PLANT SUPPORT PSS 16 (120#) HOLD DOWN & LEVELING NUTS i.Y XX/.Y 2" CONDUIT PER PLAN LUMEC "CAND 1" LUMINAIRE OR APPROVED EQUAL & SYLVANIA OSRAM D6 LED KIT OR APPROVED EQUAL 24.o LUMEC POLE FOR -18' FIXTURE MOUNTING HEIGHT OF POLE 2' -0- FROM FACE OF CURB ANCHORING BOLTS STEEL, 3/4"x 27" (SUPPLIED BY LUMEC INC OR APPROVED EQUAL) _LUMEC #SM6 POLE BASE _HANDHOLE FOR ACCESS TO TRAY -MOUNTED BALLASTS PROVIDE BOLT COVERS. GROUT AFTER ADJUSTING AND SECURING POLE IN GRADES VERTICAL POSITION. #8 GROUND CONDUCTOR TO BONDING LUG IN LIGHT STANDARD EXOTHERMIC WELD � -GROUND ROD CAST -IN-PLACE OR PRE -CAST CONCRETE BASE NOTES: 1) PRE -CAST BASE SHALL BE UTILITY VAULT MODEL 4 -LB OR APPROVED EQUAL. 2) CHOICE OF CONCRETE BASE STYLE SHALL BE AT CONTRACTOR'S DISCRETION WITH CITY APPROVAL. 3) REFER TO DETAIL 3-30 FOR LOCATION. Rev. APR 2015 ��op PUBLIC CITY CENTER DECORATIVE DWG. NO. MMWEE WORKS LUMINAIRE STANDARD AND BASE 3-43 POSTED SPEED (MPH) S1(FT) S2(FT) 25 -- 105 30 -- 140 35 -- 185 40 115 230 45 155 285 50 195 340 *ADVANCE LOOPS ARE NOT REQUIRED FOR TURNING LANES & MINOR THROUGH LANES 3A 3 i9 Z I 313 SERIES CONNECTED LOOP 1-2 COUNT DETECTOR LOOP 3 (DRAWING NOT TO SCALE) NOTES: 1. USE XYZ LOOP NUMBERING SCHEMATIC, WHERE: X IS THE PHASE # Y IS LANE # FROM INSIDE Z IS LOOP # FROM STOPBAR 2. USE 3'X 25' LOOP FOR BIKE LANES 3. PHASE 2 IS ALWAYS a NORTHBOUND THRU DIRECTION O EL 4. ALL LOOPS SHALL BE CIRCULAR w O ~_ Q OJ w w U z � Q w > H r) z Q O O H 1-- STOP LINE REV MAR 2011 ®°°cr PUBLIC SIGNALLOOP SCHEMATIC DWG. NO. Fa&m� Way WORKS 3-44 Q o w J Of O SERIES CONNECTED LOOP 1-2 COUNT DETECTOR LOOP 3 (DRAWING NOT TO SCALE) NOTES: 1. USE XYZ LOOP NUMBERING SCHEMATIC, WHERE: X IS THE PHASE # Y IS LANE # FROM INSIDE Z IS LOOP # FROM STOPBAR 2. USE 3'X 25' LOOP FOR BIKE LANES 3. PHASE 2 IS ALWAYS a NORTHBOUND THRU DIRECTION O EL 4. ALL LOOPS SHALL BE CIRCULAR w O ~_ Q OJ w w U z � Q w > H r) z Q O O H 1-- STOP LINE REV MAR 2011 ®°°cr PUBLIC SIGNALLOOP SCHEMATIC DWG. NO. Fa&m� Way WORKS 3-44 UL IMED PER STANDARD #503 30PLHE FOR D66 IS SZU= IIITIMAN E EQUUWM IMETS EUSERC/PSE SPEC. COMPONENT SCHEDULE 0 METERBASE: 100 AMP, 4 JAW, AW /114TH, SAFETY SOCKET TYPE, 5TH JAW AT 9:00 POSITION (CONTRACTOR TO VERIFY WITH SERVING UTILITY) OPANELBOARD: 120/240 VAC, 100 AMP, 1 PHASE, 3 WIRE, COPPER BUS WESTINGHOUSE BAB BOLT -ON BREAKERS: 1-100/2 MAIN 3-15/2 ILLUMINATION BRANCH 1-50/1 SIGNAL BRANCH 1-20/1 GROUND FAULT RECEPTACLE BRANCH 1-15/1 CONTROL CKT BRANCH 0 CONTACTOR: LIGHTING RATED, 2 POLE, 120 VAC COIL, 3 -REQUIRED ® TERMINAL BLOCK TO REMOTE CELL 50 PHOTO -CELL BYPASS SWITCH, SPST, 15 AMP, 277 VAC 0 GROUND FAULT RECEPTACLE, 120 VAC, DUPLEX, 20A CABINET: NEMA 3R, PADMOUNT, 1/8TH INCH ALUMINUM CONSTRUCTION, TYPE 5052-H32 2 SCREENED AND GASKETED VENTS DOORS: HEAVY DUTY CONCEALED HINGES (UFT -OFF TYPE) STAINLESS STEEL VAULT HANDLES, PADLOCKABLE METER DOOR BEST CX LOCK ON DISTRIBUTION DOOR POUSHED WIRE GLASS WINDOW IN METER DOOR CLOSED CELL NEOPRENE GASKET, CARD HOLDER FINISH: BARE ALUMINUM (MILL FINISH) OUTSIDE, WHITE INSIDE 120/240 VAC 1' 3W METER L11.J PHOTO TO BASE CELL MAIN 5 16'—I� 1 6' ii O 24' i� %4 H I 11 I 1 L o ii I I 6" T INSTALL ONE SPARE 2' CONDUIT AND CAP; OTHERS AS REQUIRED. #4 BAR EACH CORNER LOCATE CONDUITS CENTRALLY IN FOUNDATION 2" UNDERGROUND SERVICE ENTRANCE CONDUIT TO BE LOCATED IN CORNER (WITHIN 4• X 4" SPACE) TEST •I SNITCH — ____Z --SEE DETAIL 3-41 FOR GROUNDING REQUIREMENTS WIRING DIAGRAM SERVICE CABINET FOUNDATION NOTES 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS OTHERWISE NOTED ON THE PLANS. 2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT MOUNT TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE TOP AND SIDEWALK ABUT. 3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET MANUFACTURER'S SPEC'S TO ASSURE PROPER FIT OF CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW. 4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE AASHTO GRADE A307 HOT -DIPPED GALVANIZED 1/2' x 8' x 2'. 5. PLACE SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE CABINET. OTHER NOTES ORIENT FACE OF CABINET DOORS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT. WHEN SIGNAL CABINET, SERVICE CABINET AND/OR UPS/BBS AUXILIARY CABINET ARE INSTALLED NEXT TO EACH OTHER, SEE DEVELOPMENT STANDARD DRAWING NUMBER 3-45C. Bev FEB 2015 ail op PUBLIC STREET LIGHT SERVICE CABINET DWG. NO. o e 0 0 0 Oyu WORKS 3-45 TOP OF CABINET ALL CONDUIT TO CLEAR TOWER CENTER BRACE OF CABINET BY 1/2' MIN. SEE NOTE 5 80' MAX ANCHOR BOLTS k DATA FOR SPACING TO BE SUPPLIED BY CABINET MANUFACTURER SHIM TO PLUMB #4 HOOPS II IC___ ____ -•J4-II�I" t 20' II BAR EACH CORNER ---jl4 Ixl-- -___ N I I nl ---- 11 1 1-7-0 0 -- - z F F ii ii � W N 6' U U 3/8' DIAMETER PLASTIC DRAIN HOLE DACE' nlTAII 5 16'—I� 1 6' ii O 24' i� %4 H I 11 I 1 L o ii I I 6" T INSTALL ONE SPARE 2' CONDUIT AND CAP; OTHERS AS REQUIRED. #4 BAR EACH CORNER LOCATE CONDUITS CENTRALLY IN FOUNDATION 2" UNDERGROUND SERVICE ENTRANCE CONDUIT TO BE LOCATED IN CORNER (WITHIN 4• X 4" SPACE) TEST •I SNITCH — ____Z --SEE DETAIL 3-41 FOR GROUNDING REQUIREMENTS WIRING DIAGRAM SERVICE CABINET FOUNDATION NOTES 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS OTHERWISE NOTED ON THE PLANS. 2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT MOUNT TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE TOP AND SIDEWALK ABUT. 3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET MANUFACTURER'S SPEC'S TO ASSURE PROPER FIT OF CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW. 4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE AASHTO GRADE A307 HOT -DIPPED GALVANIZED 1/2' x 8' x 2'. 5. PLACE SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE CABINET. OTHER NOTES ORIENT FACE OF CABINET DOORS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT. WHEN SIGNAL CABINET, SERVICE CABINET AND/OR UPS/BBS AUXILIARY CABINET ARE INSTALLED NEXT TO EACH OTHER, SEE DEVELOPMENT STANDARD DRAWING NUMBER 3-45C. Bev FEB 2015 ail op PUBLIC STREET LIGHT SERVICE CABINET DWG. NO. o e 0 0 0 Oyu WORKS 3-45 72" F 20" TO 26" #4 HOC L� t.+ MAIN 1-10.75'1 to = o UPS/BBS 3 CABINET CABINET LLo a Y� Avipms. SE AX SEI ®® SI fl i ii I I ryLu AN 00—UPS II I �jl- -f 1111 Y SP RECEPTACLE O CYLINDER LOCK p 46' JOBAERI PAI KS 11 11 11 1 8.5' jpER KS 8.5' FAN 20' FRONT VIEW RIGHT SIDE UPS/BBS MAIN CABINET DETAIL 72" F 20" TO 26" #4 HOC L� t.+ MAIN AUXILIARY to = UPS/BBS UPS/BBS 3 CABINET CABINET LLo a Y� SE AX SEI SI fl i ii I I ryLu AN II I �jl- -f 1111 Y SP 1-10.75' FRONT VIEW RIGHT SIDE UPS/BBS AUXILIARY CABINET DETAIL UPSZBBS UNITS SHALL BE TESCO MODEL 22 OR APPROVED EQUAL. SHALL BE TESCO MODEL 22 OR APPROVED EQUAL. ALL CONDUIT TO CLEAR _TOWER CENTER BRACE OF CABINET BY 1/2" MIN. NOTE 6 NOTE 5 M TO PLUMB HOR BOLTS & DATA FOR CING TO BE SUPPLIED CABINET MANUFACTURER �-14 BAR EACH CORNER 1" to 2" ii SEE NOTE 2. u 2" DIAMETER CONDUIT PROVIDING PATHWAYS BETWEEN UPS/BBS CABINETS. CONDUIT BENDS PER NEC. 3/8" DIAMETER PLASTIC DRAIN HOLE RACF nFTa CIIIl►7 L� 9", 18" 19"r 6"INSTALL ONE SPARE 2" CONDUIT AND CAP - 4 -II-- -----a - OTHERS AS REQUIRED. II 20" �- CI-- --D i 14 HOOPS L I a- -- CO R EACH '.-I I- ---d _ CORNER 6" T_ LOCATE CONDUITS PER CABINET MANUFACTURERS RECOMMENDATION 46' CABINET FOUNDATION NOTES 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS OTHERWISE NOTED ON THE PLANS. 2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT MOUNT TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE TOP AND SIDEWALK ABUT. 3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER FIT OF CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW. 4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE AASHTO GRADE A307 HOT—DIPPED GALVANIZED 1/2" x 8" x 2". 5. PLACE A SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE BOTTOM OF THE CABINET. 6. PLACE A SILICONE SEAL BETWEEN THE MAIN CABINET AND THE AUXILIARY CABINET. OTHER NOTES ORIENT FACE OF CABINET DOORS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT. PROVIDE 3 -FOOT (MINIMUM) CLEARANCE ON ALL SIDES OF CABINET. WHEN SIGNAL CABINET, SERVICE CABINET AND/OR UPS/BBS AUXILIARY CABINET ARE INSTALLED NEXT TO EACH OTHER, SEE DEVELOPMENT STANDARD DRAWING NUMBER 3-45C. JUNE 2012 ERUPTABLE POWER C%'\\ arQ f PUBLIC WORKS I UNINBA(UPS/BBS) ABIS S EM PLY I 3-45A I FRONT VIEW SIGNAL CABINET SIDE VIEW 26'--1 6"I- O Q 5`. INSTALL ONE SPARE ALL SIDES OF THE CABINET. 44.25' ABIN CET FRONT VIEW SIGNAL CABINET SIDE VIEW 3/8" DIAMETER PLASTIC DRAIN HOLE BASE DETAIL NTS OTHER NOTES ORIENT FACE OF CABINET DOORS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT 26'--1 6"I- SNE L-I6"I- 6" INSTALL ONE SPARE ALL SIDES OF THE CABINET. ABIN CET 2" CONDUIT AND CAP; OTHERS AS REQUIRED. WHEN SIGNAL CABINET, SERVICE CABINET AND/OR SIGNAL CABINET FOUNDATION NOTES UPS/BBS AUXILIARY CABINET ARE INSTALLED NEXT TO EACH OTHER, SEE DEVELOPMENT STANDARD ALL CONDUIT TO CLEAR 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE PER WSDOT DRAWING NUMBER 3-45C. 44.25' :- #q HOOPS TOWER CENTER BRACE OF CABINET BY 1/2" MIN. SPECS, UNLESS OTHERWISE NOTED ON THE PLANS. 14 BAR EACH L CORNER 66' 2 WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT PAD I BASE TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE 72" AX SEE NOTE 5 TOP AND SIDEWALK ABUT. SHIM TO PLUMB 3. PAD MOUNT DESIGN IS TYPICAL CONTRACTOR SHALL USE CABINET MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER FIT OF ii n ANCHOR BOLTS & DATA FOR CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. iii i dui q� SPACING TO BE SUPPUED CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN BY CABINET MANUFACTURER WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW. 14 HOOPS liil'i �iy �r� /4 BAR EACHCORNER 4. CABINET SHALL BE ATTACHED WITH AASHiO M164 CHEMICALLY BONDED ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE AASHTO GRADE A307 HOT—DIPPED GALVANIZED 1/2" x 8" x 2". 2" SEE NOTE 2. E 5. PLACE A SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE BOTTOM OF THE CABINET. 3/8" DIAMETER PLASTIC DRAIN HOLE BASE DETAIL NTS OTHER NOTES ORIENT FACE OF CABINET DOORS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT DUETS PER CABINET MANUFACTURERS RECOMMENDATION JUNE 2012 �/OF PUBLIC TRAFFIC SIGNAL CABINET DWG. NO. Fa&rao 'ANY WORKS AND FOUNDATION I 3-456 26'--1 6"I- PROVIDE 3 -FOOT MINIMUM CLEARANCE AROUND L-I6"I- 6" INSTALL ONE SPARE ALL SIDES OF THE CABINET. -- F -------a -- 2" CONDUIT AND CAP; OTHERS AS REQUIRED. WHEN SIGNAL CABINET, SERVICE CABINET AND/OR UPS/BBS AUXILIARY CABINET ARE INSTALLED NEXT TO EACH OTHER, SEE DEVELOPMENT STANDARD I DRAWING NUMBER 3-45C. 44.25' :- #q HOOPS i i 14 BAR EACH L CORNER 66' I DUETS PER CABINET MANUFACTURERS RECOMMENDATION JUNE 2012 �/OF PUBLIC TRAFFIC SIGNAL CABINET DWG. NO. Fa&rao 'ANY WORKS AND FOUNDATION I 3-456 6" (TYP) 6" (TYP 6" (TYP UPS/BBS CABINET SEE DEVELOPMENT STANDARDS DRAWING 3-45A TRAFFIC SIGNAL CABINET SEE DEVELOPMENT STANDARDS DRAWING 3-456 SERVICE CABINET SEE DEVELOPMENT STANDARDS DRAWING 3-45 CABINET FOUNDATION PLAN NTS CABINET FOUNDATION NOTES 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE PER WSDOT SPEC'S UNLESS OTHERWISE NOTED ON THE PLANS. 2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT PAD TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE TOP AND SIDEWALK ABUT. 3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER FIT OF CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW. 4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE AASHTO GRADE A307 HOT -DIPPED GALVANIZED 1/2" x 8" x 2". 5. PLACE A SILICONE SEAL BETWEEN THE FOUNDATION AND THE CABINET BASES. OTHER NOTES ORIENT FACE OF CABINET DOORS AS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT. PROVIDE 3 -FOOT (MINIMUM) CLEARANCE ON ALL SIDES OF CABINETS (EXCEPT BETWEEN CABINETS, AS SHOWN). JUNE 2012 �am op PUBLIC COMBINED SERVICE, SIGNAL DWG. NO. Faftmo Wray WORKS AND UPS/BBS FOUNDATION I 3-45C 5'(MIN) 55'(MIN 1 20 (MIN) - - - - - - L I 32' MIN RADIUS(TYP) I �20'(MIN� I I I 55'( IN) 32' :MllIN 4-20'(MIN RADIUSTYP) I I 20'(MIN) - - - - L 55'(MIN I I I NOTES: 1. THESE DRAWINGS ILLUSTRATE TYPICAL APPROVED FIRE APPARATUS ACCESS TURNAROUNDS. THE SIDE ACCESS DESIGN MAY BE RIGHT OR LEFT. (LEFT DIRECTION SHOWN) 2. ALL DIMENSIONS ARE MINIMUM REQUIREMENTS. 3. OTHER SHAPED ACCESS TURNAROUNDS ARE AN ACCEPTABLE ALTERNATIVE TO THOSE SHOWN PROVIDED THE DESIGN MEETS THE MINIMUM DIMENSION REQUIREMENTS SHOWN ABOVE. 4. ALTERNATIVE DESIGNS BY APPROVAL OF THE FIRE MARSHAL. 5. MINIMUM ROAD WIDTH SHOWN DOES NOT INCLUDE ANY SHOULDER DIMENSIONS OR CURB DIMENSIONS IF REQUIRED. REV. 2/14/07 m"w PUBLIC ALTERNATIVE FIRE APPARATUS DWG. NO. ° MJ WBF WORKS ACCESS TURNAROUND 1 3-46 4 PROJECT VIEW NORTH OR EAST Ct I I I I I I I I I I I I I I I I I I I I I I I I i I I I I I� I� I� I I I I � I I i I I I r• I S I I Sidewalk OSidewalk 010O O I I j I I 0 I 101 VARIES EASEMENT EASEMENT RIGHT OF WAY NOTES: 1. SEE APPROPRIATE ROADWAY CROSS—SECTION FOR DIMENSIONS. JULY 2014 auv C`<\ odW" WORKS Fo STANDARD UTILITIES LOCATION SCHEMATIC DWG.WORKS `CITY OF Federal Way Public Works Department DESIGNATED STREET TREE LIST FOR ANY STREET THAT DOES NOT APPEAR ON THE LIST BELOW, USE ONE OF THE FOLLOWING TREES: In Six -Foot Wide Planter Strip (Street Sections A, C, E, G, I, K, M, O) Acer rubrum'Red Sunset', 'October Glory', or'Autumn Blaze' (Red Maple) Acer saccharum 'Green Mountain' Carpinus betulus (European Hornbeam) Fraxinus americana 'Rosehill' Fraxinus oxycarpa 'Raywood' Fraxinus pennsylvanical lanceolata 'Marshall', 'Patmore', Summit', or'Urbanite' Malus floribunda 'Dolga' (Japanese Flowering Crab) Tilia tomentosa (Silver Linden) In Four -Foot Wide Planter Strip (Street Sections R, S, U, W) Acer buergeranum (Trident Maple) Acer campestre (Hedge Maple) Acer griseum (Paperbark Maple) Carpinus japonica (Japanese Hornbeam) Magnolia kobus (Kobus Magnolia) Magnolia loebneri (Magnolia) Malus'Adams' or'Robinson' (Flowering Crabapple) Pyrus calleryana var. 'Capital' or'Redspire' (Flowering Pear) CITY CENTER STREETS: In the City Center, the following street trees must be used: City Center North-South Streets 101h Avenue S Malus'Adams' or'Robinson' 11th Place S Pyrus calleryana var. 'Capital' or'Redspire' (Flowering Pear) 13th Avenue S Pyrus calleryana var. 'Capital' or'Redspire' (Flowering Pear) 18th Avenue S Malus'Adams' or'Robinson' (Flowering Crabapple) 201h Avenue S Pyrus calleryana var. 'Capital' or'Redspire' (Flowering Pear) 22nd Avenue S Malus'Adams' or'Robinson' (Flowering Crabapple) 23rd Avenue S Pyrus calleryana var. 'Capital' or'Redspire' (Flowering Pear) 28th Avenue S Pyrus calleryana var. 'Capital' or'Redspire' (Flowering Pear) Pacific Highway Acer rubrum'Red Sunset' (Red Maple) City Center East-West Streets S312 th Street Acer rubrum 'Red Sunset' (Red Maple) S314 th Street Malus'Adams' or'Robinson' (Flowering Crab) S316 1h Street Pyrus calleryana var. 'Capital' or'Redspire' (Flowering Pear) S317 th Street Mal us'Adams' or'Robinson' (Flowering Crab) S 320th Street Acer rubrum 'Red Sunset' (Red Maple) S322 nd Street Malus'Adams' or'Robinson' (Flowering Crab) S324 th Street Pyrus calleryana var. 'Capital' or'Redspire' (Flowering Pear) 1 1 f' r] Page 1 of 3 Standard Detail No. 3-48 1 In City Center Streetlight Planters, Add one of the following groundcovers: Otto Luyken Laurel, Heather, English Ivy, Red Japanese Barberry ' STREETS OUTSIDE THE CITY CENTER Outside the City Center, only the street trees specified are to be used on the streets listed below. One species or a combination of species may be used. If a street does not appear on ' this list, please refer to the beginning of this appendix and select a tree species based on planter width. Dash Point Road ' Acer rubrum 'Red Sunset', 'October Glory', or'Autumn Blaze' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa 'Raywood' (Rosehill or Raywood Ash) Under Power Lines ' Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) Enchanted Parkway Acer rubrum 'Red Sunset', 'October Glory', or'Autumn Blaze' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa'Raywood' (Rosehill or Raywood Ash) Under Power Lines: Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) ' Hoyt Road Acer saccharum 'Green Mountain'(Sugar Maple) Fraxinus pennsylvanical lanceolata 'Marshall', Tatmore', Summit', or'Urbanite' (Green Ash) Tilia tomentosa (Silver Linden) Under Power Lines: Magnolia kobus (Kobus Magnolia) or Acer buergeranum (Trident Maple) Military Road Acer saccharum 'Green Mountain'(Sugar Maple) Fraxinus pennsylvanical lanceolata 'Marshall', 'Patmore', Summit', or'Urbanite' (Green Ash) ' Tilia tomentosa (Silver Linden) Under Power Lines: Magnolia kobus (Kobus Magnolia) or Acer buergeranum (Trident Maple) 1 Pacific Highway Acer rubrum 'Red Sunset', 'October Glory', or'Autumn Blaze' (Red Maple) ' Fraxinus americana 'Rosehill' or Fraxinus oxycarpa 'Raywood' (Rosehill or Raywood Ash) Under Power Lines: Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) ' First Way Acer saccharum 'Green Mountain'(Sugar Maple) Fraxinus pennsylvanical lanceolata 'Marshall', 'Patmore', Summit', or'Urbanite' (Green Ash) ' Tilia tomentosa (Silver Linden) Under Power Lines: Magnolia kobus (Kobus Magnolia) or Acer buergeranum (Trident Maple) r 16th Avenue S (Cross -Section C & E only) Acer rubrum'Red Sunset', 'October Glory', or'Autumn Blaze' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa 'Raywood' (Rosehill or Raywood Ash) Under Power Lines: Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) Page 2of3 Standard Detail No. 3-48 21St Avenue SW Acer saccharum 'Green Mountain'(Sugar Maple) Fraxinus pennsylvanical lanceolata'Marshall','Patmore', Summit', or'Urbanite' (Green Ash) Tilia tomentosa (Silver Linden) Under Power lines: Magnolia kobus (Kobus Magnolia) or Acer buergeranum (Trident Maple) S/SW 312th Street Acer rubrum 'Red Sunset' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa 'Raywood' (Rosehill or Raywood Ash) Under Power Lines: Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) S/SW 320th Street Acer rubrum 'Red Sunset' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa'Raywood' (Rosehill or Raywood Ash) Under power lines: Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) SW 336th Street / Campus Drive Acer rubrum 'Red Sunset' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa'Raywood' (Rosehill or Raywood Ash) Under Power Lines: Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) S 348"' Street Acer rubrum 'Red Sunset' (Red Maple) Fraxinus americana 'Rosehill' or Fraxinus oxycarpa'Raywood' (Rosehill or Raywood Ash) Under Power Lines. - Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam) S/SW 356th Street Acer saccharum 'Green Mountain'(Sugar Maple) Fraxinus pennsylvanical lanceolata 'Marshall', 'Patmore', Summit', or'Urbanite' (Green Ash) Tilia tomentosa (Silver Linden) Under Power Lines: Magnolia kobus (Kobus Magnolia) or Acer buergeranum (Trident Maple) Revised April, 2011 Page 3 of 3 Standard Detail No. 3-48 J 11 36" .156 Hole 2' 320 St 7 3 8 Hole 7/8 D3 -1A 906 Copy — 6 Inch Highway Gothic Series B Silver Legend on a Green Background 36" " SWC .156 Hole 2" 18" 16 3/8* Hole Drive 7 2-7 8� 12" D3-3 1806 Copy — Two Lines 6 Inch Highway Gothic Series B Silver Legend on a Green Background 36" •156 Hole 14 Ave SW10.1 2" 3/8' Hole Private RoadLt76-7 6' D3-3PVT 1206 Copy — Line 1 — 6 Inch Highway Gothic Series B Line 2 — 3 Inch Highway Gothic Series B Silver Legend on a Green Background MATERIALS Aluminum: 1. Alloy — Made from 6061—T6 aluminum alloy chemically conversion coated in accordance with ASTM Designation B449-67 Class 2 (alodine). 2. Size — 9—inches by 36—inches outside minimum dimension. Lengths of 12 by 36 inches may be used for named streets. Thickness shall be .100 inch. 3. Holes — Four (4) 0.156 inch nail holes. Two (2) holes punched 7/8 inch from one end, 1 inch from the top and bottom. Two (2) holes punched 2-7/8 inches from the same end, 1 inch from the top and bottom. 4. Finish — All edges, corners, and holes shall be smooth and free of burrs and snags. Message: 1. Background — Type III Green. See detail. 2. Legend — Silver. 3. Legend Size — See detail. 4. Pointer signs — Pointer signs shall follow the same specifications as the street name signs, except the end opposite the attachment end shall have white 45 degree corner cuts to indicate a direction in which the legend applies. Rev. NOV 2014 MY OF PUBLIC STREET NAME SIGNS DWG. No. am0 Way WORKS 3'49 Pac'lf'lc Hwy HISTORICAL NAME SEATTLE -TACOMA ROAD C STREET NAME/NUMBER CURRENT HISTORIC Pacific Highway South SEATTLE—TACOMA ROAD South 272nd Street MURPHY'S CORNER South 288th Street MEREDITH ROAD South/Southwest 312th Street PHILLIP FRENCH ROAD South 320th Street* WEBB CENTER South 348th Street** MUELLER ROAD South/Southwest 356th Street LIBO ROAD Hoyt Road HOIT ROAD 21st Avenue Southwest HIGHLINE ROAD Marine View DriveE DASH POINT ROAD Dash Point Road MALTBY ROAD *S 320TH ST IS IDENTIFIED AS WEBB CENTER, EAST OF PACIFIC HIGHWAY SOUTH ONLY. **S 348TH ST IS IDENTIFIED AS MUELLER ROAD FROM 1ST AVE S, EAST TO 1-5. NOTE: LENGTH VARIES DEPENDING ON STREET NAME. PRIOR TO SIGN FABRICATION, VERIFY SIZE WITH TRAFFIC DIVISION. DEC 2012 <�� o 0 JWSF WORKS STREET NAME SIGNS - HISTORIC 3-49A l INSTALLATION Sign 1. A maximum of 5 street name signs or pointers shall be located on one post. Longer posts will normally be needed for more than three signs to maintain 8 feet clearance from the ground line. A 1/4 inch space should be maintained between signs on the same post. 2. Street name signs shall be located above pointers and shall be installed parallel to the street which they name. Avenue street name signs designating north—south streets should normally be on top. Wedges shall be utilized if necessary to install signs other than 90 degrees to each other. 3. Signs shall be attached perpendicular to the posts with four duplex eight—penny galvanized nails or approved sign mounting brackets. 4. Street name shall be on both sides of one sign. 5. See Drawing No. 3-51 for sign post details. Rev. 3/2010 cry OF PUBLIC STREET SIGN INSTALLATION DWG. NO. o � o � Way WORKS 3-50 8—Penny Duplex nail: Marking nail same side as cleat 30" I ly II 111 II 28., I IM II I 1M II I IM II I IM II Ih I Cleat 28"x3"x2" under sign 4" x 4" Post NOTES: Direction of travel 4" x 4" Post Finish Grade I Two double headed nails I I I 30" 1 28" I I Aluminum cleat attached �� I directly under sign SIGN POSTS — 1) ALL GROUND MOUNTED SIGN POSTS SHALL USE WESTERN RED CEDAR OR PRESSURE TREATED FIR UNLESS APPROVED OTHERWISE BY PUBLIC WORKS. 2) POST GRADE (FIR) SHALL BE S4S DOUGLAS FIR LUMBER, WEST COAST INSPECTION BUREAU GRADE #2, STRUCTURAL LIGHT FRAMING, RULE #16, PARAGRAPH 124—C, SELECTED FOR STRAIGHTNESS, AND FREE OF HEART CENTER (FOHC) WOOD TO RESIST TWISTING. 3) PRESSURE TREATED POSTS SHALL BE TREATED WITH A 4-1/2% TO 5-1/2% HEAVY PETROLEUM SOLVENT PENTACHLOROPHENOL SOLUTION IN ACCORDANCE WITH THE APPLICABLE REQUIREMENTS OF AASHTO DESIGNATION M133, WITH A MINIMUM NET RETENTION OF THE DRY SALT OF 1/2 POUND PER CUBIC FOOT OF WOOD. 4) POSTS SHALL BE 4"x 4", WITH A MINIMUM LENGTH OF 12 FEET LONGER POSTS MAY BE NEEDED TO MAINTAIN 8—FEET OF VERTICAL CLEARANCE ABOVE WALKING AREAS. POSTS SHALL BE 14 FEET IF TRAFFIC CONTROL SIGNS WILL BE INSTALLED ON THE SAME POST. 5) BACKFILL SHALL BE COMPACTED AT SEVERAL LAYERS TO MINIMIZE SETTLING. 6) ALL POSTS SHALL BE 2—WAY PLUMB. TOP OF CLEAT CLEAT POST NAIL HOLES DRILLED) NTS CLEATS — 1) ALL POSTS SHALL BE FITTED WITH AN ALUMINUM CLEAT AS SHOWN TO PREVENT SIGNPOST ROTATION AND/OR UNAUTHORIZED POST REMOVAL. 2) CLEATS SHALL BE ALUMINUM ALLOY, 6061—T6, CHEMICALLY COATED IN ACCORDANCE WITH ASTM 8449-67 CLASS 2. 3) CLEATS SHALL BE 30 INCHES LONG, 3 INCHES WIDE, THICKNESS OF 0.08, WITH A 2—INCH TURNOUT OF 90'. NAIL HOLES OF 0.156 INCHES DIAMETER SHALL BE PUNCHED OR DRILLED IN THE LOCATIONS AS SHOWN. 4) POSITION CLEAT TURN—OUT AWAY—FROM AND EVEN—WITH THE BOTTOM OF THE POST. JULY 2014 MyOF PUBLIC SIGN POST DWG. NO. o O 80 My WORKS 3-51 '1 `CITY OF Federal Way Public Works Department 1 STREET SIGN STANDARD SPECIFICATIONS SIGN FACE MATERIALS ' All permanent signs faces shall be constructed from aluminum sign blanks unless otherwise approved by the engineer. Sign blank minimum thicknesses, based on maximum dimensions, are as follows: Maximum Dimension Blank Thickness ' Less than 30 inches 0.080 inches Greater than 30 inches, less than 48 inches 0.100 inches Greater than 48 inches 0.125 inches 1 1 �l All D-3 street name signs shall be constructed with 0.100" thick blanks. The contractor shall install permanent signs, which meet or exceed the minimum reflectivity standards. All sign face sheeting shall be applied to sign blanks with pressure sensitive adhesives. All regulatory (R series), school (S series), and warning (W and X series) signs, except for parking regulation and parking prohibition signing, shall be constructed with Type III sheeting in accordance with Section 9-28.8 of the Standard Specifications. This sheeting has a retro -reflection rating of 250 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2E and an incidence angle of -4E. This high intensity sheeting shall be 3M Series 3800 or its equivalent. All street name (D-3) sign sheeting shall meet this specification. All overhead signing shall meet the specifications of Type IX sheeting. This sheeting has a minimum retro -reflection rating of 800 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2E and an incidence angle of -4E. This standard applies to all signs mounted above the roadway, on span wire or signal mast arms. Motorist information and parking signing shall be constructed with Type I sheeting, in accordance with Section 9-28.6 of the Standard Specifications. This sheeting has a minimum retro -reflection rating of 70 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2E and an incidence angle of -4E. These signs include guide signing (D Series — except D-3), corporate limit signing (I Series), and motorist information signing (K Series). The reflectivity standard of supplemental plates shall match that of the primary sign. SIGN INVENTORY City of Federal Way, (253) 835-2700, shall be contacted within two working days of completion of the permanent signing installation to inspect, inventory, and log all new and relocated signs. OTHER SIGNS Refer to 2009 MUTCD or equivalent approved source. Includes pavement markings as supplement to signing. ADDITIONAL OUESTIONS/REOUESTS SHALL BE DIRECTED TO: Design — Traffic Engineer (253) 835-2740 Installation/Removal — Public Works Inspector (253) 835-2741 Sign Fabrication — King County Sign Shop (206) 296-8153 Street Addressing — Building Department (253) 835-2607 REV. November 2014 Page 1of1 Standard Detail No. 3-54 RING OR FRAME GRATE OR LID SEAL JOINT WITH PAVING 1'-6" 1'-6" ASPHALT SEAL JOINT WITH PAVING ASPHALT COMMERCIAL ~" "' COMMERCIAL HMA HMA 2" MINIMUM c ° I n o ADJUSTING BRICK, I Q I d I DIG OUT LIMIT AND CONCRETE RISER OR ° ° ASPHALT PERIMETER GRADE RING. NO STEEL I I I I SHALL EXTEND 2" RISERS ALLOWED (TYP.) ° a a ° ° a BELOW ADJUSTMENT I I I I RINGS OR RISERS. SEE NOTE 2. EXISTING CB OR MANHOLE SECTION THROUGH STRUCTURE NTS NOTES: 1) THE EXISTING STRUCTURE SHALL BE RAISED OR LOWERED TO THE REQUIRED ELEVATION USING CONCRETE BLOCKS, BRICK, AND/OR CONCRETE RINGS. EACH JOINT SHALL BE GROUTED USING A 3'4 INCH LAYER OF NON—SHRINK MORTAR, PLASTERED SMOOTH INSIDE AND OUT. COVERS SHALL BE SEATED ON A UNIFORM LAYER OF GROUT TO PREVENT ROCKING. 2) IF RISERS OR GRADE RINGS ARE LESS THAN 2" THICK, THEN THE DIG—OUT LIMITS (AND HMA DEPTH) SHALL BE EXTENDED TO 2" BELOW THE NEXT RING OR RISER THAT IS GREATER THAN 2" THICK. 3) HMA SHALL BE MECHANICALLY COMPACTED IN 3" MAXIMUM LIFTS. 4) SEE DETAIL 3-36 FOR ADJUSTMENT OF SURVEY MONUMENT CASTINGS. REV: NOV 2011 c"f°p PUBLIC DWG. NO. o o rap %VCW WORKS UTILITY ADJUSTMENT 3-55 m m m m m m m m m m m m m= m m m m s 3' REV. 11/12/10 SIGN POST DETAIL \STIC SIGN WITH WHITE BACKGROUND BELOW REATED WOOD POST WITH T TOP 7E TO DRAIN DST COLLAR H CRUSHED ROCK NATIVE GROWTH PROTECTION AREA THIS WETLAND AND UPLAND BUFFER ARE PROTECTED TO PROVIDE WILDLIFE HABITAT AND MAINTAIN WATER QUALITY. PLEASE DO NOT DISTURB THIS VALUABLE RESOURCE. SIGN DETAIL �op PUBLIC NATIVE GROWTH PROTECTION DWG. NO. o ami Way WORKS AREA SIGN 1 3-56 LANE STRIPING (TYP) 2.0' (EDGE OF TRAVEL LANE) *32.0' *12.90' /–R=1.0' (TYP) 11.0' + 8 R=4.0' *8.1 � + R=1.0' (TYP) * NOTE: DIMENSIONS MAY VARY VERIFY WITH PUBLIC WORKS PRIOR TO FINAL DESIGN / CONSTRUCTION ISLAND CONSTRUCTION DETAILS CURBING PAINTED YELLOW PER WSDOT STD. SPECS. _INSTALL RAMP AS NECESSARY REFER TO CITY STD. RAMP DETAILS SIGN - W11-2 (30 x 30) WITH SIGN - W11 -2 -W16 -7P (24 X 12) BELOW 30 x 30 — SIGN - R1 -5a (36 x 48) W11-2 WITH 6" EXTRUDED W16 -7P BELOW CONCRETE CURB (TYP) TYPE 2Y—/ RPM (TYP) __ _=- - - C SET 12" 0 SONOTUBE AT SIGN LOCATION TO 30" DEPTH FROM TOP OF FINISHED ISLAND -4I 20' ON SINGLE -LANE APPROACH -4 50' ON MULTI -LANE APPROACH YIELD SYMBOLS (TYP)__//� SEE WSDOT STD. PLAN M-24.60 CROSSWALK — MARKINGS (TYP) DISTANCE PER MUTCD ► ISTANCE PER MU_ ► ► ► O.C. (TYP) 28" TUBULAR MARKER (TYP) PER MUTCD BACKFILL WITHIN CURBING: 2" ASPHALT PAVEMENT OVER 4" CSTC (TYP. BOTH ISLANDS) DETECTABLE WARNING SURFACE (TYP) REFER TO CITY STANDARD RAMP DETAILS FOR SPECIFICATIONS �L LL f f 1-5a (36 x 48 W11-2 (30 x 30) WITH NOTE: ALL SIGNS SHALL BE FLOURESCENT W11-2 (30 x�30 R ) W16 -7P (24 x 12) BELOW YELLOW -GREEN BACKGROUND EXCEPT R1 -5a INSTALL RAMP AS NECESSARY REFER TO CITY STD. RAMP DETAILS REV. DEC 2014 amm PUBLIC PEDESTRIAN REFUGE ISLAND DWG. NO. MMW(Sy WORKS AND CROSSWALK - MID -BLOCK 1 3-58 m m m m� m m m� m m m m m m m m m s m m m IM m m =' = m m m m = m ! m m BACKFILL AND MUI PRE -CAST CEMENT CO MOUNTABLE (SEE DETAIL TYPICAL TRAFFIC CIRCLE PRECAST SLOPED CEMENT CONCRETE MOUNTABLE CURB PER WSDOT STD. PLAN F-10.62 RPM, TYPE 2YR—\ RPM TYPE 2YR: USE 12 FOR < 15' DIA. USE 16 FOR < 20' DIA. USE 20 FOR > 20' DIA. ADJUST MANHOLES, VALVE BOXES, AND MONUMENT CASES TO NEW GRADE. t 2" BARK MULCH X N � ATTACH CURB WITH EPDXY PER WSDOT STANDARD SPECIFICATIONS TYPICAL SECTION CURB DETAIL SIGN NOTES: 1. INSTALL ONE R6-4 CHEVRON SIGN PER INTERSECTION APPROACH, PER MUTCD FIGURE 2B-22. 2. INSTALL EACH R6-4 SIGN 2 -FEET INSIDE THE EDGE OF ISLAND CURBING, ALIGNED WITH APPROACH LANES. FINAL LOCATION TO BE DETERMINED BY THE ENGINEER. 3. SIGNS MAY BE CONSOLIDATED TO FEWER POSTS FOR SMALLER DIAMETER CIRCLES, AS APPROVED BY THE ENGINEER. REMOVE ASPHALT IN CENTER OF ISLAND. ADD 2" CRUSHED ROCK q_ N OTES: 1. LANDSCAPING TO BE DETERMINED BY TRANSPORTATION/PARKS STAFF. 2. MONUMENT PROTECTION/PRESERVATION: RAISE MONUMENT TO GRADE IN APPROPRIATE CASING. JAN 2015 aryw PUBLIC DWG. NO. o p WORKS TRAFFIC CIRCLE DETAILS 3-59 oaa0� oD h S• J0. 5 \6T I 1 J3 BAR HOOP 2 #3 BAR HOOPS /3 BAR EACH CORNER #3 BAR EACH SIDE h S• J�. i i 12- <1 2" FRAME AND GRATE 6" RISER SECTION 12' RISER SECTION PRECAST BASE SECTION (MEASUREMENT AT THE TOP OF THE BASE) #3 BAR EACH WAY NOTES: 1. CATCH BASINS SHALL BE CONSTRUCTED IN ACCORDANCE WITH ASTM C478 (AASHTO M 199) & C890 UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE WSDOT/APWA STANDARD SPECIFICATIONS. 2. AS AN ACCEPTABLE ALTERNATIVE TO REBAR, WELDED WIRE FABRIC HAVING A MIN. AREA OF 0.12 SQUARE INCHES PER FOOT MAY BEUSED. WELDED WIRE FABRIC SHALL COMPLY TO ASTM A497 (AASHTO M 221). WIRE FABRIC SHALL NOT BE PLACED IN KNOCKOUTS. 3. ALL REINFORCED CAST—IN—PLACE CONCRETE SHALL BE CLASS 4000. 4. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR KNOCKOUTS. KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MIN. ALL PIPE SHALL BE INSTALLED IN FACTORY PROVIDED KNOCKOUTS. UNUSED KNOCKOUTS NEED NOT BE GROUTED IF WALL IS LEFT INTACT. 5. KNOCKOUT OR CUTOUT HOLE SIZE IS EQUAL TO PIPE OUTER DIAM. PLUS CATCH BASIN WALL THICKNESS. 6. ROUND KNOCKOUTS MAY BE ON ALL 4 SIDES, WITH MAX. DIAM. OF 20". KNOCKOUTS MAY BE EITHER ROUND OR "D" SHAPE. 7. THE MAX. DEPTH FROM THE FINISHED GRADE TO THE PIPE INVERT IS 5'-0". 8. THE TAPER ON THE SIDES OF THE PRECAST BASE SECTION AND RISER SECTION SHALL NOT EXCEED 1/2"/FT. 9. CATCH BASIN FRAME AND GRATE SHALL BE IN ACCORDANCE WITH STANDARD SPECIFICATIONS AND MEET THE STRENGTH REQUIREMENTS OF FEDERAL SPECIFICATION RR—F-621D. MATING SURFACES SHALL BE FINISHED TO ASSURE NON—ROCKING FIT WITH ANY COVER POSITION. 10. FRAME AND GRATE MAY BE INSTALLED WITH FLANGE DOWN OR CAST INTO RISER. 11. EDGE OF RISER OR BRICK SHALL NOT BE MORE THAN 2" FROM VERTICAL EDGE OF CATCH BASIN WALL. JULY crm®0 PUBLIC DWG. NO. o o o p W" WORKS CATCH BASIN TYPE 1 4-1 m m m m m= m m m m= gy m= m m i� m m m m m m m m m m m m � � r m m m m m oa0�� FRAME AND GRATE NOTES: 1. CATCH BASINS SHALL BE CONSTRUCTED IN ACCORDANCE WITH ASTM C478 (AASHTO M 199) & C890 UNLESS OTHERWISE SHOWN ON 9 s• PLANS OR NOTED IN THE WSDOT/APWA STANDARD SPECIFICATIONS. y► 2. AS AN ACCEPTABLE ALTERNATIVE TO REBAR, WELDED WIRE S, FABRIC HAVING A MIN. AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. WELDED WIRE FABRIC SHALL COMPLY 5 / TO ASTM A497 (AASHTO M 221). WIRE FABRIC SHALL NOT BE / / PLACED IN KNOCKOUTS. / > 6' OR 12' / RISER SECTION 3. ALL REINFORCED CAST—IN—PLACE CONCRETE SHALL BE / / \ CLASS 4000. 1 #3 BAR HOOP FOR 6' .F / / f 2 /3 BAR HOOP FOR 12' 4. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR KNOCKOUTS. KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2' MIN. ALL PIPE SHALL BE INSTALLED IN FACTORY PROVIDED KNOCKOUTS. UNUSED KNOCKOUTS NEED NOT 9 a• BE GROUTED IF WALL IS LEFT INTACT. ae. 5. KNOCKOUT OR CUTOUT HOLE SIZE IS EQUAL TO PIPE OUTER DIAM. PLUS CATCH BASIN WALL THICKNESS. 6. KNOCKOUTS MAY BE ON ALL 4 SIDES WITH MAX. DIAM. OF 28". I KNOCKOUTS MAY BE EITHER ROUND OR 'D" SHAPE. 6 6' REDUCING SECTION 7. THE TAPER ON THE SIDES OF THE PRECAST BASE SECTION AND RISER SECTION SHALL NOT EXCEED 1/2"/FT. 2 /3 BAR HOOP 8. CATCH BASIN FRAME AND GRATE SHALL BE IN ACCORDANCE WITH STANDARD SPECIFICATIONS AND MEET THE STRENGTH REQUIREMENTS OF FEDERAL SPECIFICATION RR—F-621D. MATING SURFACES SHALL BE FINISHED TO ASSURE ►��N \ ,° 4%y NON—ROCKING FIT WITH ANY COVER POSITION. z8' 9. FRAME AND GRATE MAY BE INSTALLED WITH FLANGE DOWN �� / / ^ t• OR CAST INTO RISER. 10. MAX. DEPTH FROM FINISHED GRADE TO PIPE INVERT SHALL BE 5'-0". / 11. EDGE OF REDUCING SECTION OR BRICK SHALL NOT BE MORE #3 BAR EACH CORNER I THAN 2" FROM VERTICAL EDGE OF CATCH BASIN WALL. PRECAST BASE SECTION / (MEASUREMENT AT THE TOP /3 BAR EACH SIDE I / T \ I OF THE 845E) /3 BAR EACH WAY JULY 20141 <� ®P°op PUBLIC DWG. NO. oSM MSF WORKS CATCH BASIN TYPE 1-L 4-2 "0" RING JULY Cc<\ F o MM WOOF WORKS CATCH BASIN TYPE 2 (48", 5411, 6011,7211, & 96") 4-3 NOTES: 1. CATCH BASINS SHALL BE CONSTRUCTED IN ACCORDANCE WITH ASTM C478 (AASHTO M199) AND ASTM C890 UNLESS OTHERWISE SHOWN ON FRAME & GRATE PLANS OR NOTED IN THE WSDOT/APWA STANDARD SPECIFICATIONS. 2. HANDHOLDS IN ADJUSTMENT SECTION SHALL HAVE 3" MIN. CLEARANCE. STEPS IN CATCH BASIN SHALL HAVE 6" MIN. CLEARANCE. SEE DWG. NO. 2-006, CATCH BASIN DETAILS. HANDHOLDS SHALL BE PLACED IN ALTERNATING GRADE RINGS OR LEVELING BRICK COURSE WITH A MIN. OF ONE HANDHOLD BETWEEN THE LAST STEP AND TOP OF THE -AANDHOLDS2 % ADJUSTMENT SECTION MANHOLE. TOP SLAB m _z (LEVELING BRICKS OR GRADE 3. RINGS OPTIONAL).ALL ALL REINFORCED CAST—IN—PLACE CONCRETE SHALL BE CLASS 4000. PRECAST CONCRETE SHALL BE CLASS 4000. 4. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR '';':3; >'•':'': ''- KNOCKOUTS. KNOCKOUTS SHALL HAVE WALL THICKNESS OF 2" •.' MIN. UNUSED KNOCKOUTS NEED NOT BE GROUTED IF 20" X 24" OR + WALL IS LEFT INTACT. PIPES SHALL BE INSTALLED ONLY IN 24' DIAM. FACTORY KNOCKOUTS UNLESS OTHERWISE APPROVED BY THE 5TEPS20R LADDER, ORIENT ENGINEER. WITH INLET SO STEPS WILL 5. KNOCKOUT OR CUTOUT HOLE SIZE SHALL EQUAL PIPE OUTER :r CLEAR PIPES. SEE DWG. No. 4-4. DIAM. PLUS CATCH BASIN WALL THICKNESS. MAX. HOLE 46',54",60',72',oR 96' ••�' SIZE SHALL BE 36" FOR 48" CATCH BASIN, 42" FOR 54" C.B., iv 48" FOR 60" C.B., 60" FOR 72" C.B., 84" FOR 96" C.B. MIN. • I ' ff`.• DISTANCE BETWEEN HOLES SHALL BE 8" FOR 48", 54", AND 60" p C.B.; 12" FOR 72" AND 96" C.B. 6. CATCH BASIN FRAMES AND GRATES OR COVERS SHALL BE IN = i i ACCORDANCE WITH SEC. 7.05 OF K.C.R.S. AND MEET THE STRENGTH Lw- REQUIREMENTS OF FEDERAL SPECIFICATION RR—F-621D. .' MATING SURFACES SHALL BE FINISHED TO ASSURE NON—ROCKING FIT WITH ANY COVER POSITION. 48" DIAM.— 6' 10 54" DIAM.— 8' 7. ALL BASE REINFORCING STEEL SHALL HAVE A MIN. YIELD ? 60" DIAM: 8' . 4 STRENGTH OF 60,000 PSI AND BE PLACED IN THE UPPER HALF N 72' DIAM.— 8" 96" D MORTAR ' PRECAST BASE & OF THE BASE WITH 1" MIN. CLEARANCE. FILL INTEGRAL RISER. 8. MIN. SOIL BEARING VALUE SHALL EQUAL 3,300 POUNDS PER SQUARE FOOT. �'.: �: y-:�`:. 1'-0" FOR 48", 54", & 60" DIAM. t : ;a;.::::•.' ...:�..r::i. 2'-0' FOR 72" & 96" DNM. 9. FOR DETAILS SHOWING LADDER, STEPS, HANDRAILS AND TOP SLABS, # o00000000000 6" o°o°o°o°o°o°o I 00000aoo °o°o°o°o SEE DWG. NO. 4-4. MIN. 1 10. SEE THE WSDOT/APWA STANDARD SPECIFICATIONS SEC. SEPARATE CAST IN PLACE 7-05.3 FOR JOINT REQUIREMENTS. *FOR SEPARATE BASE OR SEPARATE GRAVEL BACKFILL FOR FOUNDATIONS CAST—IN—PLACE PRECAST BASE. 6" MIN. COMPACTED DEPTH ONLY FOR PRECAST BASE ONLY. REINFORCING STEEL (FOR SEPARATE BASES ONLY) REINFORCING STEEL (FOR PRECAST BASE & INTEGRAL RISER ONLY) 0.23 SQ. IN./FT. IN EACH DIRECTION FOR 48' DIAM. 0.15 SO. IN./FT. IN EACH DIRECTION FOR 48' DIAM. 0.19 SQ. IN./FT. IN EACH DIRECTION FOR 54" DIAM. 0.19 SQ. IN./FT. IN EACH DIRECTION FOR 54' DIAM. 0.25 SO. IN./FT. IN EACH DIRECTION FOR 60" DIAM. 0.25 SQ. IN./FT. IN EACH DIRECTION FOR 60" DIAM. 0.35 SO. IN./FT. IN EACH DIRECTION FOR 72" DIAM. 0.24 SQ. IN EACH DIRECTION FOR 72' DIAM. 0.39 SQ. IN./FT. IN EACH DIRECTION FOR 96" DIAM. IN./FT. 0.29 SO. N./FT. IN EACH DIRECTION FOR 96" DIAM. "0" RING JULY Cc<\ F o MM WOOF WORKS CATCH BASIN TYPE 2 (48", 5411, 6011,7211, & 96") 4-3 m m m m m m m m m m m m m m m m ' m m m A@ 20" I I 72' TOP •SLAB n I I I I 96" TOP SLAB /5 BARS O 6" CENTERS BOTTOM FACE WITH 1' MIN. COVER ;BOTTOMMSI. WTTHNTERS 1" MIN. COVER TYPICAL ORIENTATION EOR ACCESS AND STEPS 12' MIN. 12' MIN. iD1 � N 4 BARS O 6' CENTERS \ I TTOM FACE 1E 1' MIN. COVER 2' CLR. *ALL STEPS k RUNGS %6 CATCH BASIN STEP GALV. DEFORMED REBAR OR COPOLYMER PROPYLENE TYP. I 12" MIN. K 20' ELEVATION F /8 GALV. m A@ 20" I I 72' TOP •SLAB n I I I I 96" TOP SLAB /5 BARS O 6" CENTERS BOTTOM FACE WITH 1' MIN. COVER ;BOTTOMMSI. WTTHNTERS 1" MIN. COVER TYPICAL ORIENTATION EOR ACCESS AND STEPS 12' MIN. 12' MIN. iD1 � N lul 1 1 u -i HANDHOLD I Z ^ � I *ALL STEPS k RUNGS %6 CATCH BASIN STEP GALV. DEFORMED REBAR OR COPOLYMER PROPYLENE 12• MIN. 12" MIN. K ^� J � ELEVATION u u PLAN DROP RUNG CH BASIN S Lis zl a i r 1' CLEARANCE 3 REBAR GRADE RING EE NOTE 4) NOTES: 1. PROPRIETARY CATCH BASIN HANDHOLDS AND STEPS ARE ACCEPTABLE, PROVIDED THAT THEY CONFORM TO SEC. R, ASTM C478, AASHTO M-199 AND MEET ALL WISHA REQUIREMENTS. 2. CATCH BASIN STEP/HANDHOLD LEGS SHALL BE PARALLEL OR APPROXIMATELY RADIAL AT THE OPTION OF THE MANUFACTURER, EXCEPT THAT ALL STEPS IN ANY CATCH BASIN SHALL BE SIMILAR. PENETRATION OF OUTER WALL BY A LEG IS PROHIBITED. 3. HANDHOLDS AND STEPS SHALL HAVE "DROP" RUNGS AS SHOWN ON DETAIL OR PROTUBERANCES TO PREVENT SIDEWAYS SUP. 4. SLAB OPENING MAY BE 24" X 20" OR 24" DIAM. 5. AS AN ACCEPTABLE ALTERNATIVE TO REBAR, WELDED WIRE FABRIC HAVING A MIN. AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. WELDED WIRE FABRIC SHALL COMPLY TO ASTM A497. 6. LADDERS OR STEPS SHALL EXTEND TO WITHIN 16" OF BOTTOM OF CATCH BASIN. 7. HANGING LADDERS SHALL BE PERMANENTLY FASTENED AT TOP BY HANGING ON STEP OR BY BOLTING OR EMBEDDING IN CONCRETE. EACH SHALL BE EMBEDDED AT BOTTOM IN BASE. 8. ADDITIONAL SAFETY FEATURES MAY BE REQUIRED IN VERY DEEP OR UNUSUAL STRUCTURES. JULY <�F o MMMF WORKS MISC. TYPE 2 CATCH BASIN DETAILS D 4- R-3/4' _ N�- 6'r /8 GALV. 6EFORMED REBAR w 7 GALV. MooTH STEEL J 111 3/4' JULY <�F o MMMF WORKS MISC. TYPE 2 CATCH BASIN DETAILS D 4- DD 12 1 1/8' TYP. BAR m b r I � I � L 7/8' TP. SLOT SEE DETAIL a O r-� suaurtaa ON JU10.,Ml3MLs m TIVAM -c N L 1 1/4- 1 7/8" TOP VIEW 23 3/4"`O 0 M 1� I �,8. R�7 1 1 3/� I34" 23 1/2' SIDE VIEW a ,/2• C'8. TAI SLOT DEL r L1 SEE NOTE 1 3 11' 17 3/4• C-4 N N 3- 1 1/4' 1 3/4" 17 1/2" END VIEW 7 1/4- FOR MACHINING CLEARANCE THIS BAR 1" THICK (TYP. 4 PLACES) BARS 1 5/8- THICK THIS AREA BARS 1 3/8" THICK THIS AREA LEVELING PADS 8 - 3/4' X 1 3/4" X 1/8" NOTES: 1. SLOT FORMED AND RECESSED FOR 5/8"-11 NC X 2" SOCKET HEAD (ALLEN HEAD) CAP SCREW. 2. GRATE SHALL BE CAST IRON PER ASTM A48 CLASS 30 UNLESS OTHERWISE SPECIFIED. JULY 2014 ®"'o" PUBLIC STANDARD HERRINGBONE GRATE DWG. NO. o ° ' p Way WORKS (NOT FOR USE IN PUBLIC ROADWAYS) 4-5 25" -' PAD 16 - 3/4" X 2 1/4" X 1/8" PLAN 18" x 24" 'Is (+1/32-, n (+1/32', -0" TYP.) � 16" X 22" OPf]JING 17 3/4" X 23_3/4- (+1/32-. 33/4"(+1/32", -0" TYP.) 25" SECTION A -A CEMENT CONCRETE CURB VERTICAL CURB NOTES: EXTRUDED CURB 1. DRILL AND TAP FOR, AND PROVIDE, TWO LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) CAP SCREWS 2 LONG WHEN USED WITH SOLID COVER (DWG. NO. 4-7) OR WHEN SPECIFIED BY ENGINEER. 2. FRAME MATERIAL IS CAST IRON PER ASTM A48 CLASS 30. 3. SET FRAME TO GRADE AND CONSTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME. CATCH BASIN WALL CATCH BASIN WALL JULY �����► o ������ WORKS TYPE 1 CATCH BASIN FRAME IN D 4 6 O VERTICAL OR EXTRUDED CURB INSTALLATION 23 3/4- 234" A r D O p�4 4p4� 2 3/81 2" 2 3/8' 15/8- :::�pOp III O O Opp p040 4�n4np � I\ p 1 �Z• p ,�, A R -3/4 - SEE NOTE 2 < N -1/2' LETTERS RECESSED TO BE FLUSH. SEE NOTE 4 - LEVELING PAD (TYP) 8 - 1/8" X 3/4" X 1 3/4' PLAN CCOVERCOVER NOTES: 1. USE WITH FRAME DRILLED AND TAPPED FOR LOCKING BOLTS. 2. USE WITH TWO LOCKING BOLTS 5/8"-11 NC STAINLESS STEEL TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) CAP SCREWS, 2" LONG. 3. MATERIAL IS CAST IRON PER ASTM A48 CLASS 30. N 4. THE WORDS "CITY OF FEDERAL WAY" TO BE OMITTED IF COVER I- IS ON A PRIVATE SYSTEM. K] r m N `O � J 11/4" 5/8' 3/4' �I4 3/4' I3/4' FlNISH DIN. ON LEVELING PAD. SECTION A -A REV MAR 2011 �CRY Fadc m� Way WORKS SOLID RECTANGULAR COVER D 4-7 � DRILL L 5/8--1 1 hiC7 HOLES THRU FRAME 28" PLAN 7-1/ (T� )8' % 3/4' X 2 1/4' HOOD ATTACHES AS SHOWN. 3 4' I MIN. DRAFT ON I I 17 3 4" THIS SIDE r4' 3 1/7 �^ I � I � N 20' 28' SECTION A -A SEE NOTE 2 - 1' DWM. HOLES � FOR 3/4' BOLT, WASHER, 1 6-I k NUT, SEE NOTE 4. SECTION C -C 6' NOTES: 1. MATERIAL IS CAST IRON ASTM A48 CLASS 30. 2. SEE DWG. NO. 4-10 FOR VANED GRATE. 3. PATTERN ON TOP SURFACE OF HOOD SHALL BE 3/16" NON-SKID DIAMOND. 4. BOLT, WASHER, AND NUT SHALL BE GALV. OR CORROSION RESISTANT. JULY <��ary MMMF WORKS THROUGH -CURB INLET FRAME 4-8 am ca PUBLIC THROUGH -CURB INLET FRAME AND GRATE IN DWG. NO. msm0 My WORKS VERTICAL CURB INSTALLATION 4-9 PLANTING STRIP OR SIDEWALK B B D LJ U C7 z 0 m F -I F--rrmn F-1 r- 01 DUMMY JOINTS PLAN CURB -\ DUMMY JOINTS GUTTER) CATCH BASIN CATCH BASIN SECTION A -A SECTION B -B NOTES: 1. SET TO GRADE AND CONSTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME. REV MAR 2011 am ca PUBLIC THROUGH -CURB INLET FRAME AND GRATE IN DWG. NO. msm0 My WORKS VERTICAL CURB INSTALLATION 4-9 m m m m m m m m m m m m s m m m m m m 5' DRAFT REV. MAR 4011 M013 I F ),VM 1"3033 1. SELF -LOCK VANED GRATE MANUFACTURER SUBJECT TO APPROVAL BY ENGINEER. oc USE WITH TWO LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) CAP SCREWS 2" LONG. NOTE 0 c 3. MATERIAL IS DUCTILE IRON ASTM A536 GRADE 80-55-06. 4. "OUTFALL TO STREAM DUMP NO POLLUTANTS" MAY BE LOCATED ON BORDER AREA. 3 INSTALL BI-DIRECTIONAL VANED GRATES AT SAG LOCATIONS. 6. THE WORDS "CITY OF FEDERAL WAY SHALL BE OMITTED IF GRATE IS ON A PRIVATE SYSTEM. —FOR SLOT DETAIL SEE � DWG. NO. 4-5 D r z r 0 0 T o N r � mAm D D � Z -a LEVELING PAD 1/8" X 3/4' X 2 1/4- 23 3/4' r�� L1/2= NOTES: 1. SELF -LOCK VANED GRATE MANUFACTURER SUBJECT TO APPROVAL BY ENGINEER. 2. USE WITH TWO LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) CAP SCREWS 2" LONG. NOTE SLOT DETAIL. 3. MATERIAL IS DUCTILE IRON ASTM A536 GRADE 80-55-06. 4. "OUTFALL TO STREAM DUMP NO POLLUTANTS" MAY BE LOCATED ON BORDER AREA. 5. INSTALL BI-DIRECTIONAL VANED GRATES AT SAG LOCATIONS. 6. THE WORDS "CITY OF FEDERAL WAY SHALL BE OMITTED IF GRATE IS ON A PRIVATE SYSTEM. —FOR SLOT DETAIL SEE DWG. NO. 4-5 A0 o OMW WORKS VANED GRATE (FOR USE IN PUBLIC ROADWAYS) D4-10 PARKING LOT INSTALLATION NOTES: 1. CONTRACTOR TO INSTALL STREAM PROTECTION MARKERS AT EACH CATCH BASIN. 2. MARKERS AND INSTALLATION INSTRUCTIONS AVAILABLE AT PUBLIC WORKS DEPARTMENT. 3. ADHESIVE MATERIAL IS SPECIFIED IN THE INSTALLATION INSTRUCTIONS, AND SHALL BE PURCHASED BY THE OWNER OR CONTRACTOR. 4. MARKERS AVAILABLE FROM PUBLIC WORKS MAY DIFFER FROM THAT SHOWN. y y y y • y y y fEDEgq -41 y ADHERE TO TOP OF CURB y y y wy y THIS SIDE TOWARDS SIDEWALK CURB AND GUTTER INSTALLATION REV. NOV 2010 �MT OF PUBLIC DWG. NO. Memo ay WORKS STORM WATER POLLUTION PREVENTION MARKER 4-11 TOP OF SKID DE I: � /,7,L m 1 m 1 3/16'I� J I /8. N SECTION A -A REV MAR 2011 REV MAR 2011 LU LLI ILKJ TE 4. DRILLED LIFTING HOLE 3 1 7/16 11 1/16" FROM CENTER 1 2 SO. 1/4" S0. �n COVER SKID DESIGN DETAIL NOTES: 1. USE WITH THREE LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) CAP SCREWS 2" LONG. DRILL HOLES SPACED 120' AT 11 1/16 RADIUS. 2. MATERIAL IS DUCTILE IRON ASTM A536 GRADE 80-55-06 3. DRILL THREE 1 INCH HOLES SPACED AT 120' AND 9 1/2" RADIUS. 4. THE WORDS "CITY OF FEDERAL WAY" SHALL BE OMITTED IF COVER IS ON A PRIVATE SYSTEM. �Q^1OF PUBLIC DWG. NO. �p� WORKS ROUND LOCKING COVER 4-12 PLAN 263/4- 251/4- 24" 4"251 4"24" L- M 5/8� I 26 3/4" _ 34 1/8" SECTION A -A 00, ������— BOLT -DOWN DETAIL NOTES: 1. MATERIAL IS CAST IRON ASTM A48 CLASS 30. 2. DRILL AND TAP THREE 5/8"-11 NC HOLES THROUGH FRAME AT 120- AND 11 1/16" RADIUS. JULY ®'"or PUBLIC DWG. NO. FO&MMM WMY WORKS FRAME FOR ROUND LOCKING COVER 4-13 REMOVABLE WATER— TIGHT COUPLING 6" MAX PLATE WITH ORIFICE AS SPECIFIED PLAN REV APR 2011 WORKS FLOW RESTRICTOR / OIL POLLUTION DWG. NO. l CONTROL STRUCTURE, TEE TYPE (FROP-T) ROUND SOLID COVER NOTES: i MARKED "DRAIN" WITH g� LOCKING BOLTS. 1. PIPE SIZES AND SLOPES: PER PLANS. i 2. OUTLET CAPACITY: NOT LESS THAN COMBINED INLETS. FRAME do LADDER OR 3. EXCEPT AS SHOWN OR NOTED, UNITS SHALL BE CONSTRUCTED ° "' "• SEE IN ACCORDANCE WITH THE REQUIREMENTS FOR CATCH BASIN c+ NOTE 8 FRAME TYPE 2, 54" MIN. DIAM. o COVER ELEV. PER PLAN. 4. PIPE SUPPORTS AND RESTRICTOR/SEPARATOR SHALL BE OF OVERFLOW ELEV. TO PROVIDE W' X. •.; SAME MATERIAL, AND BE ANCHORED AT 3' MAX. SPACING DETENTION do OIL SEPARATION BY 5/8" DIAM. STAINLESS STEEL EXPANSION BOLTS OR PER PLANS STEPS OR LADDER. EMBEDDED 2" IN WALL. SEE NOTE 10. 5. THE RESTRICTOR/SEPARATOR SHALL BE FABRICTED FROM .060" ALUMINUM, OR .064" ALUMINIZED STEEL, OR .064" PIPE SUPPORT (TYP): 3" x .090'* -----'GALVANIZED STEEL PIPE; IN ACCORDANCE WITH AASHTO M 36, M 196, M 197 AND M 274. GALVANIZED STEEL SHALL HAVE TREATMENT 1. CLEANOUT GATE: SHEAR 6. OUTLET SHALL BE CONNECTED TO CULVERT OR SEWER PIPE WITH A STANDARD COUPLING BAND FOR CORRUGATED METAL ® 4' PIPE, OR GROUTED INTO THE BELL OF CONCRETE PIPE. OutLET _INLET PIPE 7. THE VERTICAL RISER STEM OF THE RESTICTOR/SEPARATOR — a OR PIPES SHALL BE THE SAME DIAM. AS THE HORIZONTAL OUTLET PIPE, WITH AN 8" MIN. DIAM. i INVERT ELEV. PER PLAN 8. FRAME AND LADDER OR STEPS OFFSET SO THAT: INVERT ELEVATION PER PLAN A. CLEANOUT GATE IS VISIBLE FROM TOP. o B. CLIMB DOWN SPACE IS CLEAR OF RISER AND a CLEANOUT GATE. C. FRAME IS CLEAR OF CURB. i 9. IF METAL OUTLET PIPE CONNECTS TO CEMENT CONCRETE RESTRICTOR PLATE WITH ORIFICE PIPE: OUTLET PIPE TO HAVE SMOOTH O.D. EQUAL TO AS SPECIFIED. NOT NEEDED IF CONCRETE PIPE I.D. LESS 1/4". ONLY FOR OIL POLLUTION CONTROL fV 10. MULTI -ORIFICE ELBOWS MAY BE LOCATED AS SHOWN OR s. ALL ON ONE SIDE OF RISER TO ASSURE LADDER CLEARANCE. 54' MIN. I 11. ORIFICE MUST BE INSPECTED PRIOR TO INSTALLATION CATCH BASIN TYPE 2 DIAM. AS REQUIRED REMOVABLE WATER— TIGHT COUPLING 6" MAX PLATE WITH ORIFICE AS SPECIFIED PLAN REV APR 2011 WORKS FLOW RESTRICTOR / OIL POLLUTION DWG. NO. l CONTROL STRUCTURE, TEE TYPE (FROP-T) SIX EVENLY SPACED HOLE ON 10 3/8' BOLT CIRCLE FOR BOLTING TO FLANGE CONNECTION. HANDLE WITH LOCK PIN. ADJUSTABLE LOCK HOOK WITH LOCK SCREW. 1' ROD OR TUBING, VARIABLE LENGTH. o LIFT i�Yl� D E T I I II- lal LJ O LIFT HANDLE SHALL BE ATTACHED PER MANUFACTURER'S RECOMMENDATIONS. NOTES: 1. SHEAR GATE SHALL BE ALUMINUM ALLOY PER ASTM B-26—ZG-32a OR CAST IRON ASTM A48 CLASS 30B AS REQUIRED. 2. GATE SHALL BE 8" DIAM. UNLESS OTHERWISE SPECIFIED. 3. GATE SHALL BE JOINED TO TEE SECTION BY BOLTING (THROUGH FLANGE), WELDING, OR OTHER SECURE MEANS. 4. LIFT ROD: AS SPECIFIED BY MFR. WITH HANDLE EXTENDING TO WITHIN ONE FOOT OF COVER AND ADJUSTABLE HOOK LOCK FASTENED TO FRAME OR UPPER HANDHOLD. 5. GATE SHALL NOT OPEN BEYOND THE CLEAR OPENING BY LIMITED HINGE MOVEMENT, STOP TAB, OR SOME OTHER DEVICE. 6. NEOPRENE RUBBER GASKET REQUIRED BETWEEN RISER MOUNTING FLANGE AND GATE FLANGE. 7. MATING SURFACES OF LID AND BODY TO BE MACHINED FOR PROPER FIT. 8. FLANGE MOUNTING BOLTS SHALL BE 3/8' DIAM. STAINLESS STEEL. 9. ALTERNATE CLEANOUT/SHEAR GATES TO THE DESIGN SHOWN ARE ACCEPTABLE, PROVIDED THEY MEET THE MATERIAL SPECIFICATIONS ABOVE AND HAVE A SIX BOLT, 10 3/8" BOLT CIRCLE FOR BOLTING TO THE FLANGE CONNECTION. RWN MAXIMUM OPENING OF GATE JULY ,� ®1°op PUBLIC DWG. NO. oSM IMSF WORKS FROP-T SHEAR GATE 4-15 m m m m m m m m m m m m m r m m m� m 3/4' DIAM. SMOOTH ROUND BARS \ EQUALLY SPACED. BARS SHALL BE WELDED TO UPPER k LOWER BANDS. 3/4- DIAM. SMOOTH ROUND BARS EQUALLY SPACED (4. O.C. MAX.)If -NOTE: BARS OMITTED ON DRAWING /4- DIAM. BAR 1/2- PLATE 3/4- BAR t DRILL HOLES FOR LOCK PLAN i UPPER BAND +i- 24' CB INNER DIAM. 48- 58- 54" 65' 60 72" 72" 86' 96• 114- LOWER BAND }I n ENTRY GATE DETAIL n zm N i i vi N 4-9/16" HOLES EQUALLY SPACED LOWER BAND I INNER DIAM. ELEVATION NOTES: 1. ALL STEEL IN PLATES, BARS AND BANDS SHALL CONFORM TO THE REQUIREMENTS OF ASTM A36. 2. DEBRIS CAGE SHALL BE HOT -DIP GALVANIZED IN ACCORDANCE WITH ASTM A123 (AASHTO M111). 3. PADLOCKS REQUIRED ON CITY OF FEDERAL WAY FACILITIES JULY ®'Yop PUBLIC DWG. NO. WORKS DEBRIS CAGE 4-16 112" WIDE, 1 /a . HIGH RAISED BORDER 3/4" RAISED SOUARE.-, 3/4" APART, 1/8" HIGH El 1:1 El El El 1:1 10:1, PLAN SECTION 0 CAST IRON F111IG AND COVER JULY ary w PUBLIC DWG. NO. WORKS CLEANOUT 4-17 m m m m m m m m m m m m m m m m m m m PROVIDE 1" COVER MIN. (TYP.) 12" #5 HOOP BARS (TYP.) 6" • • #5 HOOP BARS (TYP.) 4" #4 HOOP BARS (TYP.) 36" a 24.. 40" I— io f 8" TYP APRIL 2015 co"OF PUBLIC CONVERSION RISER DWG. NO. MSM Way WORKS (CONVERTS RECTANGULAR LID TO ROUND LID) 4-18 4 Sign Specifications Size: 48" wide by 24" high Material: .125 min. gauge aluminum Face: Non reflective vinyl or 3 coats outdoor enamel (sprayed) Lettering: Silk screened enamel where possible, or vinyl letters Face Colors: Biege background with teal letters Type Face: Helvetica condensed: Title 3"; Sub title 1-1/2"; Text 1" Border: Outer border 1/8" wide, distance from edge: 1/4", all text 1-3/4" from border Posts: Pressure treated 44, beveled tops 1-1/2" higher than sign fence Installation: Secured to chain link fence if available. Otherwise install on two 4" x 4" pressure treated posts mounted atop gravel bed, installed in 2'-6" concrete filled post holes (8" minimum dia.). Top of sign no higher than 3'-6" from ground. Use (6) 3/8" x 2" hot dipped galvanized lag bolts and washers. Placement: Face sign in direction of primary visual or physical access. Place at least 6' from perimeter of site. Do not block any access road. Do not place within 6' of structural facilities, e.g. manholes, birdcages, etc. JULY 2014 MY or PUBLIC STORM WATER POND SIGN DWG. NO. o Q WORKS 4-19 City of Federal Way Comprehensive Plan Planned Street Sections Element Federal way MAP 111-6 NOTE: This map is intended for use as a graphical representation only. The City of Federal Way makes no warranty as to its accuracy 110/06 mma2nmaharr✓cpmapMrpia2oC4.ami Federal Way City Limits / \ Potential Annexation Area Roadway Section: A - 4 lanes + HOV B - 4 lanes + HOV (City Center) ^� C - 4 lanes + Bike D - 4 lanes + Bike (City Center) E - 4 lanes i \\ F - 4 lanes (City Center) ^� G - 5 lanes + Bike ^� H - 5 lanes + Bike (City Center) 1- 5 lanes J - 5 lanes (City Center) ^� K-3lanes +Bike ^� L - 3 lanes + Bike (City Center) M - 3 lanes s 0 N - 3lanes + Parking (City Center) �v O-2lanes +Bike Z P - 2 lanes + Ditch (Low Density) ^� 0 - 2 lanes + Parking (City Center) �v R - 2 lanes + Parking (Commercial/Industrial) S - 2 lanes + Parking (Single Family) / \ T - 2 lanes + Ditch (Low Density) Scale - —Scale - 1 1 Inch equals 4,000 Feet Federal way MAP 111-6 NOTE: This map is intended for use as a graphical representation only. The City of Federal Way makes no warranty as to its accuracy 110/06 mma2nmaharr✓cpmapMrpia2oC4.ami APPENDIX F LAKEHAVEN UTILITY DISTRICT WATER LINE STANDARDS 1 J 1 3'-0" MIN l wlz 3' MIN RADIUS 0 3 I CLEAR & LEVEL LL z o w w = OI CLOSE -CUT CHAIN AND REMOVE FROM HOSE PORT CAPS & HYDRANT E %"JOINT MAT'L FULL DEPTH. ADJACENT HYD. 2' RADIUS (CENTERED ON HYDRANT) x 6" THICK CONIC. SLAB ON COMP. SUBGRADE CONSTRUCTION GEOTEXTILE FOR ' UNDERGROUND 1' MIN. DRAINAGE —� 12 CU. FT. MIN GRAVEL BACKFILL FOR DRYWELLS - HYDRANT DRAIN VALVE 12"x12"x4" SOLID CONCRETE BLOCK 3'-0" MIN HYDRANT 4" STORZ ADAPTER O CABLE BOTTOM OF OUTLET z CURB ao FINISH GRADE -2" TO 6" 7O z 0 I 6" DUCTILE IRON PIPE CL 52 ' X9"111' MIN. 1. HYDRANTS SHALL BE INSTALLED PLUMB. 2. HYDRANT PUMPER/STEAMER PORT SHALL FACE THE STREET, OR WHERE THE STREET CANNOT BE CLEARLY DEFINED OR RECOGNIZED, SHALL FACE THE MOST LIKELY ROUTE OF APPROACH AND LOCATION OF FIRE TRUCK WHILE PUMPING, AS DIRECTED BYTHE DISTRICT. 3. DO NOT PLACE THRUST BLOCKING BEHIND TEE OR HYDRANT. USE THRUST RESTRAINT SYSTEM FOR PUSH -ON OR MJ JOINTS PER SPECIFICATIONS. USE OF TIE/SHACKLE RODS IS NOT ACCEPTABLE 5. PAINT HYDRANT WITH 2 COATS OF SHERWIN-WILLIAMS PAINT, GLOSS SAFETY YELLOW, NO. 854Y37. 6. DO NOT BLOCK DRAIN. C.I. VALVE BOX. C.J. (SEE STANDARD PLAN 11) 6" AUXILIARY GATE VALVE (FLxMJ) FLANGED BRANCH "CUT -IN", OR TAPPING HYDRANT TEE z WATER MAIN (2) MEASURED FROM GROUND SURFACE WHERE HYDRANT IS LOCATED. IN CITY OF AUBURN: 2 -21/" HOSE PORTS (N.S.T.), 1 - 4%" PUMPER PORT (N.S.T.) WITH 5" STORZ ADAPTOR AND CAP. 9O LOCATION AND MIN. OFFSET, OR AS SHOWN ON PLANS, AS REQUIRED BY RIGHT OF WAY PERMIT OR DIRECTED BY DISTRICT. SP03—Revised Per WLH 061915 STANDARD PLAN 03 3'-0" RAD CLEAR ELEVATION CUT PLAN FINISHED GI ROCK WALL SEE NOTE 3 MINIMUM AREA OF LEVEL GROUND SURFACE NOTES: 1. ROCKERY HEIGHTS EXCEEDING 4 FEET, REFER TO RIGHT-OF-WAY AGENCY STANDARDS. ELEVATION (TYP) STANDARD PLAN 04 2. CONSTRUCT ROCKERY FACINGS TO RIGHT-OF-WAY AGENCY STANDARDS. 3. IN UNIMPROVED AREAS INSTALL 2' RADIUS BY 6" THICK CONCRETE PAD ON COMPACTED SUBGRADE. PER WLH 061915 i WATER SERVICE CONNECTION 6 ' FINISH GRD TYP. 5,/8"x3/4"AND 1" FINISH GRADE O NO JOINTS ARE ACCEPTABLE BETWEEN CORPORATION STOP AND ADAPTER 8" DEEP, CL. 4000 CONCRETE COLLAR COMP. GRAVEL ////\\\\ BASE ON 3" (MIN.) COMP. SUBGRADE CONCRETE / HMA DRIVEWAY OR ROAD O SHOULDER K NOTES: 1. METER SHALL BE FURNISHED AND INSTALLED BY DISTRICT. 2. METER SETTER SHALL BE CENTERED WITHIN METER BOX, BOTH HORIZONTAL DIMENSIONS. 3. WATER SERVICE CONNECTIONS AND CONFIGURATIONS SHALL BE INSTALLED WHERE SHOWN AND AS SHOWN ON THE PLANS, OR OTHERWISE DIRECTED BY THE DISTRICT. 4. SERVICE LINES SHALL BE INSTALLED PERPENDICULAR TO WATER MAIN, IN THE PLAN VIEW, UNLESS OTHERWISE SHOWN ON THE PLANS. 5O DEPTH OF COVER OVER SERVICE LINE SHALL BE 36" MIN. EXCEPT AT TRANSITION TO/FROM SETTER. CUSTOMER SUPPLY LINE. TYPICAL WATER MAIN CONNECTION STANDARD PLAN 07 MATERIAL LIST: Oq METER SETTER • 5/8"x3/4" METER: FORD VH72-12WC, OR MUELLER H-1404-202' WITH TWO H-14222 ENDS. • 1" METER: FORD VH74-12WC, OR MUELLER H -1404-2x12" WITH TWO H-14222 ENDS. DOUBLE PURPOSE INLET & OUTLET COUPLING (FEMALE IRON PIPE UNION, SWIVELS OR FLARED COPPER). DRILLED PADLOCK WINGS ON METER STOP. SINGLE CHECK VALVE ON OUTLET. Og SERVICE LINE PIPE • 1" CTS POLYETHYLENE TUBING, SDR 9, 250 PSI PRESSURE RATING. PE 4710 RESIN, DRISCOPLEX 5100 SERIES, OR EQUAL. OC SINGLE STRAP SERVICE SADDLE • 1" CC (AWWA) TAP: ROMAC 101 OADAPTER (USE PIPE INSERTS) • 3/4" MIPT x 1" CTS COMPRESSION: MUELLER H-15428, OR FORD C84 -34G "GRIP JOINT", OR A.Y. McDONALD 4753T. • 1" MIPT x 1" CTS COMPRESSION: MUELLER H-15428, OR FORD C84 -44G "GRIP JOINT", OR A.Y. McDONALD 4753T. OMETER BOX • 5/8" x 3/4" METER: RAVEN RMB 11x18-12 HIGH DENSITY POLYETHYLENE (HDPE) W/MOUSEHOLE PIPE -CUTOUTS, AND SIGMA DUCTILE IRON LIDS W/HINGED READER DOOR. • 1" METER: RAVEN RMB 13x24-12 HIGH DENSITY POLYETHYLENE (HDPE) W/MOUSEHOLE PIPE -CUTOUTS, AND SIGMA DUCTILE IRON LIDS W/HINGED READER DOOR. OCORPORATION STOP • 1" INLET AWWA TAPER (CC) THREAD x 1" CTS COMPRESSION. MUELLER H-15008, OR FORD F1000G "GRIP JOINT" USE STAINLESS STEEL PIPE STIFFENER. OG BRASS NIPPLE • 3/4" IPS x 8" LONG • 1" IPS x 8" LONG. OH PVC OR BRASS CAP (TEMPORARY - SEE 01 )® • 3/4" IPS • 1" IPS Oj EXTEND CUSTOMER SUPPLY LINE, AND CONNECT TO BRASS NIPPLE - SEEG INCLUDING FITTINGS, REDUCERS, AND BUSHINGS AS NECESSARY. OBRASS 3/4" OR 1"x45' STREET ELL, OR 3/4" OR 1" BRASS CLOSE NIPPLE W/ 3/4" OR 1 " BRASS 45' ELL. OK METER BOX (TRAFFIC) • 5/8"x3/4": CHRISTY B1017 W/ PIPE KNOCKOUTS, NON-SKID, BOLT -DOWN GALVANIZED STEEL LID, AND HINGED READER DOOR. • 1" METER: CHRISTY B1324 W/ PIPE KNOCKOUTS, NON-SKID, BOLT -DOWN GALVANIZED STEEL LID, AND HINGED READER DOOR. ® NSF/ANSI 61 AND NSF/ANSI 372 COMPLIANT. HAND TIGHTENED SET TOP OF METER BOX FLUSH WITH FINISH GRADE FINISH GRADE NO JOINTS ARE ACCEPTABLE BETWEEN CORPORATION STOP AND METER SETTER TYPICAL 1-1/2" & 2" INSTALLATION v TYPICAL WATER MAIN CONNECTION NOTES: 1, METER SHALL BE FURNISHED AND INSTALLED BY DISTRICT UPON PAYMENT OF ESTABLISHED METER CHARGES. 2. METER SETTER SHALL BE CENTERED WITHIN METER BOX , BOTH HORIZONTAL DIMENSIONS. 3, WATER SERVICE CONNECTIONS SHALL BE INSTALLED WHERE SHOWN ON THE PLANS OR OTHERWISE DIRECTED BY THE DISTRICT. 4, SERVICE LINES SHALL BE INSTALLED PERPENDICULAR TO THE WATER MAIN, UNLESS OTHERWISE SHOWN ON THE PLANS, 5. DEPTH OF COVER OVER SERVICE LINES SHALL MEET REQUIREMENTS OF SPECIFICATAIONS, MATERIAL INDEX: ®METER SETTER _ 1-1/2" METER: FORD VH76-12-11-66 OF FAUELLER B -2422-2-12x13" 2' METER: FORD VH77-12-11-77 OR MUELLER B-2422--2-1207' —FLANGED INVERTED KEY VALVE W/DRILLED PADLOCK WINGS ON INLET —ANGLE CHECK VALVE ON OUTLET —NO BYPASS —FEMALE HORIZONTAL I.P.S, INLET AND OUTLET —SETTER HEIGHT TO BE 12" Q8 SERVICE LINE WIPE 1-1/2" OR 2' CTS POLYETHYLENE. 'TUBING, SDR 9 © DOUBLF STRAP SERVICE SADDLE ROMAC 202 OR 202S 1-1//2' OR 2" I.P.S. TAP OADAPTOR (USE PIPE INSERTS) 1--1hL2" MPT x 1-1(2" CTS; MUELLER H-15428 Oft ORD C84 -66G GRIP JOINT" OR McDONALD 4753T 2' MIPT x 2" CTS: MUELLER H-15428 OR FORD C84 -77G "GRIP JOINT" OR McDONALD 4753T UE ADAP]gp USE PIPE INSERTS) 1-1 2FPT x 1-1/2" CTS: MUELLER H-15451 OR ORD C14 -66G GRIP JOINT" OR McDONALD 47541 2" FIPT x 2" CTS: MUELLER H-15451 OR FORD C14 -77G "GRIP JOINT" OR McDONALD 47541 QF METER BOX (SINGLE): HIGH DENSITY POLYETHYLENE (HDPE) METER BOX. MODEL #BCF17308XL, DUCTILE IRON COVER (HINGED) W/STAINLESS STEEL PIN. MODEL #BCF1730RL AS MANUFACTURED BY MID—STATES PLASTICS OF MT, STERLING, KENTUCKY. 0 O O I< CORPORATION STOP 1-1/2" WATERWORKS I.P. THREAD x MIPT— MUELLER H-9969 OR FORD FB500 Op McDONALD 31318 2' WATERWORKS I.P. THREAD x MIPT— MUELLER H-9969 OR FORD FB5OO OR McDONALD 31318 BRASS NIPPLE 1-1/2" IPS x 12" LONG OR 2" IPS x 12' LONG to 1/21 IPS OR 2PLIPSRON CAP BRASS 1-1/2" OT 2" 45 STREET ELL OR BRASS 1-1 OR CLOSE NIPPLE & BRASS 1-1 2 OR 2 45' STREET ELL TEMPORARY METER SPREADER — SEE STANDARD PLAN B -19K STANDARD PLAN B -19h LAKEHAVEN UTILITY DISTRICT WATER SERVICE CONNECTION (1-1/2)) & 2") DATE: 1-07° e °�P� SCALE: NONE DRAWN: RSL SHEET 1 CHECKED: BUR OF i IQH_REV APPR: BLR SLOT AT TOP OF u' BLOCKING PIPE TO ALLOW CLEARANCE FOR VERTICAL PIPE RUN — WATER MAIN VALVE LOCATION FIN. GRD N z -1 _,,— VERTICAL DISCHARGE PIPING PLAN D.I. "BLOCKING" PIPE — 10 SMALLER THAN WATER MAIN 18" MIN HOSE BIBB OR GLOBE VALVE WITH NIPPLE (12" MIN LENGTH) SEE NOTE 3. Sx z Z ------ - 2" 0 GALVANIZED ' STEEL PIPE & FITTINGS SEE NOTE 2 --J WATER MAIN : `d (>4„0) e e a .......I � ... . O°. ° .• . • .. Aaa ELEVATION NOTES: 1. PROVIDE TEMPORARY THRUST RESTRAINT; CONC. ECOLOGY BLOCK(S) AND/OR STEEL BRACING WITH BEARING PLATE(S) AS NECESSARY FOR SOIL AND TRENCH CONDITIONS TO RESIST TEST PRESSURE. 2. IF ASSEMBLY PLACED IN HAZARDOUS/TRAFFIC LOCATION, PROVIDE COUPLING AND PLUG FOR REMOVAL OF STANDPIPE OUTSIDE TIMES OF TESTING. EXTEND AND INSTALL OUTSIDE THE PAVEMENT SECTION TO MINIMIZE TRAFFIC IMPACTS. 3. DISCHARGED WATER WITH CHLORINE RESIDUAL SHALL BE DECHLORINATED/DISPOSED PER JURISDICTIONAL AGENCY REQUIREMENTS, AND CONTROLLED PER TESC PLAN. s SEE NOTE 3. SEE NOTE 1. FORMULA FOR ESTIMATING RATE OF DISCHARGE Q = 2.83d2Sx WHERE: If Q =DISCHARGE (gpm) d =INSIDE DIAM. OF DISCHARGE PIPE d,Sx,Sy— MEASURED IN INCHES STAN DAR D PLAN 10 DATE: 6-15 SCALE: NONE DRAWN: WLH SHEET 1 CHECKED: KRM�OF 1 APPR: KRM #lLr$rYD0VjL4 1 1 C J APPENDIX G CONSTRUCTION STORM WATER GENERAL PERMIT Issuance Date: Effective Date: Expiration Date 1 November 18, 2015 January 1, 2016 December 31, 2020 CONSTRUCTION STORMWATER 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 n 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. 11 Heatj*r R. Bartlett Watet uality Program Manager Washington State Department of Ecology C� 1' 1�.: m or$] ameleltALM R LISTOF TABLES...........................................................................................................................3 SUMMARY OF PERMIT REPORT SUBMITTALS.....................................................................4 SPECIALCONDITIONS ................................................................................................................5 Sl . 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 SIO. NOTICE OF TERMINATION.........................................................................................37 GENERALCONDITIONS...........................................................................................................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 C'012s11'11ccl[nn Siorrm alar Gencrul PL'I'Mil Page 2 1 11 1 1 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............................................................... Table 2: Summary of Required On-site Documentation ........................................... Table 3: Summary of Primary Monitoring Requirements ........................................ Table 4: Monitoring and Reporting Requirements................................................... Table 5: Turbidity, Fine Sediment & Phosphorus Sampling and Limits for 303(d) -Listed Waters.................................................................................. Table 6: pH Sampling and Limits for 303(d) -Listed Waters .................................... 1 1 Construction Stormuvater General Permit ' Page 3 .4 .4 15 17 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 Submittal Frequency First Submittal Date Section See Conditions S2, S5 Site Log Book See Conditions S4, S5 S5.A and High Turbidity/Transparency Phone As Necessary Within 24 hours S8 Reporting S5.B Discharge Monitoring Report Monthly* Within 15 days following the end of each month S5.F and Noncompliance Notification — As necessary Within 24 -hours S8 Telephone Notification S51 Noncompliance Notification — As necessary Within 5 Days of non - Written Report compliance S9.0 Request for Chemical Treatment As necessary Written approval from Form 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 As necessary Changes to the Discharge 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- As necessary compliance 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 S5.13 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 C 017SI1"21 11077 5101.17111 01CP C7C'IWIY41 PO -1771t 11,w,,c 4 1 l 1 l 1 1 1 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 S 1.E.3. B. Operators Required to Seek Coverage Under this General Permit: I . 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. Operators of the following activities are not required to seek coverage under this CSWGP (unless specifically required under Special Condition S1.B.l.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 Stormtieater General Permit Page 5 G 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 system 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 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. C077S1l't!c'71ot1 Stowm, cater General PCI.771it Page 6 Construction Storniwuler 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 tmanaged shaft drilling for construction of building, road, and bridge foundations unless 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 Storniwuler General Permit ' Page 7 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. 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/prooframs/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 C01T171'ue1i0n Storr17rrutct' UeIhT,41 PO -17 / Pa��e 8 1 r n u C C 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 S2.13 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 WAC 173- 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: L 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. 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 Storniwater General Permit Page 9 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 173-201 A-320. Comments can be submitted to: Department of Ecology, PO Box 47696, Olympia, Washington 98504-7696 Attn: Water Quality Program, Construction Stormwater." Construction Stomnvater General Permit Page 10 C 1 C L 11 1 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.ec�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/ ' con struction/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 S I.B. l .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 S 1.C.3. Construction Stornnrater General Permit Page 1 1 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 12 11 1-1 L 11 1 11 11 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 S4.13.3 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 storrnwater 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 Stornni user Generul Permit ' Page 13 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 C 160 in the manual referred to in Special Condition S9.C.I and 2). 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 S W PPP and the permit. i'01IS1171C[IUi7 S101.17M U(N!' 6CIlCI.141 PCI-171il Paue 14 d 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." 1 Table 3: Summary of Primary Monitoring Requirements Size of Soil Weekly Site Weekly Weekly Weekly pH CESCL Disturbance Inspections Sampling w/ Sampling w/ Sampling2 Required for Turbidity Transparency Inspections? Meter Tube Sites that disturb Required Not Required Not Required Not Required No less than 1 acre, but are part of a larger Common Plan of Development Sites that disturb 1 Required Sampling Required — Required Yes acre or more, but either method fewer than 5 acres Sites that disturb 5 Required Required Not Required Required Yes acres or more ' ' 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. z If construction activity results ;in the disturbance of 1 acre or more, and involves significant concrete work (1,000 ' cubic yards of poured over the life of a project) or the use of recycled concrete or 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. s 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. ('onstruction ,Stornzwater General Per'init Page 15 C. Turbidity/Transparency Sampling Requirements 1 2 3. 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. 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. 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. 1 1 t L C Construction Stornni7ater General Permit Page 16 , e. The Perrnittee 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 13/4 -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 Benchmark Phone transparency, is 33 centimeters (cm). Note: Benchmark values do not apply to Frequency Value Reporting more information. ' a. Turbidity 26 — 249 NTUs, or Transparency 32 — 7 cm: Trigger Value Turbidity NTU SM2130 Weekly, if 25 NTUs 250 NTUs discharging Transparency cm Manufacturer Weekly, if 33 cm 6 cm instructions, or discharging Ecology guidance ' Triggers 5. Turbidity/Transparency Benchmark Values and Reporting 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. C: onstruction Stor•nzivatei- General Permit Page 17 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. 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 Regime (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/pro rams/wq/storinwater/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 Storrni,iuter• General Permit Page 18 I 11 f. 1 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. C oam-uc,tiun Stnrnrnrater General l'er177it Page 19 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 used over the life of a project ) or the use of recycled concrete or 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, 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 and stormwater pH is 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 is 8.5 or the Permittee must either: pH greater, C oam-uc,tiun Stnrnrnrater General l'er177it Page 19 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 S4.0 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/pro�zrams/wq/stonnwater/construction/ index.htrnl. 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 S4.0 (Turbidity/Transparency), S4.13 (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/pro rg ams/ 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 Cons�rzutiun S���rnnrater General PCI -170 PaIuc 20 u 1 C C L C'! C 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/progr�wq/permits/paris/contacts.html. C. Records Retention The Permittee must retain records of all monitoring information (site log book, sampling results, inspections 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 1 ( onslalclioll Sllll"19lwaler GE31C ral P"l- it numeric effluent limitations (see S8. Discharges to 303(d) or TMDL Waterbodies), the Permittee must, upon becoming aware of the circumstance: 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 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. 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 S5.13. 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(1)(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 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: Coat lruc•lion b7nr17111'uler• Gencrul Permil P a``c 22 1 C 1 1 1 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 S 10 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 Coll.�71*1,'cvion Sornzwalcr Gencral Permit Pa, -,e 23 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 S8.0 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. ('OM11-11060�17 Stornnruler• Gel7eru1 Pe1771i( Pa,_,c'4 t J 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 Limit' • Turbidity Turbidity NTU SM2130 Weekly, if 25 NTUs, at the • Fine Sediment discharging point where • Phosphorus stormwater is discharged from the site; OR In compliance with the surface water quality standard for turbidity (S8.C.2.a) 'Permittees 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). 1 Const action Stormirater General Pci-I tit 1 Page 7 Table 6: pH Sampling and Limits for 303(d) -Listed Waters Parameter identified in Parameter Analytical Sampling Numeric Effluent 303(d) listing Sampled/Units Method Frequency Limit High pH pH /Standard pH meter Weekly, if In the range of 6.5 Units discharging —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. 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, ('onstruction Siorn711'eacl. General Per171it Pa�_,c 26 C 1 i] 1 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 its 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. LJ 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. The 13 elements of a SWPPP in Special Condition S9.D.1-13, including BMPs used to address each element. C'onstrvcvion Slor-i7nra/ r General Permit I'a,c 27 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. 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: 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 C'onsinictioll S7or1711rulrr Gcncrul Pcrrnit Pa`ac 1 7 F1 11 fl C 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 tracking sediment onto roads. preventing 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 Protect downstream development from a. properties and waterways of sites erosion and the associated discharge of turbid waters due to increases in the t U77Sll"Zf�11U17 .S1017111i'i/Ic'1' Gellcrol PL'I.110 Pa -C 29 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 ('un.elruc�ioll S101 -17111'O T Gc'ncrul PCI.17711 P'1' -'c 3O 1 1 F1 i 1 *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. 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). COITNII-I W017 Swrnnruter• General Pe7772it P Iue 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. flow c. The Permittee must control stormwater discharges, including both peak 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 l - 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 1 *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. 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). COITNII-I W017 Swrnnruter• General Pe7772it P Iue 31 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. West of the Cascade Mountains Crest: Temporary pipe slope drains must handle the peak 10 -minute flow rate from a Type 1 A, 10 -year, 24-hour frequency storm for the developed condition. Alternatively, the l 0 -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). Stabilize Channels and Outlets a. Design, construct and stabilize all on-site conveyance channels to prevent erosion from the following expected peak flows: West of the Cascade Mountains Crest: Channels must handle the peak 10 -minute flow rate from a Type IA, 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 ( ons,U•11clion Sion nt1�uler Gerrc:rul Per'«ail 1 1 1 ' stormwater. 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 C'r�nstruriiur7 Stornni°ater General Perillit 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 trucks or concrete handling equipment onto the ground, or into storm drains, open ditches, streets, or streams. Do not dump excess concrete on site, except in designated concrete washout areas. Concrete spillage or concrete discharge to surface waters of the State is prohibited. 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 S9.13.8, 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. 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. Construclioa Slonni alar General Peron Page 34 11 L 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. 1 l . Maintain BMPs Conslatction Stor17111% 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. 10. Areas where final stabilization has been accomplished and no further construction - phase permit requirements apply. 11. Location or proposed location of LID facilities. ('onstruction Siornni alar General Permit Pagc 36 0 r L 1 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 S 10.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. Construction Swralwater General Permit ' Po_ac 37 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 Swralwater General Permit ' Po_ac 37 G1. G2. GENERAL CONDITIONS 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. SIGNATORY REQUIREMENTS A. All permit applications must bear a certification of correctness to be signed: I . In the case of corporations, by a responsible corporate officer; 2. In the case of a partnership, by a general partner of a partnership; 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: 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 G2.13.2 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 G2.13.2 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 Crnishauction Storr11111 ul r General Pconit Pawc "s u 7 n C 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 43.21 B 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. C 01?S11TCti0i7 Stornz11'(110- (WIle7Yll Per��ait ' Paze N G6 G7. G8. 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. REPORTING A CAUSE FOR MODIFICATION The Permittee must submit a new application, or a supplement to the previous application, whenever a material change to the construction activity or in the quantity or type of discharge is anticipated which is not specifically authorized by this permit. This application must be submitted at least sixty (60) days prior to any proposed changes. Filing a request for a permit modification, revocation and reissuance, or termination, or a notification of planned changes or anticipated noncompliance does not relieve the Permittee of the duty to comply with the existing permit until it is modified or reissued. COMPLIANCE WITH OTHER LAWS AND STATUTES Nothing in this permit will be construed as excusing the Permittee from compliance with any applicable federal, state, or local statutes, ordinances, or regulations. DUTY TO REAPPLY The Permittee must apply for permit renewal at least 180 days prior to the specified expiration date of this permit. The Permittee must reapply using the electronic application form (NOI) available on Ecology's website. 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 COIIS1171ctioil StormitiVICT GeIWI-al Pel'79211 Page 40 i L r C 1�j u G9. TRANSFER OF GENERAL PERMIT COVERAGE ' Coverage under this general permit is automatically transferred to a new discharger, including operators of lots/parcels within a common plan of development or sale, if: ' A. A written agreement (Transfer of Coverage Form) between the current discharger (Permittee) and new discharger, signed by both parties and containing a specific date for transfer of permit responsibility, coverage, and liability (including any Administrative ' Orders associated with the Permit) is submitted to the Director; and B. The Director does; not notify the current discharger and new discharger of the Director's ' intent to revoke coverage under the general permit. If this notice is not given, the transfer is effective on the date specified in the written agreement. When a current discharger (Permittee) transfers a portion of a permitted site, the current ' discharger must also submit an updated application form (NOI) to the Director indicating the remaining permitted acreage after the transfer. G10. REMOVED SUBSTANCES The Permittee must not re -suspend or reintroduce collected screenings, grit, solids, sludges, ' filter backwash, or other pollutants removed in the course of treatment or control of stormwater to the final effluent stream for discharge to state waters. ' G11. DUTY TO PROVIDE INFORMATION The Permittee must submit to Ecology, within a reasonable time, all information that ' Ecology may request to determine whether cause exists for modifying, revoking and reissuing, or terminating this permit or to determine compliance with this permit. The Permittee must also submit to Ecology, upon request, copies of records required to be kept ' by this permit [40 CFR 122.41(h)]. G12. OTHER REQUIREMENTS OF 40 CFR ' All other requirements of 40 CFR 122.41 and 122.42 are incorporated in this permit by reference. ' G13. ADDITIONAL :MONITORING Ecology may establish specific monitoring requirements in addition to those contained in ' this permit by administrative order or permit modification. G14. PENALTIES FOR VIOLATING PERMIT CONDITIONS ' Any person who is found guilty of willfully violating the terms and conditions of this permit shall be deemed guilty of a crime, and upon conviction thereof shall be punished by a fine of ' up to ten thousand dollars ($10,000) and costs of prosecution, or by imprisonment at the discretion of the court. Each day upon which a willful violation occurs may be deemed a separate and additional violation. 1 Consuruction Siormirater General Permit ' Page 41 Any person who violates the terms and conditions of a waste discharge permit shall incur, in addition to any other penalty as provided by law, a civil penalty in the amount of up to ten thousand dollars ($10,000) for every such violation. Each and every such violation shall be a separate and distinct offense, and in case of a continuing violation, every day's continuance shall be deemed to be a separate and distinct violation. G15. UPSET Definition — "Upset" means an exceptional incident in which there is unintentional and temporary noncompliance with technology-based permit effluent limitations because of factors beyond the reasonable control of the Permittee. An upset does not include noncompliance to the extent caused by operational error, improperly designed treatment facilities, inadequate treatment facilities, lack of preventive maintenance, or careless or improper operation. An upset constitutes an affirmative defense to an action brought for noncompliance with such technology-based permit effluent limitations if the requirements of the following paragraph are met. A Permittee who wishes to establish the affirmative defense of upset must demonstrate, through properly signed, contemporaneous operating logs or other relevant evidence that: 1) an upset occurred and that the Permittee can identify the cause(s) of the upset; 2) the permitted facility was being properly operated at the time of the upset; 3) the Permittee submitted notice of the upset as required in Special Condition S5.F, and; 4) the Permittee complied with any remedial measures required under this permit. In any enforcement proceeding, the Permittee seeking to establish the occurrence of an upset has the burden of proof. G16. PROPERTY RIGHTS This permit does not convey any property rights of any sort, or any exclusive privilege. G17. DUTY TO COMPLY The Permittee must comply with all conditions of this permit. Any permit noncompliance constitutes a violation of the Clean Water Act and is grounds for enforcement action; for permit termination, revocation and reissuance, or modification; or denial of a permit renewal application. G18. TOXIC POLLUTANTS The Permittee must comply with effluent standards or prohibitions established under Section 307(a) of the Clean Water Act for toxic pollutants within the time provided in the regulations that establish those standards or prohibitions, even if this permit has not yet been modified to incorporate the requirement. ( om1ructloa .Slo?"71"lwalcr (;el7€ral P&_,e 42 11 n C G19. PENALTIES FOR TAMPERING The Clean Water Act provides that any person who falsifies, tampers with, or knowingly renders inaccurate any monitoring device or method required to be maintained under this permit shall, upon conviction, be punished by a fine of not more than $10,000 per violation, or by imprisonment for not more than two years per violation, or by both. If a conviction of a person is for a violation committed after a first conviction of such person under this condition, punishment shall be a fine of not more than $20,000 per day of violation, or imprisonment of not more than four (4) years, or both. G20. REPORTING PLANNED CHANGES The Permittee must, as soon as possible, give notice to Ecology of planned physical alterations, modifications or additions to the permitted construction activity. The Permittee should be aware that, depending on the nature and size of the changes to the original permit, a new public notice and other permit process requirements may be required. Changes in activities that require reporting to Ecology include those that will result in: A. The permitted facility being determined to be a new source pursuant to 40 CFR 122.29(b). B. A significant change in the nature or an increase in quantity of pollutants discharged, including but not limited to: for sites 5 acres or larger, a 20% or greater increase in acreage disturbed by construction activity. C. A change in or addition of surface water(s) receiving stormwater or non-stormwater from the construction activity. D. A change in the construction plans and/or activity that affects the Permittee's monitoring requirements in Special Condition S4. Following such notice, permit coverage may be modified, or revoked and reissued pursuant to 40 CFR 122.62(a) to specify and limit any pollutants not previously limited. Until such modification is effective, any new or increased discharge in excess of permit limits or not specifically authorized by this permit constitutes a violation. G21. REPORTING OTHER INFORMATION Where the Permittee becomes aware that it failed to submit any relevant facts in a permit application, or submitted incorrect information in a permit application or in any report to Ecology, it must promptly submit such facts or information. G22. REPORTING ANTICIPATED NON-COMPLIANCE The Permittee must give advance notice to Ecology by submission of a new application or supplement thereto at least forty-five (45) days prior to commencement of such discharges, of any facility expansions, production increases, or other planned changes, such as process modifications, in the permitted facility or activity which may result in noncompliance with permit limits or conditions. Any maintenance of facilities, which might necessitate Construction Stornni,aler General Permit Page 43 unavoidable interruption of operation and degradation of effluent quality, must be scheduled during non-critical water quality periods and carried out in a manner approved by Ecology. ' G23. REQUESTS TO BE EXCLUDED FROM COVERAGE UNDER THE PERMIT Any discharger authorized by this permit may request to be excluded from coverage under the general permit by applying for an individual permit. The discharger must submit to the Director an application as described in WAC 173-220-040 or WAC 173-216-070, whichever is applicable, with reasons supporting the request. These reasons will fully document how an individual permit will apply to the applicant in a way that the general permit cannot. Ecology may make specific requests for information to support the request. The Director will either issue an individual permit or deny the request with a statement explaining the reason for the denial. When an individual permit is issued to a discharger otherwise subject to the construction stormwater general permit, the applicability of the construction stormwater general permit to that Permittee is automatically terminated on the effective date of the individual permit. G24. APPEALS A. The terms and conditions of this general permit, as they apply to the appropriate class of dischargers, are subject to appeal by any person within 30 days of issuance of this general permit, in accordance with Chapter 43.2113 RCW, and Chapter 173-226 WAC. B. The terms and conditions of this general permit, as they apply to an individual discharger, are appealable in accordance with Chapter 43.21B RCW within 30 days of the effective date of coverage of that discharger. Consideration of an appeal of general permit coverage of an individual discharger is limited to the general permit's applicability or nonapplicability to that individual discharger. C. The appeal of general permit coverage of an individual discharger does not affect any other dischargers covered under this general permit. If the terms and conditions of this general permit are found to be inapplicable to any individual discharger(s), the matter shall be remanded to Ecology for consideration of issuance of an individual permit or permits. G25. SEVERABILITY The provisions of this permit are severable, and if any provision of this permit, or application of any provision of this permit to any circumstance, is held invalid, the application of such provision to other circumstances, and the remainder of this permit shall not be affected thereby. G26. BYPASS PROHIBITED A. Bypass Procedures Bypass, which is the intentional diversion of waste streams from any portion of a treatment facility, is prohibited for stormwater events below the design criteria for Construction Stormwater General Permit Page 44 0 1 n 1 11 stormwater management. Ecology may take enforcement action against a Permittee for ' bypass unless one of the following circumstances (1, 2, 3 or 4) is applicable. 1. Bypass of stormwater is consistent with the design criteria and part of an approved management practice in the applicable stormwater management manual. 2. Bypass for essential maintenance without the potential to cause violation of permit limits or conditions. ' Bypass is authorized if it is for essential maintenance and does not have the potential to cause violations of limitations or other conditions of this permit, or ' adversely impact public health. 3. Bypass of stormwater is unavoidable, unanticipated, and results in noncompliance of this permit. ' This bypass is if: permitted only ' a. Bypass is unavoidable to prevent loss of life, personal injury, or severe property damage. "Severe property damage" means substantial physical damage to property, damage to the treatment facilities which would cause them to become ' inoperable, or substantial and permanent loss of natural resources which can reasonably be expected to occur in the absence of a bypass. b. There are no feasible alternatives to the bypass, such as the use of auxiliary ' treatment facilities, retention of untreated wastes, maintenance during normal periods of equipment downtime (but not if adequate backup equipment should have been installed in the exercise of reasonable engineering judgment to ' prevent a bypass which occurred during normal periods of equipment downtime or preventative maintenance), or transport of untreated wastes to another treatment facility. ' c. Ecology is properly notified of the bypass as required in Special Condition S5.17 of this permit. ' 4. A planned action that would cause bypass of stormwater and has the potential to result in noncompliance of this permit during a storm event. The Permittee must notify Ecology at least thirty (30) days before the planned date ' of bypass. The notice must contain: ' a. A description of the bypass and its cause. b. An analysis of all known alternatives which would eliminate, reduce, or mitigate the need for bypassing. rc. A cost-effectiveness analysis of alternatives including comparative resource damage assessment. d. The minimum and maximum duration of bypass under each alternative. e. A recommendation as to the preferred alternative for conducting the bypass. i u11. ln!clioo Slornm a/c/. General Pov)l1! PaL,c 4-� f. The projected date of bypass initiation. g. A statement of compliance with SEPA. h. A request for modification of water quality standards as provided for in WAC 173-201A-110, if an exceedance of any water quality standard is anticipated. Steps taken or planned to reduce, eliminate, and prevent reoccurrence of the bypass. For probable construction bypasses, the need to bypass is to be identified as early in the planning process as possible. The analysis required above must be considered during preparation of the Stormwater Pollution Prevention Plan (SWPPP) and must be included to the extent practical. In cases where the probable need to bypass is determined early, continued analysis is necessary up to and including the construction period in an effort to minimize or eliminate the bypass. Ecology will consider the following before issuing an administrative order for this type bypass: a. If the bypass is necessary to perform construction or maintenance -related activities essential to meet the requirements of this permit. b. If there are feasible alternatives to bypass, such as the use of auxiliary treatment facilities, retention of untreated wastes, stopping production, maintenance during normal periods of equipment down time, or transport of untreated wastes to another treatment facility. c. If the bypass is planned and scheduled to minimize adverse effects on the public and the environment. After consideration of the above and the adverse effects of the proposed bypass and any other relevant factors, Ecology will approve, conditionally approve, or deny the request. The public must be notified and given an opportunity to comment on bypass incidents of significant duration, to the extent feasible. Approval of a request to bypass will be by administrative order issued by Ecology under RCW 90.48.120. B. Duty to Mitigate The Permittee is required to take all reasonable steps to minimize or prevent any discharge or sludge use or disposal in violation of this permit that has a reasonable likelihood of adversely affecting human health or the environment. ('uilstruction Stnrallvcater General Permit Pa�,c 46 C APPENDIX A — DEFINITIONS AKART is an acronym for "all known, available, and reasonable methods of prevention, control, and treatment." AKART represents the most current methodology that can be reasonably required for preventing, controlling, or abating the pollutants and controlling pollution associated with a discharge. ' Applicable TMDL means a TMDL for turbidity, fine sediment, high pH, or phosphorus, which was 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. ' Applicant means an operator seeking coverage under this permit. w t Benchmark means a pollutant concentration used as a permit threshold, below which a pollutant is considered unlikely to cause a water quality violation, and above which it may. When pollutant concentrations exceed benchmarks, corrective action requirements take effect. Benchmark values are not water quality standards and are not numeric effluent limitations; they are indicator values. Best Management Practices (BMPs) means schedules of activities, prohibitions of practices, maintenance procedures, and other physical, structural and/or managerial practices to prevent or reduce the pollution of waters of the State. BMPs include treatment systems, operating procedures, and practices to control: stormwater associated with construction activity, spillage or leaks, sludge or waste disposal, or drainage from raw material storage. Buffer means an area designated by a local jurisdiction that is contiguous to and intended to protect a sensitive area. Bypass means the intentional diversion of waste streams from any portion of a treatment facility. Calendar Day A period of 24 consecutive hours starting at 12:00 midnight and ending the following 12:00 midnight. Calendar Week (same as Week) means a period of seven consecutive days starting at 12:01 a.m. (0:01 hours) on Sunday. Certified Erosion and Sediment Control Lead (CESCL) means a person who has current certification through an approved erosion and sediment control training program that meets the minimum training standards established by Ecology (see BMP C160 in the SWMM). Chemical Treatment means the addition of chemicals to stormwater and/or authorized non- stormwater prior to filtration and discharge to surface waters. Clean Water Act (CWA) means the Federal Water Pollution Control Act enacted by Public Law 92-500, as amended by Public Laws 95-217, 95-576, 96-483, and 97-117; USC 1251 et seq. Combined Sewer means a sewer which has been designed to serve as a sanitary sewer and a storm sewer, and into which inflow is allowed by local ordinance. Coaalnyclioo Storlmva✓cr General Per-rrrit PaL,c 47 Common Plan of Development or Sale means a site where multiple separate and distinct construction activities may be taking place at different times on different schedules and/or by different contractors, but still under a single plan. Examples include: 1) phased projects and projects with multiple filings or lots, even if the separate phases or filings/lots will be constructed under separate contract or by separate owners (e.g., a development where lots are sold to separate builders); 2) a development plan that may be phased over multiple years, but is still under a consistent plan for long-term development; 3) projects in a contiguous area that may be unrelated but still under the same contract, such as construction of a building extension and a new parking lot at the same facility; and 4) linear projects such as roads, pipelines, or utilities. If the project is part of a common plan of development or sale, the disturbed area of the entire plan must be used in determining permit requirements. Composite Sample means a mixture of grab samples collected at the same sampling point at different times, formed either by continuous sampling or by mixing discrete samples. May be "time -composite" (collected at constant time intervals) or "flow -proportional" (collected either as a constant sample volume at time intervals proportional to stream flow, or collected by increasing the volume of each aliquot as the flow increases while maintaining a constant time interval between the aliquots. Concrete Wastewater means any water used in the production, pouring and/or clean-up of concrete or concrete products, and any water used to cut, grind, wash, or otherwise modify concrete or concrete products. Examples include water used for or resulting from concrete truck/mixer/pumper/tool/chute rinsing or washing, concrete saw cutting and surfacing (sawing, coring, grinding, roughening, hydro -demolition, bridge and road surfacing). When stormwater comingles with concrete wastewater, the resulting water is considered concrete wastewater and must be managed to prevent discharge to waters of the State, including ground water. Construction Activity means land disturbing operations including clearing, grading or excavation which disturbs the surface of the land. Such activities may include road construction, construction of residential houses, office buildings, or industrial buildings, site preparation, soil compaction, movement and stockpiling of topsoils, and demolition activity. Contaminant means any hazardous substance that does not occur naturally or occurs at greater than natural background levels. See definition of "hazardous substance" and WAC 173-340-200 Contaminated Groundwater means groundwater which contains contaminants, pollutants, or hazardous substances that do not occur naturally or occur at levels greater than natural background. Contaminated Soil means soil which contains contaminants, pollutants, or hazardous substances that do not occur naturally or occur at levels greater than natural background. Demonstrably Equivalent means that the technical basis for the selection of all stormwater BMPs is documented within a SWPPP, including: 1. The method and reasons for choosing the stormwater BMPs selected. Construction Storinwater General Permit Page 48 1 1 i 1 2. The pollutant removal performance expected from the BMPs selected. ' 3. The technical basis supporting the performance claims for the BMPs selected, including any available data concerning field performance of the BMPs selected. ' 4. An assessment of how the selected BMPs will comply with state water quality standards. 5. An assessment of how the selected BMPs will satisfy both applicable federal technology- based treatment requirements and state requirements to use all known, available, and ' reasonable methods of prevention, control, and treatment (AKART). Department means the Washington State Department of Ecology. ' Detention means the temporary storage of stormwater to improve quality and/or to reduce the mass flow rate of discharge. Dewatering means the act of pumping ground water or stormwater away from an active construction site. ' Director means the Director of the Washington State Department of Ecology or his/her authorized representative. ' Discharger means an owner or operator of any facility or activity subject to regulation under Chapter 90.48 RCW or the; Federal Clean Water Act. Domestic Wastewater means water carrying human wastes, including kitchen, bath, and laundry wastes from residences, buildings, industrial establishments, or other places, together with such ground water infiltration or surface waters as may be present. ' Ecology means the Washington State Department of Ecology. ' Engineered Soils means the use of soil amendments including, but not limited, to Portland cement treated base (CTB), cement kiln dust (CKD), or fly ash to achieve certain desirable soil characteristics. ' Equivalent BMPs means operational, source control, treatment, or innovative BMPs which result in equal or better quality of stormwater discharge to surface water or to ground water than ' BMPs selected from the SWMM. Erosion means the wearing away of the land surface by running water, wind, ice, or other ' geological agents, including such processes as gravitational creep. Erosion and Sediment Control BMPs means BMPs intended to prevent erosion and ' sedimentation, such as preserving natural vegetation, seeding, mulching and matting, plastic covering, filter fences, sediment traps, and ponds. Erosion and sediment control BMPs are synonymous with stabilization and structural BMPs. ' Federal Operator is an entity that meets the definition of "Operator" in this permit and is either any department, agency or instrumentality of the executive, legislative, and judicial branches of Construction Stornnivier General Permit ' Page 49 the Federal government of the United States, or another entity, such as a private contractor, performing construction activity for any such department, agency, or instrumentality. Final Stabilization (same as fully stabilized or full stabilization) means the establishment of a permanent vegetative cover, or equivalent permanent stabilization measures (examples of permanent non -vegetative stabilization methods include, but are not limited to riprap, gabions or geotextiles) which prevents erosion. Ground Water means water in a saturated zone or stratum beneath the land surface or a surface waterbody. Hazardous Substance means any dangerous or extremely hazardous waste as defined in RCW 70.105.010 (5) and (6), or any dangerous or extremely dangerous waste as designated by rule under chapter 70.105 RCW; any hazardous substance as defined in RCW 70.105.010(10) or any hazardous substance as defined by rule under chapter 70.105 RCW; any substance that, on the effective date of this section, is a hazardous substance under section 101(14) of the federal cleanup law, 42 U.S.C., Sec. 9601(14); petroleum or petroleum products; and any substance or category of substances, including solid waste decomposition products, determined by the director by rule to present a threat to human health or the environment if released into the environment. The term hazardous substance does not include any of the following when contained in an underground storage tank from which there is not a release: crude oil or any fraction thereof or petroleum, if the tank is in compliance with all applicable federal, state, and local law. Injection Well means a well that is used for the subsurface emplacement of fluids. (See Well.) Jurisdiction means a political unit such as a city, town or county; incorporated for local self- government. National Pollutant Discharge Elimination System (NPDES) means the national program for issuing, modifying, revoking and reissuing, terminating, monitoring, and enforcing permits, and imposing and enforcing pretreatment requirements, under sections 307, 402, 318, and 405 of the Federal Clean Water Act, for the discharge of pollutants to surface waters of the State from point sources. These permits are referred to as NPDES permits and, in Washington State, are administered by the Washington State Department of Ecology. Notice of Intent (NOI) means the application for, or a request for coverage under this general permit pursuant to WAC 173-226-200. Notice of Termination (NOT) means a request for termination of coverage under this general permit as specified by Special Condition S 10 of this permit. Operator means any party associated with a construction project that meets either of the following two criteria: • The party has operational control over construction plans and specifications, including the ability to make modifications to those plans and specifications; or ('017SO uM017 S101-17711 110' General P0770 770 Pa,e 50 I I • The party has day-to-day operational control of those activities at a project that are ' necessary to ensure compliance with a SWPPP for the site or other permit conditions (e.g., they are authorized to direct workers at a site to carry out activities required by the SWPPP or comply with other permit conditions). ' Permittee means individual or entity that receives notice of coverage under this general permit. ' pH means a liquid's measure of acidity or alkalinity. A pH of 7 is defined as neutral. Large variations above or below this value are considered harmful to most aquatic life. ' pH Monitoring Period means the time period in which the pH of stormwater runoff from a site must be tested a minimum of once every seven days to determine if stormwater pH is between 6.5 and 8.5. ' Point Source means any discernible, confined, and discrete conveyance, including but not limited to, any pipe, ditch, channel, tunnel, conduit, well, discrete fissure, and container from which pollutants are or may be discharged to surface waters of the State. This term does not include return flows from irrigated agriculture. (See Fact Sheet for further explanation.) Pollutant means dredged spoil, solid waste, incinerator residue, filter backwash, sewage, garbage, domestic sewage sludge (biosolids), munitions, chemical wastes, biological materials, radioactive materials, heat, wrecked or discarded equipment, rock, sand, cellar dirt, and ' industrial, municipal, and agricultural waste. This term does not include sewage from vessels within the meaning of section 312 of the CWA, nor does it include dredged or fill material discharged in accordance with a permit issued under section 404 of the CWA. Pollution means contamination or other alteration of the physical, chemical, or biological properties of waters of the State; including change in temperature, taste, color, turbidity, or odor ' of the waters; or such discharge of any liquid, gaseous, solid, radioactive or other substance into any waters of the State as will or is likely to create a nuisance or render such waters harmful, detrimental or injurious to the public health, safety or welfare; or to domestic, commercial, ' industrial, agricultural, recreational, or other legitimate beneficial uses; or to livestock, wild animals, birds, fish or other aquatic life. Process Wastewater means any water which, during manufacturing or processing, comes into ' direct contact with or results from the production or use of any raw material, intermediate product, finished product, byproduct, or waste product. If stormwater commingles with process wastewater, the commingled water is considered process wastewater. Receiving Water means the waterbody at the point of discharge. If the discharge is to a storm sewer system, either surface or subsurface, the receiving water is the waterbody to which the ' storm system discharges. Systems designed primarily for other purposes such as for ground water drainage, redirecting stream natural flows, or for conveyance of irrigation water/return flows that coincidentally convey stormwater are considered the receiving water. C'unsti•uctiora S10r17111'utCr• OCHO-Ul I'LT17 t ' Page 51 Representative means a stormwater or wastewater sample which represents the flow and characteristics of the discharge. Representative samples may be a grab sample, a time - proportionate composite sample, or a flow proportionate sample. Ecology's Construction Stormwater Monitoring Manual provides guidance on representative sampling. Responsible Corporate Officer for the purpose of signatory authority means: (i) a president, secretary, treasurer, or vice-president of the corporation in charge of a principal business function, or any other person who performs similar policy- or decision-making functions for the corporation, or (ii) the manager of one or more manufacturing, production, or operating facilities, provided, the manager is authorized to make management decisions which govern the operation of the regulated facility including having the explicit or implicit duty of making major capital investment recommendations, and initiating and directing other comprehensive measures to assure long term environmental compliance with environmental laws and regulations; the manager can ensure that the necessary systems are established or actions taken to gather complete and accurate information for permit application requirements; and where authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures (40 CFR 122.22). Sanitary Sewer means a sewer which is designed to convey domestic wastewater. Sediment means the fragmented material that originates from the weathering and erosion of rocks or unconsolidated deposits, and is transported by, suspended in, or deposited by water. Sedimentation means the depositing or formation of sediment. Sensitive Area means a waterbody, wetland, stream, aquifer recharge area, or channel migration zone. SEPA (State Environmental Policy Act) means the Washington State Law, RCW 43.21C.020, intended to prevent or eliminate damage to the environment. Significant Amount means an amount of a pollutant in a discharge that is amenable to available and reasonable methods of prevention or treatment; or an amount of a pollutant that has a reasonable potential to cause a violation of surface or ground water quality or sediment management standards. Significant Concrete Work means greater than 1000 cubic yards poured concrete used over the life of a project. Significant Contributor of Pollutants means a facility determined by Ecology to be a contributor of a significant amount(s) of a pollutant(s) to waters of the State of Washington. Site means the land or water area where any "facility or activity" is physically located or conducted. Source Control BMPs means physical, structural or mechanical devices or facilities that are intended to prevent pollutants from entering stormwater. A few examples of source control C 017NI1"IICII017 .S101-11111 010- (IMeFUl PCF1171I PaL,c JZ r C� F BMPs are erosion control practices, maintenance of stormwater facilities, constructing roofs over storage and working areas, and directing wash water and similar discharges to the sanitary sewer or a dead end sump. Stabilization means the application of appropriate BMPs to prevent the erosion of soils, such as, temporary and permanent seeding, vegetative covers, mulching and matting, plastic covering and sodding. See also the definition of Erosion and Sediment Control BMPs. ' Storm Drain means any drain which drains directly into a storm sewer system, usually found along roadways or in parking lots. ' Storm Sewer System means a means a conveyance, or system of conveyances (including roads with drainage systems, municipal streets, catch basins, curbs, gutters, ditches, manmade ' channels, or storm drains designed or used for collecting or conveying stormwater. This does not include systems which are part of a combined sewer or Publicly Owned Treatment Works (POTW) as defined at 40 CFR 122.2. Stormwater means that portion of precipitation that does not naturally percolate into the ground or evaporate, but flows via overland flow, interflow, pipes, and other features of a stormwater ' drainage system into a defined surface waterbody, or a constructed infiltration facility. Stormwater Management Manual (SWMM) or Manual means the technical Manual ' published by Ecology for use by local governments that contain descriptions of and design criteria for BMPs to prevent, control, or treat pollutants in stormwater. Stormwater Pollution Prevention Plan (SWPPP) means a documented plan to implement measures to identify, prevent, and control the contamination of point source discharges of stormwater. Surface Waters of the State includes lakes, rivers, ponds, streams, inland waters, salt waters, and all other surface waters and water courses within the jurisdiction of the State of Washington. ' Temporary Stabilization means the exposed ground surface has been covered with appropriate materials to provide temporary stabilization of the surface from water or wind erosion. Materials include, but are not limited to, mulch, riprap, erosion control mats or blankets and temporary cover crops. Seeding alone is not considered stabilization. Temporary stabilization is not a substitute for the more permanent "final stabilization." ' Total Maximum Daily Load (TMDL) means a calculation of the maximum amount of a pollutant that a waterbody can receive and still meet state water quality standards. Percentages of the total maximum daily load are allocated to the various pollutant sources. A TMDL is the ' sum of the allowable loads of a single pollutant from all contributing point and nonpoint sources. The TMDL calculations must include a "margin of safety" to ensure that the waterbody can be protected in case there are unforeseen events or unknown sources of the pollutant. The ' calculation must also account for seasonable variation in water quality. Construction Stornmwer General Permit ' Page 53 Transfer of Coverage (TOC) means a request for transfer of coverage under this general permit as specified by General Condition G9 of this permit. Treatment BMPs means BMPs that are intended to remove pollutants from stormwater. A few examples of treatment BMPs are detention ponds, oil/water separators, biofiltration, and constructed wetlands. Transparency means a measurement of water clarity in centimeters (cm), using a 60 cm transparency tube. The transparency tube is used to estimate the relative clarity or transparency of water by noting the depth at which a black and white Secchi disc becomes visible when water is released from a value in the bottom of the tube. A transparency tube is sometimes referred to as a "turbidity tube." Turbidity means the clarity of water expressed as nephelometric turbidity units (NTUs) and measured with a calibrated turbidimeter. Uncontaminated means free from any contaminant. See definition of "contaminant" and WAC 173-340-200. Waste Load Allocation (WLA) means the portion of a receiving water's loading capacity that is allocated to one of its existing or future point sources of pollution. WLAs constitute a type of water quality based effluent limitation (40 CFR 130.2[h]). Water -only Based Shaft Drilling is a shaft drilling process that uses water only and no additives are involved in the drilling of shafts for construction of building, road, or bridge foundations. Water quality means the chemical, physical, and biological characteristics of water, usually with respect to its suitability for a particular purpose. Waters of the State includes those waters as defined as "waters of the United States" in 40 CFR Subpart 122.2 within the geographic boundaries of Washington State and "waters of the State" as defined in Chapter 90.48 RCW, which include lakes, rivers, ponds, streams, inland waters, underground waters, salt waters, and all other surface waters and water courses within the jurisdiction of the state of Washington. Well means a bored, drilled or driven shaft, or dug hole whose depth is greater than the largest surface dimension. (See Injection well.) Wheel Wash Wastewater means any water used in, or resulting from the operation of, a tire bath or wheel wash (BMP C 106: Wheel Wash), or other structure or practice that uses water to physically remove mud and debris from vehicles leaving a construction site and prevent track - out onto roads. When stormwater comingles with wheel wash wastewater, the resulting water is considered wheel wash wastewater and must be managed according to Special Condition S9.13.9. Coa. tructrof7 Slorrmruter Gencrul PcoWt Pa,c 74 i t I u APPENDIX B — ACRONYMS AKART All Known, Available, and Reasonable Methods of Prevention, Control, and Treatment BMP Best Management Practice CESCL Certified Erosion and Sediment Control Lead CFR Code of Federal Regulations CKD Cement Kiln. Dust em Centimeters CTB Cement -Treated Base CWA Clean Water Act DMR Discharge Monitoring Report EPA Environmental Protection Agency ERTS Environmental Report Tracking System ESC Erosion and Sediment Control FR Federal Register LID Low Impact Development NOI Notice of Intent NOT Notice of Termination NPDES National Pollutant Discharge Elimination System NTU Nephelometric Turbidity Unit RCW Revised Code of Washington SEPA State Environmental Policy Act SWMM Stormwater Management Manual SWPPP Stormwater Pollution Prevention Plan TMDL Total Maximum Daily Load UIC Underground Injection Control USC United States Code USEPA United States Environmental Protection Agency WAC Washington Administrative Code WQ Water Quality WWHM Western Washington Hydrology Model Construction Slorniwuler General Permit Page 5 5 APPENDIX H GEOTECHNICAL BORINGS SW 320Th St U) a r S 320Th St ' I I Federal Celebration Park Project Location S 348Th St 0 Z� m yU S 356Th St 199D 0 fest Hyleo Creek N 0 0.5 1 Miles Data Source: Esri 2012 Pacific Highway South LANDAU Phase V Improvements ASSOCIATES Federal Way, Washington The Commons at Federal Way 161 Enchanted Park jai S 344Th St a°, 5� Lakeland South Q F_verett Edmonds Project Seattle Location ookane Federal Way Olympia Washington Vicinity Map Figure 1 V M - jLL-! LANDAU 1A ASSOCIATES Note 1. Black and white reproduction of this color original may reduce its effectiveness and lead to incorrect interpretation. Legend B-1 & Boring Location and Designation and (22) Depth in Feet HA -1 0 Hand Auger Location and Designation 1 N .� 20- LL N _ - I Cn . Pacific Highway South _ I —(22) ... ............. I I Source: Google Earth Pro; KPG 2013 Pacific Highway o ao so South Phase V Improvements Site and Exploration Plan Scale in Feet Federal Way, Washington Figure 2 k) I 4 �I = 23 24J _ sl J I fll V � O 3 U , I A LANDAU 1A ASSOCIATES Note 1. Black and white reproduction of this color original may reduce its effectiveness and lead to incorrect interpretation. J ► i. 11 I ws \ h � Matchline: See Figure 13 Source: © 2013 Google Earth Pro; KPG 2013 0 40 80 Pacific Highway South Scale in Feet Phase V Improvements Federal Way, Washington Legend B-2 & Boring Location and Designation and (22) Depth in Feet HA -2 0 Hand Auger Location and Designation B-2 —(22) Pacific Highway South Ir Site and Exploration Plan Figure 3 _ I -06 — �I C-1 ILL a) 29 •-2 - s big acific Highway South C-3 j C-4 9 — — — , — — 7 j h L V J L � b E � #�Ary 0, I Note J 1. Black and white reproduction of this color LANDAU original may reduce its effectiveness and 1A ASSOCIATES lead to incorrect interpretation. Source: Google Earth Pro; KPG 2013 0 40 80 Pacific Hi �'f► ghwaY South Phase V Improvements Scale in Feet Federal Way, Washington Site and Exploration Plan Figure 4 Legend B-3 & Boring Location and Designation and (22) Depth in Feet I 1 1 I 4 0 I-S—B-4 �I (26.5) LL' 39 -- Pacific Highway Sou h' c. �I (222)2) 9 1 Z V V V O LANDAU 1A ASSOCIATES Note Source: © 2013 Google Earth Pro; KPG 2013 A 1. Black and white reproduction of this color ` 0 40 80 Pacific Highway South Figure Phase V Improvements Site and Exploration Plan G original may reduce its effectiveness and P p �J lead to incorrect interpretation. Scale in Feet Federal Way, Washington :IdQ! Legend B-6 & Boring Location and Designation and (22) Depth in Feet HA -4 O Hand Auger Location and Designation C-5 0 Core Location and Designation O i O I B-6 I* C-5 C-6 I ami 44 46 Pacific Hi hway South c L U L I C-7 12 V V 1 y I � 3 1 LANDAU 1A ASSOCIATES Note 1. Black and white reproduction of this color original may reduce its effectiveness and lead to incorrect interpretation. 0 40 80 Source: PaC Pacific Highway Google Earth SouthPro; KPG 2013 Phase V Improvements Site and Exploration Plan Scale in Feet Federal Way, Washington Figure 6 .nd !9 Boring Location and Designation and Depth in Feet G Hand Auger Location and Designation .4 may need to reduce sw/planr area for dr' TIM I + 1 I 0 p a \\ 4 _ —�v— — Pacific Highway South \ LL I`D CD s a I y l 3 I a1 L t 9 I 9 I L I D 0 1 I w a1 1jj 1 Note 1. Black and white reproduction of this color LANDAU original may reduce its effectiveness and ASSOCIATES lead to incorrect interpretation. Source:oEarth Pro; KPG 2013 Pacific Highway 0 4o ao South Phase V Improvements Site and Exploration Plan Scale in Feet Federal Way, Washington D Figure 7 N E D , 1` t Note J 1. Black and white reproduction of this color LANDAU original may reduce its effectiveness and ASSOCIATES lead to incorrect interpretation. Z r o lintersection i7tool, V B-12— — — (26.5) removed a dwy, loo close to iner e�ti�n Legend B-12 Boring Location and Designation and (26.5) Depth in Feet I co LO 00 I a � —I 2 57 58 Pacific Highwa South 777�77-- ami IU) ro s 4�e Source: Pac Pacific Highway Google Earth Pro; KPG 2013 Z o ao so g y Figure Phase V Improvements Site and Exploration Plan Q Scale in Feet Federal Way, Washington V T �9 Legend B-8 & Boring Location and Designation and . •, �•. (22) Depth in Feet v ` C-9 I* Core Location and Designation Al l I I I 1 nl rn (1 120 r) !` Z C-10 G it 1 �' LL 1 i i i y i i i i i i I LL Pacific Highway South coo I cn = �C-11 c _ (22) p / 4 LANDAU 1A ASSOCIATES Note 1. Black and white reproduction of this color original may reduce its effectiveness and lead to incorrect interpretation. 0 4o so Source: Pac fic Highway Google Earth SouthPro; KPG 2013 Figure Phase V Improvements Site and Exploration Plan Q Scale in Feet Federal Way, Washington J 1 i 4 ! { I I t � A �� ,111 4,111 1, remove dwy close to intersection, o to eIlp B-10 11 I– — (26.5) 00 L U Pacific Highway South i fl V I V J IY Matchline: See Figure 13 LANDAU 1A ASSOCIATES t Note 1. Black and white reproduction of this color original may reduce its effectiveness and lead to incorrect interpretation. Legend B-10 `9 Boring Location and Designation and (26.5) Depth in Feet I1k11 �� IIIkllkll � � � o s 68 69 70 , I (D ;00"/ I 'III\IIIIIIIIIIIIIIIIII � ,, __ B-11 (26.5) A Source:oEarth Pro; KPG 2013 Pacific Hi ,t o ao so Highway South Phase V Improvements Site and Exploration Plan Scale in Feet Federal Way, Washington Figure 10 v 1 t� AL Legend B-13 Boring Location and Designation and (26.5) Depth in Feet C-13 Core Location and Designation Milk] O I I —1 �I � C-14 m LL m a> 1 LL U1 ail C-15 6I c 1 I � LANDAU 1A ASSOCIATES Note 1. Black and white reproduction of this color original may reduce its effectiveness and lead to incorrect interpretation. (26.5) tt I f ogle rth Source:Pacific Highway KPG 2013 ,t o ao so South Figure Phase V Improvements Site and Exploration Plan 11 Scale in Feet Federal Way, Washington I r o� ;v l L1 �IM v I Pacific'Highway South c �I �I L — I fl J V V O V L V L J � J_ J � J b J O V { J y 0 I Note J 1. Black and white reproduction of this color 1ALANDAU original may reduce its effectiveness and ASSOCIATES lead to incorrect interpretation. tS� 26 64 II II II II II II ) O ` I 80 79 o ---� Q0 I / �B15 / (26.5) v m o� IF \ � o bO ation and Designation and :et � v O -r \ ® SU -30 Source: Google Earth Pro; KPG 2013 Pacific Highway o ao so South Phase V Improvements Site and Exploration Plan Scale in Feet Federal Way, Washington a� I k4 o *a a � It Y Legend B-16 Boring Location and Designation and (21.5) Depth in Feet looe-, Sea N 1 • AIN P AOL CW ..I� s �'1 n r Ll D D i Note J 1. Black and white reproduction of this color LANDAU original may reduce its effectiveness and 1A ASSOCIATES lead to incorrect interpretation. Matchline: See Figure 10 Source: © 2013 Google Earth Pro; KPG 2013 Z� 0 ao $0 Pacific Highway South Phase V Improvements Scale in Feet Federal Way, Washington Site and Exploration Plan Figure 13 B-1 LAI Project No: 326080.010 SAMPLE DATA SOIL PROFILE Moisture Content (%) Plastic Liquid Limit I�—� Limit 10 20 30 40 a� o Hollow -Stem Auger Drilling Method: 9 g -� E � a � E >1 o a E Ground Elevation (ft): Not measured �5 m ♦SPT N -Value L Non -Standard N -Value Z, z $ T <n 3 10 20 30 40 s a aa) Q o � r U) Drilled By: Holocene Drilling Inc. X Fines Content (%) X E m ° m m o7 Logged By: JLS Date: 12/15/14 P o U) 06 U)m 0 Z)c7 10 20 30 40 0 AC 0.7 feet of asphalt (ASPHALT) .:` .. CON C GM 0.7 feet of concrete (CONCRETE) - S-1 b2 13 WG3 8 ♦ • X Gray, sandy, very silty GRAVEL with some organics (loose, wet) - (GLACIAL LACUSTRINE) $ - 5 W = 35 4L Grades to medium stiff L S - 2� b2 6 o SM Gray, silty, gravelly, fine to coarse SAND w? (dense, moist) 3 (GLACIAL TILL) - o - C� - 10 W=9 • S -3 b2 31 _ 15 Grades o medium dense Gdtd S 4� b2 29 di G7 S • ,► 20 Grades to dense _ S-5 b2 34 Boring Completed 12/15/14 Total Depth of Boring = 21.5 ft. �- 25 �- 30 35 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Figure Pacific Highway South Phase V Log of Boring B-1 A_2 LANDAU Improvements ASSOCIATES Federal Way, Washington �_5 X10 X15 F- 20 �- 25 �- 30 B-2 LAI Project No: 326080.010 SAMPLE DATA SOIL PROFILE Moisture Content (%) Plastic Liquid Limit I�—� Limit 10 20 30 40 a� o Hollow -Stem Auger Drilling Method: 9 g -� E � a � E >1 o a E Ground Elevation (ft): Not measured �5 m A SPT N -Value A L Non -Standard N -Value Z, z m $ M <n T 3 10 20 30 40 °' Z CL T Q LL u, m " a � Holocene Drilling Inc. Drilled By: g � X Fines Content (%) X E ° m f0 U5 Logged By: DAR Date: 12/29/14 P U)06 U)m 1— 0 Z)c7 10 20 30 40 AC 0.75 feet of asphalt over 0.3 feet of crushed rock SP- (ASPHALT) - SM _ Brown, fine to coarse SAND with silt and W = 6 • gravel (medium dense, moist) S-1 b2 24 (FILL) _ . S -2 b2 32 1 SM Mottled orange/gray, silty, very gravelly, fine to coarse SAND (very dense, moist) (GLACIAL TILL) - S-3 J[ b2 50/5" G36 - • X W=6 Grades to dense • S -4 b2 41 p _ 4-- =rn 0) S -5 b2 39 A Boring Completed 12/29/14 Total Depth of Boring = 21.5 ft. 35 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Figure Pacific Highway South Phase V Log of Boring B-2 A_3 LANDAU Improvements ASSOCIATES Federal Way, Washington B-3 LAI Project No: 326080.010 SAMPLE DATA SOIL PROFILE Moisture Content (%) Plastic Liquid LimiLimit 10 20 30 40 �5 o Drilling Method: Hollow -Stem Auger -0 E�- -0 E E Ground Elevation (ft): Not measured A SPT N -Value A C Non -Standard N -Value A y z $ v> T 3 10 20 30 40 a a) Q m o � u Drilled By: Holocene Drilling Inc. X Fines Content (%) X E ° a m U)Lo ed B DAR Date: 12/18/14 y' P o U)06 U)m (9 Z)99 (9 10 20 30 40 0 AC 0.75 feet of asphalt _ (ASPHALT) — GM Brown, silty, very sandy GRAVEL (medium dense, moist) S-1 b213 W = 11 (FILL) _ OL X GS 5 W=10 o Lu — • S-2� b2 9 0 _ 1 z _ ML Gray, very sandy SILT (very stiff, moist to wet) o (GLACIAL LACUSTRINE) 2 — 10 W = 33 • S-3 b2 2 = 15 � r S-4 b2 g WAL36 I I I Grades to mottled brown/orange/grayr - I—I • SM Grayish -brown, silty, fine to coarse SAND _ 20 with gravel (very dense, moist to wet) S-5 b2 56 (GLACIAL TILL) — 56 Boring Completed 12/18/14 Total Depth of Boring = 21.5 ft. ­— 25 �— 30 35 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Figure Pacific Highway South Phase V Log of Boring B-3 LANDAU Improvements A-4 14 ASSOCIATES Federal Way, Washington 0 -_5 X10 X15 �- 20 ­- 25 �- 30 B-4 SAMPLE DATA SOIL PROFILE A C - D o - Drilling Method: Hollow -Stem Auger D_ o - z° 0 E Ground Elevation (ft): Not measured ia - 3 - a) CL a, °' Q u m m ❑ `LJ � � Y) Holocene Drilling Inc. Drilled By: 9 E ° a m U) Logged By: DAR Date: 12/29/14 U)06 U)m H (7 Z) AC 0.7 feet of asphalt over 0.25 feet of crushed rock SM (ASPHALT) Reddish -brown, gravelly, very silty, fine to coarse SAND (dense, moist) S-1� b2 31 (FILL) W = 8 Grades to brown and loose S -2 � b2 9 W - 11 S-3 b2 6 GS Grades to reddish -brown S-4 b2 9 W=10 =10 Grades to brown and medium dense S-5 � b2 26 S -6 b2 28 Boring Completed 12/29/14 Total Depth of Boring = 26.5 ft. LAI Project No: 326080.010 Moisture Content (%) Plastic Liquid LimiLimit 10 20 30 40 A SPT N -Value A C Non -Standard N -Value A 10 20 30 40 X Fines Content (%) X 10 20 30 40 35 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Pacific Highway South Phase V Log of Boring B-4 LANDAU Improvements 14 ASSOCIATES Federal Way, Washington Figure A-5 - A C - D o - w - z° ia - 3 - 0 o - 35 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Pacific Highway South Phase V Log of Boring B-4 LANDAU Improvements 14 ASSOCIATES Federal Way, Washington Figure A-5 B-5 LAI Project No: 326080.010 SAMPLE DATA SOIL PROFILE Moisture Content (%) Plastic Liquid Limit I�—( Limit 10 20 30 40 a� o Hollow -Stem Auger Drilling Method: 9 g -� E � a � E >1 o a E Ground Elevation (ft): Not measured �5 m ♦SPT N -Value ♦ L Non -Standard N -Value Z, z $ T <n 3 10 20 30 40 s a aa) Q � o r U) Drilled By: Holocene Drilling Inc. X Fines Content (%) X E m ° m f0 U5 Logged By: JLS Date: 12/15/14 o o U)06 U) m � 0 Z)c7 10 20 30 40 0 GP Quarry Spalls SP- l (FILL) / SM----------------- - Brown, gravelly, fine to coarse SAND with silt (dense, moist) S-1 n b2 31 GS5 a c _ • X 5 W=2 o w - S-2 b2 28 0 Grades to loose Z iu - m 3 c - - - 'o C� - 10 S -3 b2 6 _ 15 Grades to medium to coarse SAND S -4 b2 9 _ _ SP- Brown, fine to medium SAND with silt 20 SM (dense, damp) S-5 b2 30 W=9 (RECESSIONAL OUTWASH) _ A GS 25 GP Brown, sandy G FWE L (dense, moist) 0 0. a. S-6 b2 42 o q ♦ Boring Completed 12/15/14 Total Depth of Boring = 26.5 ft. �- 30 35 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Figure Pacific Highway South Phase V Log of Boring B-5 /� _� LANDAU Improvements !"1 ASSOCIATES Federal Way, Washington B-6 LAI Project No: 326080.010 SAMPLE DATA SOIL PROFILE Moisture Content (%) Plastic Liquid LimiLimit 10 20 30 40 �5 -0 o -0 Drilling Method: Hollow -Stem Auger A SPT N -Value A E�- E E Ground Elevation (ft): Not measured C Non -Standard N -Value A y z $ Y) T 3 10 20 30 40 a a) Q m o � u Drilled By: Holocene Drilling Inc. X Fines Content (%) X E ° a m rn Logged B DAR Date: 12/23/14 gg y' P o cn 06 cn m (D � (D 10 20 30 40 0 AC 0.875 feet of asphalt _ (ASPHALT) /— - GP- Gray, GRAVEL with sand and silt (medium GM r GP- dense, moist) 61 S-1 b2 61 W = 4 _GM = (CRUSHED ROCK) _ -� X GS C_ C- E Gray, very sandy, fine to coarse GRAVEL with silt (very dense, moist) o - 5_� C (GLACIAL TILL) w 63 S_ b2 b2 63 o z _C C_ m 3 - - o c 2 - _C D - 10c C_ C - c Grades to dense - S-3 b2 46 ` C A -�c _. - C C_ c- _. - _ 15W=5 C c S-4 b2 31 c ,_ r _ 1 C - 20 S-5 b2 42 A Boring Completed 12/23/14 Total Depth of Boring = 21.5 ft. 25 30 35 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Figure Pacific Highway South Phase V Log of Boring B-6 LANDAU Improvements A-7 ASSOCIATES Federal Way, Washington —5 —10 —15 F- 20 �- 25 —30 B-7 SAMPLE DATA SOIL PROFILE A SPT N -Value A L Non -Standard N -Value Z, 3 10 20 30 40 Drilling Method: Hollow -Stem Auger Z tv75 CL o c7 10 20 30 40 0 E Ground Elevation (ft): Not measured _ a) Z CL a) T CL LL u, m to " a � U) Holocene Drilling Inc. Drilled By: 9 - to m Logged By: DAR Date: 12/23/14 rn AC 0.75 feet of asphalt over 0.25 feet of crushed rock GP- (ASPHALT) GM Gray GRAVEL with sand and silt (medium SM W=8 dense, moist) S-1 b2 46 GS7 (CRUSHED ROCK) Gray, gravelly, very silty, fine to coarse S-2 b2 50/3" W = 11 SAND (dense, moist) (GLACIAL TILL) Grades to very dense S-3=] b2 50/6" Encountered refusal due to a large obstruction (boulder?) Boring Completed 12/23/14 Total Depth of Boring = 13.0 ft. LAI Project No: 326080.010 35 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Pacific Highway South Phase V Log of Boring B-7 LANDAU Improvements LA ASSOCIATES Federal Way, Washington X A Figure A-8 Moisture Content (%) Plastic Liquid Limit l�—� Limit 10 20 30 40 A SPT N -Value A L Non -Standard N -Value Z, 3 10 20 30 40 X Fines Content (%) X c7 10 20 30 40 35 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Pacific Highway South Phase V Log of Boring B-7 LANDAU Improvements LA ASSOCIATES Federal Way, Washington X A Figure A-8 B-8 LAI Project No: 326080.010 SAMPLE DATA SOIL PROFILE Moisture Content (%) Plastic Liquid LimiLimit 10 20 30 40 �5 o Drilling Method: Hollow -Stem Auger -0 E�- -0 E E Ground Elevation (ft): Not measured A SPT N -Value A C Non -Standard N -Value A y z $ Y) T 3 10 20 30 40 a a) Q m o C_ u Drilled By: Holocene Drilling Inc. X Fines Content (%) X E ° a m U) Logged B DAR Date: 12/18/14 99 y' P o cn 06 cn m c7 D (D 10 20 30 40 0 AC 0.75 feet of asphalt _ 0 GP (ASPHALT) — Brown, well graded GRAVEL (medium GM dense, moist) — S-1 b2 5 (PEA GRAVEL FILL) _ A Brown, silty, very sandy GRAVEL (loose, E — moist to wet) o — 5 (FILL) w S-2� b2 10 GS9 0 4k z iy _ is 3 - — — c 3 o — 10 W =17 Grades to reddish -brown and medium • S -3 b2 11 dense SM Grayish -brown, very silty, very gravelly, fine to coarse SAND (very dense, moist) 15 S-4 a b2 50/2" (GLACIAL TILL) 20 Grades to dense S-5 b2 46 GS8 • X A Boring Completed 12/18/14 Total Depth of Boring = 21.5 ft. 1— 25 �— 30 35 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Figure Pacific Highway South Phase V Log of Boring B-8 /� _� LANDAU Improvements /`y ASSOCIATES Federal Way, Washington B-9 LAI Project No: 326080.010 SAMPLE DATA SOIL PROFILE Moisture Content (%) Plastic Liquid Limit I�—� Limit 10 20 30 40 a� o Hollow -Stem Auger Drilling Method: 9 g -� E � a � E >1 o a E Ground Elevation (ft): Not measured �5 m A SPT N -Value A L Non -Standard N -Value Z, z T $ <n 3 10 20 30 40 s a aa) Q o � r U) Drilled By: Holocene Drilling Inc. X Fines Content (%) X E m ° m m Logged By: DAR Date: 12/19/14 P o U)06 U)m 0 Z)c7 10 20 30 40 0 AC 0.9 feet of asphalt over 0.15 feet of crushed rock GM (ASPHALT) Grayish -brown, silty, very gravelly, fine to W=5 coarse SAND (dense, moist) S-1 b2 36 (GLACIAL TILL) c — A 5 Grades to very dense o w - 59 S-2� b2 59 GS4 0 • X z iu — co 3 c — — — o — C� — 10 SM Brown, very silty, fine to coarse SAND with S -3 b2 40 gravel (dense, moist) _ (GLACIAL TILL) — 15 W=11 Grades silty (very dense, moist) • 60 S -4 b2 60 _ 20 66 S-5 b2 66 Boring Completed 12/19/14 Total Depth of Boring = 21.5 ft. 1-- 25 1-- 30 35 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Pacific Highway South Phase V Log of Boring B-9 LANDAU Improvements LA ASSOCIATES Federal Way, Washington Figure A-10 —5 —10 —15 F- 20 �- 25 —30 B-10 SAMPLE DATA SOIL PROFILE A Drilling Method: Hollow -Stem Auger Z tv75 CL o c 0 E Ground Elevation (ft): Not measured _ to a) Z CL a) T CL LL u, m " a � u1 Holocene Drilling Inc. Drilled By: 9 - to m Logged By: DAR Date: 12/19/14 rn m - 3 - AC 0.4 feet of asphalt over 0.175 feet of o - crushed rock SM (ASPHALT) Reddish -brown, silty, fine to coarse SAND W = 12 with gravel (medium dense, moist) S-1 b2 11 (FILL) SM Brownish -gray, gravelly, very silty, fine to W = 12 coarse SAND (dense, moist) S-2� b2 30 GS (GLACIAL TILL) Grades to very dense S -3 b2 54 S-4 b2 50/5" S-5 b2 50/4" W = 8 Boring Completed 12/19/14 Total Depth of Boring = 25.4 ft. a5 3 a 0 0 LAI Project No: 326080.010 Moisture Content (%) Plastic Liquid Limit l�—� Limit 10 20 30 40 A SPT N -Value A L Non -Standard N -Value Z, 10 20 30 40 X Fines Content (%) X 10 20 30 40 35 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Pacific Highway South Phase V Log of Boring B-10 LANDAU Improvements LA ASSOCIATES Federal Way, Washington • 54 Figure A-11 A - c c Lu 16 • ♦ X iu - m - 3 - o - 35 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Pacific Highway South Phase V Log of Boring B-10 LANDAU Improvements LA ASSOCIATES Federal Way, Washington • 54 Figure A-11 �_5 X10 B-11 SAMPLE DATA SOIL PROFILE A 75 c Drilling Method: Hollow -Stem Auger ZCL o 0 E Ground Elevation (ft): Not measured _ a) Z CL a) T CL LL u, m to " a � U) Holocene Drilling Inc. Drilled By: 9 - M m X z° U) Logged By: DAR Date: 12/19/14 rn iu - m - 3 - AC 0.4 feet of asphalt over 0.4 feet of crushed o rock SM C9 - _ (ASPHALT) Brown, gravelly, very silty, fine to coarse SAND (medium dense, moist) S-1 b2 19 (FILL) W = 11 Grades to dense. Blow count exaggerated S-2� b2 48 GS due to cobble(s)? Grades to medium dense S -3 �X b2 19 GM Brown, very silty, very sandy, GRAVEL (very dense, moist) (GLACIAL TILL) a5 LAI Project No: 326080.010 Moisture Content (%) Plastic Liquid Limit Limit 10 20 30 40 A SPT N -Value A L Non -Standard N -Value Z, 10 20 30 40 X Fines Content (%) X 10 20 30 40 a - A c U c w 0 X z° iu - m - 3 - o - C9 - _ A 15 S-4� b2 50/6" GS8'� r • X r r20 S-5b2 50/6" �— 25 Boring Completed 12/19/14 Total Depth of Boring = 25.5 ft. �— 30 35 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Figure Pacific Highway South Phase V Log of Boring B-11 /� _ �I LANDAU Improvements /-1 I ASSOCIATES Federal Way, Washington B-12 LAI Project No: 326080.010 SAMPLE DATA SOIL PROFILE Moisture Content (%) Plastic Liquid Limit I�—� Limit 10 20 30 40 a� o Hollow -Stem Auger Drilling Method: 9 g -� E � a � E >1 o a E Ground Elevation (ft): Not measured �5 m A SPT N -Value A L Non -Standard N -Value Z, z T $ <n 3 10 20 30 40 s a aa) Q o � r U) Drilled By: Holocene Drilling Inc. X Fines Content (%) X E m ° m m Logged By: DAR Date: 12/23/14 P o U)06 U)m 0 Z)c7 10 20 30 40 0 AC 0.7 feet of asphalt (ASPHALT) SP- SM Brown, fine to coarse SAND with gravel and silt (medium dense, moist) - S-1 b2 15 (FILL) a A c o GM Gray, silty, very sandy, fine to coarse 5 GRAVEL (very dense, moist) S-2 b2 86 W-6 (GLACIAL TILL) o • X 86 GS Z iu - co 3 - - 'o C� - 10 S -3 b2 50/6" - 15 Grades to dense S-4 b2 42 W=9 _ • 20 S-5 Z7 b2 50/4" Grades to very dense 25 S- U,50/2- 250/2"Boring BoringCompleted 12/23/14 Total Depth of Boring = 25.2 ft. ­- 30 35 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Pacific Highway South Phase V Log of Boring B-12 LANDAU Improvements LA ASSOCIATES Federal Way, Washington Figure A-13 B-13 LAI Project No: 326080.010 SAMPLE DATA SOIL PROFILE Moisture Content (%) Plastic Liquid Limit I�—� Limit 10 20 30 40 a� o Hollow -Stem Auger Drilling Method: 9 g -� E � a � E >1 o a E Ground Elevation (ft): Not measured �5 m A SPT N -Value A L Non -Standard N -Value Z, z T $ <n 3 10 20 30 40 s a aa) Q o � r U) Drilled By: Holocene Drilling Inc. X Fines Content (%) X E m —3° m m U5 Logged By: DAR Date: 12/29/14 2 o U)06 U)m c7 Z)c7 10 20 30 40 0 AC 0.15f t of asphalt SP- (ASPHALT) SM — Brown, fine to coarse SAND with gravel W=11 and silt (medium dense, moist) a • S-1 b2 18 (FILL) _ — A c o GM Gray, silty, fine to coarse GRAVEL with 5 sand (very dense, moist) (GLACIAL TILL) 0 66 S-2 b2 66 z iu — GM Gray, silty, very sandy, fine to coarse _ GRAVEL (very dense, moist) o 2 — 10 WS 56 S-3� b2 56 • X 15 S4 b2 50/6" — 20 Grades to dense S -5 b2 43 _ A 25 W=17 • S-6 b2 50/5" _ Boring Completed 12/29/14 Total Depth of Boring = 26.5 ft. ­— 30 35 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Figure Pacific Highway South Phase V Log of Boring B-13 A-14 LANDAU Improvements ASSOCIATES Federal Way, Washington B-14 LAI Project No: 326080.010 SAMPLE DATA SOIL PROFILE Moisture Content (%) Plastic Liquid Limit I�—( Limit 10 20 30 40 a� o Hollow -Stem Auger Drilling Method: 9 g -� E � a � E >1 o a E Ground Elevation (ft): Not measured �5 m A SPT N -Value A L Non -Standard N -Value Z, z T $ <n 3 10 20 30 40 s a aa) Q o � r U) Drilled By: Holocene Drilling Inc. X Fines Content (%) X E m ° m m U5 Logged By: DAR Date: 12/22/14 P o U)06U)m 0 Z)c7 10 20 30 40 0 AC 0.4 feet of asphalt SP- (ASPHALT) SM — Dark brown, fine to coarse SAND with silt W=9 and gravel (loose, moist) • S-1 b2 7 (FILL) a — SM Brown, very silty, gravelly, fine to coarse c o 5 SAND (dense, moist) (GLACIAL TILL) o S-2� b2 49 z SM Gray, silty, fine to coarse SAND with _ gravel (very dense, moist) o 2 — 10 80 S -3 b2 80 _ SM Brown, gravelly, very silty, fine to coarse SAND (very dense, moist) 15 91 S 4� b2 91 Gs$ _ • X 20 S-5 a b2 50/2" 25 S-6 b2 50/1" Boring Completed 12/22/14 Total Depth of Boring = 25.1 ft. [­— 30 35 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Pacific Highway South Phase V Log of Boring B-14 LANDAU Improvements LA ASSOCIATES Federal Way, Washington Figure A-15 �_5 I-10 X15 F- 20 �- 25 �- 30 B-15 SAMPLE DATA SOIL PROFILE X • 75 c Drilling Method: Hollow -Stem Auger ZCL o — 0 E Ground Elevation (ft): Not measured _ w to a) Z CL a) T CL LL u, m " a � U) Holocene Drilling Inc. Drilled By: 9 to06M iu m co Logged By: DAR Date: 12/22/14 'o - AC 0.7 feet of asphalt over 0.3 feet of crushed rock SM (ASPHALT) Dark brown, gravelly, very silty, fine to coarse SAND (medium dense, moist) S-1 b2 22 (FILL) W = 11 Grades to very silty S - 2� b2 20 GS SM Grayish -brown, very silty, very sandy, fine to coarse GRAVEL (very dense, moist) (GLACIAL TILL) W=7 S-3 b2 69 GS S4 b2 50/3" W = 9 S-5 AMU b2 50/5" Boring Completed 12/22/14 Total Depth of Boring = 25.3 ft. a5 LAI Project No: 326080.010 Moisture Content (%) Plastic Liquid Limit Limit 10 20 30 40 A SPT N -Value A L Non -Standard N -Value Z, 10 20 30 40 X Fines Content (%) X 10 20 30 40 a 69 • X • c — U w z - • ♦ X iu - co - 'o - 35 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Pacific Highway South Phase V Log of Boring B-15 LANDAU Improvements LA ASSOCIATES Federal Way, Washington Figure A-16 69 • X • Figure A-16 �_5 X10 X15 F- 20 �— 25 �— 30 S 4 b2 38 gravel (dense, moist to wet) (GLACIAL TILL) Grades to moist S -5 b2 39 S6b2 Grades to very dense 11 5� Boring Completed 05/02/16 Total Depth of Boring = 21.5 ft. 35 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Pacific Highway South Phase V Log of Boring B-16 LANDAU Improvements LA ASSOCIATES Federal Way, Washington LAI Project No: 326080.010 Moisture Content (%) Plastic Liquid Limit l�—� Limit 10 20 30 40 A SPT N -Value A L Non -Standard N -Value Z, 10 20 30 40 X Fines Content (%) X 10 20 30 40 A B-16 SAMPLE DATA SOIL PROFILE A 75 50/ Drilling Method: Hollow -Stem Auger ZCL o 0 E Ground Elevation (ft): Not measured m _ a) Z a °' Q LL u, m to " Drilled By: Environmental Drilling,Inc. a) - to m Zn a U) Logged By: DAR Date: 05/02/16 rn SM Dark brown, silty, fine to coarse SAND with organics (loose, moist) SP (TOPSOIL) Brownish -gray, fine to coarse SAND (loose, moist) S-1 b2 7 (RECESSIONAL OUTWASH) SP- Gray, fine to medium SAND with silt SM (loose, moist) S -2 � b2 6 L SM Gray, silty, fine to medium SAND (loose, a moist) S -3 b2 8 0 o_ SM Gray, silty, fine to coarse SAND with S 4 b2 38 gravel (dense, moist to wet) (GLACIAL TILL) Grades to moist S -5 b2 39 S6b2 Grades to very dense 11 5� Boring Completed 05/02/16 Total Depth of Boring = 21.5 ft. 35 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Pacific Highway South Phase V Log of Boring B-16 LANDAU Improvements LA ASSOCIATES Federal Way, Washington LAI Project No: 326080.010 Moisture Content (%) Plastic Liquid Limit l�—� Limit 10 20 30 40 A SPT N -Value A L Non -Standard N -Value Z, 10 20 30 40 X Fines Content (%) X 10 20 30 40 A A 1 A 50/ 5" Figure A-17 HA -1 LAI Project No: 326080.010 SAMPLE DATA SOIL PROFILE Moisture Content (%) Plastic Liquid LimiLimit 10 20 30 40 �5 -0 o -0 Drilling Method: Hand Auger A SPT N -Value A E E E Ground Elevation (ft): Not measured C Non -Standard N -Value A y z $ V) T 3 10 20 30 40 a a) Q m o � u Drilled By: Holocene Drilling Inc. X Fines Content (%) X E ° a m v7 Logged B DAR Date: 01/14/15 gg y' ° o cn us cn m F- (9 � (D 10 20 30 40 0 SM Dark Brown, silty, fine to coarse sand with organics (loose, moist) SM (TOPSOIL) Brown, silty, fine to coarse SAND with 2 gravel (dense, moist) — (GLACIAL TILL) o c w - 0 z - 3 -c - 2 (D — 2 Boring Completed 01/14/15 Total Depth of Boring = 2.5 ft. 4 6 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Figure Pacific Highway South Phase V Log of Boring LANDAU Improvements HA -1 /� _ Q ASSOCIATES Federal Way, Washington /`� V HA -2 LAI Project No: 326080.010 SAMPLE DATA SOIL PROFILE Moisture Content (%) Plastic Liquid LimiLimit 10 20 30 40 �5 -0 o -0 Drilling Method: Hand Auger A SPT N -Value A E E E Ground Elevation (ft): Not measured C Non -Standard N -Value A y z $ V) T 3 10 20 30 40 a a) Q m o � u Drilled By: Holocene Drilling Inc. X Fines Content (%) X E ° a m U) Logged B DAR Date: 01/14/15 gg y' ° o cn us cn m F— (9 � (D 10 20 30 40 0 SM Mottled orange/gray/brown, very silty, fine to coarse SAND with gravel and organics (medium dense, moist) (TOPSOIL) 2 c — 0 SM Brown, very silty, fine to coarse SAND with gravel (dense, moist) w (GLACIAL TILL) z — m 3 -c — — 0 (D — 2 Boring Completed 01/14/15 Total Depth of Boring = 3.0 ft. 4 6 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Figure Pacific Highway South Phase V Log of Boring LANDAU Improvements HA -2 /� _ Q ASSOCIATES Federal Way, Washington /`\ `1 HA -3 LAI Project No: 326080.010 SAMPLE DATA SOIL PROFILE Moisture Content (%) Plastic Liquid LimiLimit 10 20 30 40 �5 -0 o -0 Drilling Method: Hand Auger A SPT N -Value A E E E Ground Elevation (ft): Not measured C Non -Standard N -Value A y z $ V) T 3 10 20 30 40 a a) Q m o � u Drilled By: Holocene Drilling Inc. X Fines Content (%) X E ° a m U) Logged B DAR Date: 01/14/15 y' ° o U) 06 U)m F— (9 Z)99 C9 10 20 30 40 0 SM Brown, very silty, fine to coarse SAND with gravel and organics (medium dense, moist) (TOPSOIL) 2 c — 0 c w - SM Brown, very silty, fine to course SAND with gravel (dense, moist) z (GLACIAL TILL) — m 3 -c — 0 (D — 2 Boring Completed 01/14/15 Total Depth of Boring = 3.5 ft. 4 6 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Figure Pacific Highway South Phase V Log of Boring LANDAU Improvements HA -3 /� -2� A ASSOCIATES Federal Way, Washington 0 —2 4 —6 HA -4 SAMPLE DATA SOIL PROFILE Drilling Method: Hand Auger D_ o o E Ground Elevation (ft): Not measured a) i> CL a) N Q LL m (6 ❑ U �c C/)3 Y) Drilled By: Holocene Drilling Inc. E ° a m U) Logged By: DAR Date: 01/14/15 ° U)06 U) ED H (7 Z) (D Forest duff (FOREST DUFF) SM Brown, silty, fine to coarse SAND with gravel and organics (medium dense, moist) (TOPSOIL) o w SM Brown, silty, gravelly, fine to coarse SAND 0 Z (dense, moist) (GLACIAL TILL) 2 Boring Completed 01/14/15 Total Depth of Boring = 2.0 ft. Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Pacific Highway South Phase V Log of Boring HA -4 LANDAU Improvements 14 ASSOCIATES Federal Way, Washington LAI Project No: 326080.010 Moisture Content (%) Plastic Liquid LimiLimit 10 20 30 40 A SPT N -Value A C Non -Standard N -Value A 10 20 30 40 X Fines Content (%) X 10 20 30 40 Figure A-21 HA -5 LAI Project No: 326080.010 SAMPLE DATA SOIL PROFILE Moisture Content (%) Plastic Liquid LimiLimit 10 20 30 40 �5 -0 o -0 Drilling Method: Hand Auger A SPT N -Value A E�- E E Ground Elevation (ft): Not measured C Non -Standard N -Value A y z $ V) T 3 10 20 30 40 a a) Q m o � u Drilled By: Holocene Drilling Inc. X Fines Content (%) X E ° a m v7 Logged B DAR Date: 01/14/15 y' ° o U) 06 U)m F- (9 Z)99 C9 10 20 30 40 0 Forest duff SM Reddish -brown, silty, fine to coarse SAND with gravel (dense, moist) (GLACIAL TILL) 0 — c w - 0 z - 3 -c - 0 (D — 2 Grades to brown Boring Completed 01/14/15 Total Depth of Boring = 2.5 ft. 4 6 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Figure Pacific Highway South Phase V Log of Boring LANDAU Improvements HA -5 /� A_22 ASSOCIATES Federal Way, Washington HA -6 LAI Project No: 326080.010 SAMPLE DATA SOIL PROFILE Moisture Content (%) Plastic Liquid LimiLimit 10 20 30 40 �5 -0 o -0 Drilling Method: Hand Auger A SPT N -Value A E�- E E Ground Elevation (ft): Not measured C Non -Standard N -Value A y z $ V) T 3 10 20 30 40 a a) Q m o C_ u Drilled By: Holocene Drilling Inc. X Fines Content (%) X E ° a m o7 Logged B DAR Date: 01/14/15 y' ° o U)06 U)m F— (9 Z)gg (D 10 20 30 40 0 - (FOREST DUFF) — E _ SM Reddish -brown, silty, fine to coarse SAND with gravel (dense, moist) o - (GLACIAL TILL) w — - 0 z — 3 2 - ( — 2 �-4 6 Boring Completed 01/14/15 Total Depth of Boring = 2.5 ft. Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. City of Federal Way Figure Pacific Highway South Phase V Log of Boring HA -6 /� _�� LANDAU Improvements A ASSOCIATES Federal Way, Washington 326080.01 6/22/16 T:\326\080.010\T\326080.010.GPJ GRAIN SIZE FIGURE 100 90 80 T as 60 T 50 LL v 40 a 20 im U.S. Sieve Opening in Inches U.S. Sieve Numbers Hydrometer 6 4 3 2 1.5 1 3/4 1/2 3/8 3 4 6 8 10 14 16 20 30 40 5060 100 140 200 100 10 1 0.1 0.01 0.0 Grain Size in Millimeters Cobbles Gravel Sand Silt or Clay Coarse Fine Coarse Medium Fine Symbol Exploration Sample Number Number Depth (ft) Natural o Moisture (/o) Soil Description Unified Soil Classification • B-1 S-1 2.5 28 Gray, sandy, very silty GRAVEL GM X B-1 S-4 15.0 7 Gray, silty, gravelly SAND SM A B-10 S-2 5.0 12 Brownish -gray, gravelly, very silty, SAND SM yr B-11 S-2 5.0 11 Brown, gravelly, very silty, SAND SM O B-11 S-4 15.0 8 Brown, very silty, very sandy, GRAVEL GM LANDAU L4 ASSOCIATES City of Federal Way Pacific Highway South Phase Improvements Federal Way, Washington Figure Grain Size Distribution B-1 _1 326080.01 6/22/16 T:\326\080.010\T\326080.010.GPJ GRAIN SIZE FIGURE 100 90 80 T as a) 60 T c 50 LL Q) Q) 40 a 20 im U.S. Sieve Opening in Inches U.S. Sieve Numbers Hydrometer 6 4 3 2 1. 1 34 1/2 3/8 3 4 6 8 10 14 16 20 30 40 5060 100 140 200 11 H 100 10 1 0.1 0.01 0.0 Grain Size in Millimeters Cobbles Gravel Sand Silt or Clay Coarse Fine Coarse Medium Fine Symbol Exploration Sample Number Number Depth Natural o (ft) Moisture (/o) Soil Description Unified Soil Classification • B-12 S-2 5.0 6 Gray, silty, very sandy GRAVEL GM X B-13 S-3 10.0 5 Gray, silty, very sandy GRAVEL GM A B-14 S-4 15.0 8 Gray, gravelly, very silty SAND SM yr B-15 S-2 5.0 11 Dark Brown, gravelly, very silty SAND SM O B-15 S-3 10.0 7 Grayish -brown, very silty, very sandy GRAVEL GM LANDAU L4 ASSOCIATES City of Federal Way Pacific Highway South Phase Improvements Federal Way, Washington Figure Grain Size Distribution B-2 326080.01 6/22/16 T:\326\080.010\T\326080.010.GPJ GRAIN SIZE FIGURE 100 90 80 T as 60 T 50 LL v 40 a 20 im U.S. Sieve Opening in Inches U.S. Sieve Numbers Hydrometer 6 4 3 2 1. 1 3/4 1j,2 3/8 3 4 6 8 10 14 16 20 30 40 5060 100 140 200 100 10 1 0.1 0.01 0.0 Grain Size in Millimeters Cobbles Gravel Sand Silt or Clay Coarse Fine Coarse Medium Fine Symbol Exploration Number Sample Number Depth (ft) Natural o Moisture (/o) Soil Description Unified Soil Classification • B-2 S-3 10.0 6 Mottled orange/gray, silty, very gravelly SAND SM X B-3 S-1 2.5 11 Brown, silty, very sandy GRAVEL GM A B-4 S-3 10.0 11 Reddish -brown, gravelly, very silty SAND SM �r B-5 S-1 2.5 5 Brown, gravelly SAND with silt SP -SM O B-5 S-5 20.0 9 Brown SAND with silt SP -SM LANDAU L4 ASSOCIATES City of Federal Way Pacific Highway South Phase Improvements Federal Way, Washington Figure Grain Size Distribution B-3 326080.01 6/22/16 T:\326\080.010\T\326080.010.GPJ GRAIN SIZE FIGURE 100 90 80 T 60 T c 50 ii v 40 a 20 im U.S. Sieve Opening in Inches U.S. Sieve Numbers Hydrometer 6 4 3 2 1.5 1 4 1/2 3/8 3 4 6 8 10 14 16 20 30 40 5060 100 140 200 -L-IL- , - ILL 100 10 1 0.1 0.01 0.0 Grain Size in Millimeters Cobbles Gravel Sand Silt or Clay Coarse Fine Coarse Medium Fine Symbol Exploration Sample Number Number Depth (ft) Natural o Moisture (/o) Soil Description Unified Soil Classification • B-6 S-1 2.5 4 Gray, very sandy, GRAVEL with silt GP -GM X B-7 S-1 2.5 8 Gray, gravelly, very silty, SAND SM A B-8 S-2 5.0 9 Brown, silty, very sandy GRAVEL GM yr B-8 S-5 20.0 8 Grayish -brown, very silty, very gravelly SAND SM O B-9 S-2 5.0 4 Graysih-brown, silty, very sandy GRAVEL GM LANDAU L4 ASSOCIATES City of Federal Way Pacific Highway South Phase Improvements Federal Way, Washington Figure Grain Size Distribution B-4 60 50 40 a a 20 10 CL CH CL -ML M11 or OL MH or OH 0 10 20 30 40 50 60 70 80 90 100 110 Liquid Limit (LL) ATTERBERG LIMIT TEST RESULTS ASTM D 4318 Test Method City of Federal Way Pacific Highway South Phase V LANDAU Improvements ASSOCIATES Federal Way, Washington Plasticity Chart Exploration Sample Liquid Plastic Plasticity Natural Unified Soil Symbol Number Number Depth Limit Limit Index Moisture Soil Description Classification (ft) (%) (%) (%) (%) • B-1 5.0 48 28 20 35 Gray, very sandy, gravelly SILT ML X B-3 15.0 32 24 8 36 Gray, very sandy SILT ML ASTM D 4318 Test Method City of Federal Way Pacific Highway South Phase V LANDAU Improvements ASSOCIATES Federal Way, Washington Plasticity Chart APPENDIX I ASBESTOS HANDLING DOCUMENTATION *411*4 Washington State Department of 4LI Labor & Industries 11 - Instructions for Asbestos Project Notification The following information is for asbestos contractors and building owners submitting asbestos project notices to the Department of Labor and Industries, Division of Occupational Safety and Health. Notification of the department is required by state law, RCW 49.17.120(2). Specific requirements for notices are found in WAC 296-65-020. Asbestos projects include any construction, renovation, or demolition in a building or other facility with the potential to release asbestos fiber. The department also maintains a directive for industrial hygiene compliance staff with instructions for them on reviewing asbestos project notices, WISHA Regional Directive (WRD) 23.25, Asbestos Project Notification. Preferred Notice Methods The department has provided an online form for submitting notices at: http:l/www.Ini.wa.govlSafety/Topics/AtoZ/Asbestos/ProjectForm.asp Using the online form provides direct email notification of department regional staff and gives an immediate response from the department system acknowledging the notice. This method of notification is preferred by the department. The notice form is also available in PDF format through the web site (L&I form F413- 025-000). This form can be faxed or mailed to the department. The number for faxing notices is 360-902-4409. The mailing address is: Department of Labor and Industries Asbestos Certification Program PO Box 44614 Olympia WA 98504-4614 Exemptions to Notification There are two exemptions to notification of department prior to starting an asbestos project: Small Size: Generally, no notice is required if the entire construction, renovation, maintenance, or demolition project involves disturbing less than 48 square feet of asbestos containing materials (the size of the material must also be less than 10 linear feet for piping or duct insulation). Emergencies: If asbestos fiber is being released or release is imminent due to unforeseen circumstances, work to stabilize the site, protect people, and prevent further release of asbestos may commence immediately. The department must be notified within 3 working days of the start of the project. The emergency exemption only applies to work necessary to abate the immediate hazard, and the department must be notified of the project prior to any other related work. See the information below for more details on what is considered an emergency and additional requirements for posting and communication at emergency work sites. The section below on timely notification has information on waivers to the 10 -day waiting period, which may be appropriate for continuing work following an emergency project. Project Definition An asbestos project is any work which will disturb asbestos -containing materials and has the potential for release of asbestos fiber. Notices should be specific to work that meets this definition. Mobilization and site preparation work that is unlikely to disturb asbestos -containing materials should not be included in the work dates of the notice. Once all expected abatement work is completed on a project, the notice should be closed out (if new material is found, a 10 -day waiver may be appropriate to resume work under a new notice). The purpose of the notice is to allow the department to monitor asbestos abatement activity and determine when and where projects are occurring. For complex activities at large sites it may be necessary to submit multiple project notices to describe the full scope of project phases or activities. The following are some considerations in determining whether a single or multiple notices will be appropriate. • Is the work covered by separate contracts? Generally, the department expects each separate contract to have a separate notice. • Is the work in separate buildings? Typically, a separate notice should be given for each building or address where work will occur; particularly if there will be a separate mobilization for each address. • Is there a central job office? Where there is a single mobilization and a central jobsite office and entry point, a single notice may be appropriate, as long as department representatives can go to a single point to initiate an inspection at any time during the project. • If the work crew and competent person will be restationed to a new building or other distinct location during the project, then separate notices should be provided to give specific location information. In large buildings, movement from one wing, floor, or functional space to another may require separate notifications if there is no single entry point that can be specified. • Note: dividing a project into smaller projects to avoid notification is specifically prohibited. If any of the criteria above would suggest dividing the project into small projects, notification will still be required. • If there are questions as to how many notices are necessary or on combining work into a single notice, the regional industrial hygiene compliance staff can answer questions and make decisions on notification requirements. Timely Notification To be considered timely, the asbestos project notice must be received no later than 10 calendar days prior to the start date of the project. 10 days gives the department time to process and review the notices. If circumstances prevent providing notice 10 -days before starting asbestos project work, then a waiver to the 10 -day prenotification requirement may be requested. The waiver must be requested from the regional industrial hygiene compliance staff. You may contact them through the nearest Department of Labor and Industries field location. Complete written notification information will be required and the regional staff may require additional written documentation of the circumstances requiring quick start of the project. When submitting the notice, indicate which staff member approved the 10 -day waiver (if the notice was submitted prior to approval, please amend the notice with this information). No work may commence without a 10 -day notice or acknowledgment of the project by DOSH industrial hygiene compliance personnel, unless the project meets the definition of an emergency asbestos project. Examples of circumstances where a waiver of the 10 -day notice requirement is appropriate include: • People have been displaced from their home until asbestos hazards are abated. • The project must proceed quickly to protect equipment, ensure continuous vital utilities, or minimize property damage. • Asbestos -containing materials were encountered that were not identified during the asbestos survey and asbestos hazards must be abated to resume on-going work. • Long-term contract situations with a limited class of work activities. Information must be provided on an annual basis, with notice for each specific work activity given prior to commencing. Asbestos work is complicated and requires significant assessment and preparation; therefore projects that must proceed without time for a 10 day notice are rare. However, the DOSH compliance staff is directed to generally accommodate requests for waivers of the 10 -day notice period. The quick nature of the project and short planning period are considered to make the project exceptional and a priority for inspection by the DOSH compliance program as part of the DOSH asbestos inspection emphasis program. Circumstances leading to the waiver request may also be reviewed during inspection of the project by DOSH compliance staff. Form Information Start and Completion Dates: Exact starting and completion dates of the asbestos project, including shifts during which abatement work will be accomplished. If other work is involved in the contract, limit the notice to time when set-up and abatement work handling asbestos -containing materials will be done that meets the definition of an asbestos project. Further, the dates given must not conflict with the dates specified for asbestos removal in the any work contracts. Changes in the start or completion dates or work shifts must be communicated to the department by an amended notice. The dates for the notice must be for actual asbestos project work. Work such as intact flooring removal, on-call time during demolition, or contract time when work will not be conducted should not be given as a project time on the notice. • When the starting date or time changes, the amended notice must be filed no later than 5:00 p.m. on the business day prior to the starting date in the original notice and prior to the new starting date. When the completion date or time changes, the amended notice must be filed within eight hours from when the change is determined and before completion of the project. Initial or Amended Notice: Initial notice is only the first notice for a project. Any updates should be marked as amended. When amending a notice by fax, circle the changed items. When using the online system, use the comment box to briefly describe the amendment. On -Hold Status: On -Hold status is for projects that have been started, but where work has stopped for some reason and is expected to resume. For example, this may be for time between phases of a project, when there has been a scheduling problem between trades, or when there is a contract dispute. Projects can not be placed on hold prior to starting. If there are specific reasons that the start date can not be set, contact the appropriate regional office and request a 10 - day notice waiver. When setting a project on hold, please provide notes on the reason for the hold and the expected date for resuming work. If all anticipated work has been completed, the project has ended and the notice should be closed out rather than being put on hold. If new materials are found at the site, work with the regional IH compliance staff to obtain a 10 -day notice waiver to resume. Work Hours: Give start and stop times for each work each day (including all shifts) and check the days of the week that work will occur. If the work shifts run overnight, check the day the shift begins. (For example if you work Friday from 6 pm to 4 am mark Friday and not Saturday, unless another shift begins on Saturday.) Emergency: If the project is an emergency situation (reasonably unforeseeable projects involving significant ongoing hazards) notice must be provided to the Department within 3 working days of starting work. Note: Projects considered emergencies by other regulatory agencies might not be considered an emergency under Labor and Industries regulations. There are additional posting and communication requirements for emergency projects, see WAC 296-65-020(5). See the information below on emergencies for more information. When a 10 -day notice waiver is requested, the project is not an emergency and should not be marked as such. Property Owner: This box must contain the name of the property owner. If anyone will be representing the owner during the work the owner's agent and company must be provided. An owner's agent may be a property manager, attorney, architect, bank, holding company, etc. The general contractor on a project should not be listed as the owner's agent for this notice unless they own the facility or manage the property beyond the construction contract. Provide an address and phone number for contacting the owner or agent. Contractor: Contracted asbestos abatement projects must be conducted by a Certified Asbestos Contractor. For work that is done by a building or facility owner, designate In - House -Work in this field. Job Site and Facility: You must include a complete and accurate job site address. This information must include the street location, city, Zip code and county. If the site is a large structure or complex of many buildings using the same street address, you must further identify where, within that complex, your project will be performed including the specific building and room. When there are multiple work locations on a large site or contiguous sites are conducted with a single job site office, the address for the site point of entry should be given on the form. Additionally, describe the facility type (office, school, apartment, house, etc.), age (years), and size (square feet). Quantity of asbestos to be removed: Determine the total quantity of material to be removed, in both square feet and linear feet. Check the box for each type of material to be removed. Include all materials to be handled during the project. If there are materials such as asbestos flooring or roofing that will not be part of the asbestos abatement project, note in the comment section that these are being removed by intact removal methods. Alternate Work Methods: For work utilizing control methods not specifically described in the DOSH asbestos standard, you must have the methods certified following the direction found in WAC 296-62-07712(8) (Class I work or other materials disturbed during removal) or WAC 296-62-07712(10)(f) (Class II work where the material are removed generally intact). A description of the method must be provided to the department. For Class I alternate methods the certification must be submitted with your notice. Certification of the work methods is done by your consultants or personnel and is not subject to approval by the department, but this information will be used in evaluating the project for inspection scheduling and assessment of the work practices if there is an inspection or questions regarding the work. If you are using the online form for your notification, you can fax or mail the work plan and certification to the asbestos certification desk using the contact information above. Put your online notification form identification number on the cover sheet, to help us determine which project you are referencing. You may also contact the department industrial hygiene compliance staff to make arrangements for mailing, emailing, or hand delivering the documents. Additional Information: The online form has a comment box that can be used for additional information you need to submit. If you are faxing or mailing the notice, the information can be given on an additional page or cover letter. Information that needs to be provided in the comment section includes: • briefly describe changes that have been made to your work plans when making amendments (circle changes on faxed or mailed notices) • when projects are placed on hold, describe the reason and when work is expected to resume • who at L&I authorized a 10 -day notice waiver • any other information that may be helpful for L&I staff reviewing your asbestos project notice. Large-scale, On-going Projects Building owners who have extensive asbestos work involved in operation and maintenance of their facilities may request a waiver from notification requirements. This waiver applies to ongoing maintenance and operations programs where asbestos is encountered on a regular basis and there are standard procedures for handling of the materials. The program materials and work description must be supplied to the regional industrial hygiene supervisor for approval of the program. The program must be reviewed each January or whenever there are significant changes to the program, personnel, or work site. Approved programs may conduct work without notice to the department for individual projects. Emergency Projects Conditions may arise unexpectedly that must be addressed immediately to prevent a greater hazard or significant operational impact. Asbestos work inherently involves significant hazard (asbestos is a human carcinogen with no known threshold limit). Projects conducted without careful planning can increase this hazard. However, other hazards or the potential for increased asbestos hazards may sometimes justify immediate action. Examples of emergency projects: Water damage is causing a spray -applied asbestos containing insulation material to fall apart. A small removal project will allow access to repair the water piping, this project could reduce the need for immediate removal or cleanup of additional asbestos materials. After addressing the plumbing the remainder of the material to be cleaned up may be addressed in the normal manner, with appropriate advance notification to the departmentl. A critical component in an industrial plant is damaged in an accident. If immediate removal of nearby asbestos containing materials is necessary to access the damage and effect repairs this may prevent an unscheduled plant shut down. This could save considerable expense and avoid hazards from the sudden shutdown of the plant. Emergency projects as defined under the Washington State Asbestos Act are not necessarily the same as those defined by local air quality authorities. Typically these organizations define emergency more broadly, and require pre -approved permits for all projects, including emergencies. Situations that fall under the emergency project definition of these other organizations, but are not considered emergencies by L&I, include materials found during construction that were not part of the original survey or projects necessary to protect equipment that do not represent a significant health or safety hazard. In such cases, L&I expects the advance notification requirements of the standard to be met. See the section on timely notifications. Onsite Notification for Emergency Projects. When an emergency project is conducted the following notification requirements must be met: Employees and other people in the vicinity of the project must be notified of the project as soon as possible. This may be prior to the project if there is any delay in startup. Anyone entering the vicinity of the project, for example at a shift change, should be notified immediately. • Employee representatives must also be notified (this would include collective bargaining representatives, safety committees or other representatives designated by the employees). • A notice must be clearly posted at the work site describing the nature of the project (see the attachment at the end of this document). • L&I must be notified within three days after commencing work including all information normally required for prenotification. Not all unforeseen work is an emergency. Asbestos projects must be reasonably unforeseeable to be considered emergencies under the standard. Projects necessitated by poor maintenance, by waiting until parts fail to conduct regular replacement, or other circumstances leading to equipment or system failures that could be reasonably controlled, scheduled, or avoided by the facility owner are not emergency projects. Building and facility owners must make a good faith inspection of their facilities prior to any construction, renovation, remodeling, maintenance, repair, or demolition project that has a reasonable possibility of disturbing or releasing airborne asbestos. This requirement appears both in WAC 296-62-07721(1)(c)(ii) related to general industry activities and in WAC 296-62-07721(2)(b)(ii) related to construction activities. This responsibility includes anticipating maintenance needs and providing for appropriate handling of asbestos materials that may interfere with non -routine activities that can be reasonably expected to occur. Many options are available to building owners for handling these situations, including the following: Remove asbestos -containing materials to provide clear work areas for subsequent maintenance work; • Arrange for alternate equipment, systems or operating procedures to allow time for arranging asbestos removal when necessary; Develop procedures for handling removal on a case-by-case basis and provide notification to the department under the ongoing maintenance provisions, * Conduct limited removal of asbestos -containing materials so that the area is cleared for the maintenance work, but the size of the asbestos project falls below the notification threshold and other asbestos materials are left in a stable condition; Develop maintenance procedures that will not impact asbestos -containing materials in place. Need more information? Please call the Asbestos Certification Program at 360-902-5435 or e-mail to GASC235@LNI.WA.GOV Attachment—Sample Emergency Project Posting Form EMERGENCY ASBESTOS PROJECT This form, or equivalent, must be prominently posted in the vicinity of an emergency asbestos project. The Department of Labor and Industries, Division of Occupational Safety and Health, must be notified of the project within three days of commencement. Project Description: (include type and quantity of asbestos material effected and the work procedures in usecontainment, glovebagging, encapsulation, encasement, etc.) Nature of the Emergency: (include description of hazards and reason for the unforeseen nature of the project) Certified Asbestos Supervisor(s): (Competent Person) Facility Owner or Representative: Phone: People Affected by Project: (employees or others in the vicinity of the project; these people must be informed of the project as soon as possible) Employee Representatives: (Collective bargaining unit, safety committee or other designated representative for the employees affected by the project.) Department of Labor and Industries ,F•T^T� ASBESTOS ABATEMENT PROJECT Asbestos Certification Program d° NOTICE OF INTENT PO Box 44614 Olympia WA 98504-4614 #�'f a8�4 L&I DOSH ASBESTOS PROGRAM This notice must be received no later than 10 calendar days prior to the start date. Complete all applicable boxesincomplete or illegible notices will not be accepted. Circle changes on amended notices, Mail to the address above or fax to (360) 902-4409. Submit this form online or get more information at http://www.hti.wa.gov/TradesLicensing/LicensingReq/Asbestos/ Notice date: / / 16 Initial ❑✓ Amended ❑ Site Work Hours Su Mo Tu We Th Fr Sa Start date: / /16 On Hold ❑ Off Hold ❑ am am to Completion: / / 16 Emergency ❑ pill pin Project Dates and Work Hours must be Exact CONTRACTOR ❑ Indoors ❑✓ Outdoors ❑ Fireproofing PROPERTY OWNER Company Name ❑ Popcorn ceiling Name ❑ Neg. pres. enclosure ❑ Wrap & cut ❑ CAB City of Federal Way Contractor Certification Number ❑ Sheet vinyl Owner's Agent ❑ Mini enclosure ❑ HEPA vacuum ❑ Asbestos paper John Bowman, General Manager for Franchisee Signature Quantity 30 linear feet Company ❑ Other ❑ Mag. pipe insulation 0 Cement asbestos pipe Franchisee: Lakehaven Utility District Printed Name ❑ Mudded pipe ins. Address ❑ Type C continuous flow ❑ Ducting/duct insulation ❑ Duct tape P.O. Box 4249 City State ZIP+4 Phone Number ❑ Other ❑ PAPR Federal Way WA. 98063-9249 Job Site C.A.S, Phone number 253-941-1516 JOB SITE FACILITY Address Type ,S. 352nd Street Ext. (SR 161 to SR 99): Pac. Hwy. S. south of S. 351st St. Asbestos Cement Water Main Building Name Room Age Size N/A N/A 49 -years 8 -inch Dia. City Federal Way WA ❑ Remodel ❑✓ Demolition ❑ Repair ❑ Maintenance ZIP + 4 County 98003 King QUANTITY OF ASBESTOS TO BE: ❑✓ REMOVED ❑ ENCAPSULATED Quantity square feet ❑ Indoors ❑✓ Outdoors ❑ Fireproofing ❑ Boiler insulation CONTROL MEASURES ❑ Popcorn ceiling ❑ Duct paper ❑ Neg. pres. enclosure ❑ Wrap & cut ❑ CAB ❑ VAT ❑ Glove bag ❑✓ Wet methods ❑ Sheet vinyl ❑ Roofing ❑ Mini enclosure ❑ HEPA vacuum ❑ Asbestos paper ❑ Other ❑ Critical barriers ❑ Manual methods Quantity 30 linear feet ❑ Other — ❑ Other ❑ Mag. pipe insulation 0 Cement asbestos pipe RESPIRATORY PROTECTION ❑ Air cell pipe insulation ❑ Mudded pipe ins. ❑ '/z mask APR ❑ Type C continuous flow ❑ Ducting/duct insulation ❑ Duct tape ❑ Full face APR ❑ Type C pressure demand ❑ Other ❑ Other ❑ PAPR ❑ Other F413-025-000 notice of asbestos abatement project 9-2007 For clean copies go to htitsa/� «ty.lni.��a.goylfortnsl psclea na1r.org Puget Sound dean Air Agency Asbestos / Demolition Notification for Contractors and Property Owners As of May 1, 2009, individual notifications will be required for structures having a separate street address. Should you have any questions, please contact Supervising Inspector Rick Hess at 206.689.4029 or rickh@pscleanair.org. Fee Information: (Fees Last Revised 7/1/2011) Please enter the following: Owner's Name Lakehaven Utility District Phone ( 253 ) 941-1516 Project Street Address JSouth 352nd Street Extension, SR 161 to SR 99: Pacific Highway S., south of City IFederal Way Zip 198003 Contact Person Ken Miller, Engineering Manager Phone ( 253 ) 946-5405 If the property owner's mailing address is different from the project street address, enter the mailing address: Mailing Address JP.O. Box 4249 Mailing City OFederal Way State I Washington I v I *Zip 98063+4245 ❑ This is a single-family residence project. The structure is used by one family who owns the property as their domicile. See the full definition to the left. After payment, Asbestos Demolition Project Categories when can I start my project? Fee Fee Single -Family Residence Project �Asbestos removal only oday $25 0 n Demolition (with or without Demolition - In 10 Days asbestos removal) $0 Asbestos Removal - Today $65 Project other than Single -Family Residence with < 10 linear feet and/or Demolition - In 10 Days < 48 square feet of friable asbestos $0 $65 = 10 - 259 linear feet and/or L>= Asbestos Removal - Today $65 48 - 159 square feet of asb IDemalition - In 10 Days $6S 260 - 999 linear feet �1or 160 - 4,999 square feetdof asbestos In 10 Days $210 $65 1,000 linear feet and/or E>= In 10 Days $640 5,000 square feet of asbestos If your project is an Emergency, an additional fee may apply. Emergency Demolition or * Emergency Asbestos Removal aday applicable fees + $40 Single-famil residences are exempt from the emergency fee. Please enter the following: Owner's Name Lakehaven Utility District Phone ( 253 ) 941-1516 Project Street Address JSouth 352nd Street Extension, SR 161 to SR 99: Pacific Highway S., south of City IFederal Way Zip 198003 Contact Person Ken Miller, Engineering Manager Phone ( 253 ) 946-5405 If the property owner's mailing address is different from the project street address, enter the mailing address: Mailing Address JP.O. Box 4249 Mailing City OFederal Way State I Washington I v I *Zip 98063+4245 ❑ This is a single-family residence project. The structure is used by one family who owns the property as their domicile. See the full definition to the left. ❑� Asbestos will be removed as part of this project. If asbestos will be removed, complete the following section: Quantity of friable asbestos to be removed: 130 linear feet 1 square feet Project Start Date 1_/_/2016 Completion Date _/_/2016 This asbestos removal will be completed by: O the property owner *the following licensed asbestos abatement contractor Contractor Contact I_ Mailing Address 1 Mailing City 1 Contractor Job #� Phone ( r— ) State J Washington v I zip A demolition will occur as part of this project. If a demolition will occur, complete the following section: Demolition Start Date I Completion Date This demolition will be completed by: O the property owner O the fire department * the following demolition contractor Demo Contractor Contact j Mailing Address Mailing City Contractor Job # �— Phone (F— ) State I Washington v1 zip ❑ This is an emergency project. If this project is an emergency, select the reason that best describes your situation: 0There was a sudden, unexpected event that resulted in a public health or safety hazard. 0The project must proceed immediately to protect equipment, ensure continuous vital utilities, or minimize property damage. O Asbestos -containing materials were encountered that were not identified during the asbestos survey. *The project must proceed to avoid imposing an unreasonable burden. ❑./ By submitting this notification, (1) I certify that the information I have provided is to the best of my knowledge true and accurate. (2) I understand that I must file an Amendment to this Notification if: • The type of project has changed. The project types are asbestos and demolition. • The quantity of friable asbestos to be removed meets a larger project category. • The project's start or completion date has changed. (3) I understand one Notification must be filed for each structure. The only exception is for a single-family residence that includes multiple ancillary structures, such as a detached garage or other outbuildings having the same street address. If there is no street address, I have used a building number. (4) I understand the fees for this Notification are nonrefundable. Submit Notification If you have questions, contact us by c7 mail ii-ziilto:asbestos s leanair.or or phone at 206.689.4058. LAKEHAVEN UTILITY DISTRICT Page 1 of 2 ASBESTOS CEMENT PIPE — WASTE SHIPMENT RECORD c O U ASBESTOS CEMENT PIPE BA 8. SPECIAL HANDLING INSTRUCTIONS and ADDITIONAL INFORMATION: 9. CONTRACTOR'S CERTIFICATION: I hereby declare that the contents of this consignment are: fully and accurately described above by proper shipping name; are classified, packed, marked, and labeled in accordance with applicable rules and regulations; and are in all respects in proper condition for transport by highway according to applicable international and government regulations. (ref. NESHAP) PRINTED / TYPED NAME and TITLE 10. TRANSPORTER 1 - ACKNOWLEDGMENT OF RECEIPT OF MATERIALS: NAME: MAILING ADDRESS:_ REG. NO.: W 0 PRINTED / TYPED NAME and TITLE a (A 11. TRANSPORTER 2 - ACKNOWLEDGMENT OF RECEIPT OF MATERIALS: Z NAME: 'MAILING E- 1 ADDRESS: - - REG. NO.: SIGNATURE MO. DAY YR. PHONE NO,: SIGNATURE MO. DAY YR. PRINTED / TYPED NAME and TITLE SIGNATURE PHONE NO.: MO. DAY YR. Ref. 40 CFR Part 61, Subpart M, Section 61.150 (05/29/14), and PSCAA Form 66-145 (09/10/07) Rev. 06/20/14 LAKEHAVEN UTILITY DISTRICT Page 2 of 2 ASBESTOS CEMENT PIPE — WASTE SHIPMENT RECORD LU 12. OBSERVED DISCREPANCIES: (If none, state "None.') I— V) J Q O 13. WASTE DISPOSAL SITE (WDS) OWNER OR OPERATOR: (ACKNOWLEDGMENT OF RECEIPT OF MATERIALS) 4 I, as Owner / Operator (circle the one or ones that apply) of the WDS, hereby certify receipt of the LU asbestos materials covered by this Waste Shipment Record (manifest), except as noted in Item 12 above. H PRINTED / TYPED NAME and TITLE SIGNATURE MO. DAY YR. INSTRUCTIONS WASTE GENERATOR SECTION (Items 1-9) 1. Enter the name of the facility at which asbestos waste is generated and the address where the facility is located. In the appropriate spaces, also enter the name of the Owner of the facility and the Owner's phone number. 2. Enter the name and address of the Owner, authorized agent or Contractor responsible for performing the asbestos removal. In the appropriate spaces, also enter the phone number of the authorized agent or Contractor. 3. Enter the name, address, and physical site location of the Waste Disposal Site (WDS) that will be receiving the asbestos materials. In the appropriate spaces, also enter the phone number of the WDS. 4. Provide the name and address of the local, State, or EPA Regional office responsible for administering the asbestos NESHAP program. 5. Indicate the types of asbestos waste materials generated. 6. Enter the number of containers used to transport the asbestos materials listed in Item 5. Also enter one of the following container codes used in transporting each type of asbestos material (specify any other type of container used if not listed below): DM - Metal drums, barrels DP - Plastic drums, barrels BA - 6 mil plastic bags or wrapping 7. Enter the quantities of each type of asbestos material removed in units of linear feet for asbestos cement pipe. 8. Use this space to indicate special transportation, treatment, storage or disposal or Bill of Lading information. If an alternate waste disposal site is designated, note it here. Emergency response telephone numbers or similar information may be included here. 9. The Owner, authorized agent of the Waste Generator, or Contractor performing the removal and preparing the waste materials for transport to the WDS must read and then sign and date this certification. The date is the date of receipt by the transporter. NOTE: The WASTE GENERATOR must retain a copy of this form. TRANSPORTER SECTION (Items 10 and 11) 10. & 11. Enter name, address, and telephone number of each transporter used, if applicable. Print or type the full name and title of person accepting responsibility and acknowledging receipt of materials as listed on this Waste Shipment Record for transport. Enter date of receipt and signature. If transporter is the same as the Owner, authorized agent, or Contractor, so indicate. NOTE: The TRANSPORTER must retain a cony of this form. WASTE DISPOSAL SITE SECTION (Items 12 and 13 12. The authorized representative of the WDS must note in this space any discrepancy between the waste described on this Waste Shipment Record (manifest) and waste actually received, as well as any improperly enclosed or contained waste. Any rejected materials should be listed, and the destination of those materials provided. A site that converts asbestos -containing waste material to non -asbestos material is considered a WDS. 13. The signature (by hand) of the authorized WDS agent indicates acceptance and agreement with statements on this manifest except as noted in Item 12. The date is the date of signature and receipt of shipment. NOTE: The WDS must retain a completed copy of this form, AND must send a completed copy to the named Owner and Contractor in Items 1 and 2, respectively. Ref. 40 CFR Part 61, Subpart M, Section 61.150 (05/29/14), and PSCAA Form 66-145 (09/10/07) Rev. 06/20/14 APPENDIX J TEMPORARY WATER BYPASS AND STAGING PLAN Appendix J Proposal - Schedule B Lakehaven Utility District Water Construction Sequence Abbreviations:0 Pacific Highway South (PHS) Lakehaven Utility District (LUD) For temporary water bypass and staging details, see plan sheet 169 • Temporary water main and service connection detail • Temporary water main assembly detail • Temporary blowoff detail Stage 1— Connection to S 359th Street water main crossing PHS • Temporary water service not required; the 8" DI crossing only serves a single hydrant on the west side of PHS. Staee 1A — Install Cut -In Tee 1. Isolate (valve operation by LUD staff only) and drain the 8" existing water main along S 359th Street by closing the in-line gate valve on north side of S 359th Street approximately 420' east of PHS. 2. Excavate and construct the cut -in tee and valves, with blind flange to north. Cut existing steel casing as required. This portion of the water main will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. Re -seal casing ends with cement concrete. 3. Confirm new pipe connection is sound and free of leaks. Flush through the existing fire hydrant on the west side of PHS at S 359th Street in coordination with the District Inspector. 4. Place the S 359th Street water main back in service. Staee 1B — Install New Hvdrant 1. Install wet tap and hydrant assembly at STA 17+86.52, 46' RT. Stage 2 — East Side of PHS, from S 359th Street to S 356th Street • Temporary water service required for Siesta Motel (35620 PHS). Two maximum 1 -hour shut -offs of Siesta Motel service to (1) connect temporary service from temporary blow -off to existing meter setter and (2) to connect motel service to new meter. Stage 2A — New Water Main Construction North of S 359th Street 1 1. Excavate and install new water main from just north of tee constructed in Stage 1A to just south of existing 8" DI main near existing fire hydrant on east side of PHS at STA 23+95 (approximately 620 LF), including new fire hydrant assemblies and service connection stubs. Install temporary blow -off at north end of restrained joint pipe limits shown on pipe profile. 2. Isolate (valve operation by LUD staff only) and drain new tee at —STA 17+65 by closing new valves on east and west side of new tee. Remove blind flange installed in 1A, install gate valve and connect to pipe running north. 3. In coordination with District inspector, fill, disinfect, pressure test, and drain the new water main and service connection stubs. 4. Confirm new pipe connection is sound and free of leaks. Turn off valve located on north side of hydrant tee at —STA 22+95 and flush through the new fire hydrant. 5. Prepare and deliver water service disruption notification form to Siesta Motel. 6. Install temporary water service to Siesta Motel from new hydrant (maximum 1 -hour shutoff). Stage 2B — Connection to Existing 8" DI Water Main South of S 356th Street 1. Isolate (valve operation by LUD staff only) and drain the existing water main south of S 356th Street by closing the gate valve at approx. STA 25+50, 35' RT 2. Isolate (valve operation by LUD staff only) and drain the new water main north of the hydrant tee at STA 22+88, 66' RT by closing the north line valve on the hydrant tee. 3. Remove the existing fire hydrant at STA 23+95 and the temporary blow -off and complete the connection to the new main This portion of water main will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 4. Confirm new pipe connection is sound and free of leaks. Flush through the new fire hydrant at STA 23+35. Stage 2C — Siesta Motel Service Connection to New Meter 1. Prepare and deliver water service disruption notification form to Siesta Motel. 2. Connect Siesta Motel service line to new meter and remove temporary water service (maximum 1 -hour shutoff). Stage 3 — New Connection to S 356th Street 8" DI Main at Sta. 27+03 Temporary water service required for Used Tire Warehouse (35450 PHS). Three, maximum 1 -hour service interruptions required to (1) cut and cap S 356th Street water main and set up temporary service from temporary blow -off on S 356th Street, (2) switch temporary service to blow -off on PHS, and (3) make final connection to new water meter. Staee 3A — Cut and CaD S 356th Street Water Main 1. Prepare and deliver water service disruption notification form to Used Tire Warehouse. 2. Isolate (valve operation by LUD staff only) and drain the water main on S 356th Street between PHS and next valve to east on the north side of S 356th Street, approximately 850' east of PHS. 3. Cut and cap the existing 8" DI water main on S 356th Street at the new connection point. Install temporary blow -off on end of S 356th Street water main, with temporary service line for Used Tire Warehouse. 4. Restore pressure to S 356th Street water main and connect temporary service to Used Tire Warehouse. Stage 3B — New Tee on PHS for S 356th Street Water Main 1. Isolate (valve operation by District staff only) and drain the existing 8" DI and AC water mains between S 356th Street and the 12" DI crossing under PHS at STA 29+70, by closing north valve at the S 356th Street tee (STA 25+35 RT) and both valves at the STA 29+70 tee. 2. Excavate and remove existing tee and gate valves at STA 26+70, 36' RT. Construct new 8" DI water main (approximately 40 LF) north to tee and valves at STA 27+03, 44'RT and install temporary blow -off on north valve. 3. Construct new 8" DI water main (approximately 40LF) from new tee at STA 27+03, 44' RT to just short of cut and capped connection point on S 356th Street water main, including new service line for Used Tire Warehouse, and install temporary blow -off. 4. In coordination with District inspector, fill, disinfect, pressure test, and drain the new water main. Staee 3C— Final Connection to S 356th Street Water Main 1. Prepare and deliver second water service disruption notification form to Used Tire Warehouse. Move temporary service for Used Tire Warehouse from temporary blow -off on S 356th Street water main to temporary blow -off on north end of PHS water main. 2. Isolate (Valve operation by LUD staff only) and drain the new S 356th Street water main connection between PHS and the temporary blow -off to the east and the water main on S 356th Street between the temporary blow -off near PHS and next valve to east on the north side of S 356th Street approximately 850' east of PHS. 3. Remove both temporary blow -offs and complete the connection to the S 356th Street water main. This portion of the water main will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 4. Confirm new pipe connection is sound and free of leaks. Remove Used Tire Warehouse temporary service line and flush through the existing temporary blow -off on the north end of the PHS water main at STA 27+03, 44' RT. 5. Connect Used Tire Warehouse water service to new meter and restore service. Stage 4 — East Side of PHS, from S 356th Street to Existing 12" Crossing at Sta. 38+10 • Two service interruptions required for Heated Storage at the Crossings (35401 PHS) domestic and fire service to (1) constructing new connection to crossing pipe at STA 29+70 and (2) final connection to new main on east side of PHS. • Temporary water service required for Used Tire Sales (35400 PHS). Two, maximum 1 -hour, service interruptions required to (1) connect temporary service to temporary blow -off at STA 27+03 and (2) make final connections to water main on east side of PHS and connect to new meter service. Staee 4A—Temporary Water Service for Used Tire Sales 1. Prepare and deliver water service disruption notification form to Used Tire Sales. 2. Install temporary service line to Used Tire Sales from temporary blow -off on north end of new water main at STA 27+03, 44' RT. Stage 4B — Cut, Extend and Cap Existing 12" DI Crossing at STA 29+70 1. Prepare and deliver water service disruption notification form to Heated Storage at the Crossings for interruption to domestic, fire sprinkler, and service to three hydrants. 2. Isolate (valve operation by LUD staff only) and drain the existing 8" AC water main between the valves at STA 29+70 and STA 38+10. 3. Excavate and shore east end of 12" water main crossing at STA 29+70 to expose east end of casing. 4. Isolate (valve operation by LUD staff only) and drain the existing 12" DI water crossing under PHS (STA 29+70) by closing the in-line valve on the west side of PHS at STA 33+26, 60' LT. Provide continuous fire watch for Heated Storage at the Crossings until service is restored. 5. Construct new connection to 12" DI crossing at STA 29+70, including cutting casing pipe as required, and riser pipe with two vertical bends. Install blind flange and temporary blow -off. This portion of water main will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 6. Confirm new pipe connection is sound and free of leaks. Flush new connection through temporary blow -off and restore service to Heated Storage at the Crossings. Staee 4C — 8" DI Water Main from STA 27+03 to STA 38+10 1. Disconnect existing 8" AC water main from valve at STA 38+10. 2. Remove existing 8" AC water main and install new 8" DI water main from just north of the temporary blow -off at STA 27+03 to just south of the existing 8" DI crossing at STA 38+10 (approximately 1,100 LF), including fire hydrant assemblies and service stubs, and new tee and valves for the crossing connection at STA 29+70. Install temporary blow -offs at north and south end of new water main and blind flange on valve at STA 29+70. 3. In coordination with District inspector, fill, disinfect, pressure test, and drain the new water main and service connection stubs. Staize 4D — Connections to New 8" DI Water Main at STA 27+03 and STA 29+70 1. Prepare and deliver second water service disruption notification form to Heated Storage at the Crossings. 2. Prepare and deliver second water serve disruption notification form to Used Tire Sales. 4 3. Close the north valve at STA 27+03 and remove temporary blow -off. Complete connection to the new water main to the north. This portion of water main will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 4. Isolate (valve operation by LUD staff only) and drain the existing 12" DI water crossing under PHS (STA 29+70) by closing the in-line valve on the west side of PHS at STA 33+26, 60' LT. Provide continuous fire watch for Heated Storage at the Crossings until service is restored. 5. Remove temporary blow -off and complete the connection at STA 29+70. This portion of water main will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 6. Confirm new pipe connections are sound and free of leaks. Flush new connections into new water main on east side of PHS and flush main through new hydrants and temporary blow -off at north end of new water main near STA 38+10. 7. Restore water service to Heated Storage at the Crossings. 8. Connect Used Tire Sales temporary water service to new hydrant assembly at STA 27+38 for continuation of service through Stage 5. Stage 5 — East Side of PHS New Connections to 8" Crossing at Sta. 38+10 and New PRV Station • Two (maximum 1 -hour) service interruptions required for Federal Way Heated Storage (35205 PHS) domestic and fire service to (1) cut and cap east end of existing 8" DI crossing at STA 38+10 and (2) final connection of new water main to 8" DI crossing at STA 38+10. • One (maximum 1 -hour) service interruption required for Used Tire Sales to remove temporary service installed in Stage 4 and connect to new meter. Staee 5A — Cut and Cap 8" DI Crossine at STA 38+10 1. Prepare and deliver water service disruption notification form to Federal Way Heated Storage for interruption to domestic, fire sprinkler, and service to four hydrants. 2. Isolate (valve operation by LUD staff only) and drain the existing 8" DI water crossing under PHS by closing the in-line valve on the west side of PHS at STA 33+26, 60' LT and the in-line valve and branch valves at the existing PRV Station at STA 40+75 RT. Provide continuous fire watch for Federal Way Heated Storage until service is restored. 3. Excavate and cut and cap the existing 8" DI riser pipe from the existing 8" DI crossing at STA 38+10. Install temporary blow -off. 4. Restore service to Federal Way Heated Storage by opening in-line valve on west side of PHS at STA 33+36, 60' LT (valve operation by LUD staff only) and flush main through temporary blow- off. Stage 5B — Extend New 8" DI North to Pr000sed PRV Station 1. Isolate (valve operation by LUD staff only) and drain the northern portion of the 8" DI water main north of the 12" DI crossing under PHS at STA 29+70 by closing the north valve at the crossing. 5 2. Excavate and remove the existing 8" AC water main and install the new 8" DI water main north to the north valve of the new PRV station at STA 38+35 (approximately 35 feet) including fittings and valves, with a blow -off on the north end of the installation. This portion of water main will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 3. Prepare and deliver water service disruption notification form to Federal Way Heated Storage for interruption to domestic, fire sprinkler, and service to four hydrants. 4. Isolate (valve operation by LUD staff only) and drain the existing 8" DI water crossing under PHS by closing the in-line valve on the west side of PHS at Station 33+26, 60' LT and the in-line valve and branch valves at the existing PRV Station at STA 40+75 RT. Provide continuous fire watch for Federal Way Heated Storage until service is restored. 5. Remove temporary blow -off installed in Stage 5A on 8" DI crossing under PHS and complete connection to new water main. This portion of water main will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 6. Confirm new pipe connections are sound and free of leaks. Flush new connections and pipe installation through temporary blow -off on north valve of tee at STA 38+35. 7. Restore water service to Federal Way Heated Storage. Stage 5C— Used Tire Sales Final Service Connection 1. Prepare and deliver water service disruption notification form to Used Tire Sales for final water service interruption. 2. Connect Used Tire Sales water service to new meter and restore service. Staae 5D — PRV Station 1. Construct new PRV station. This work may continue as Stage 6 begins. Stage 6 — East Side of PHS, from Proposed PRV Station to S 348th Street • Two service interruptions required for Cascade Drilling (35100 PHS) domestic and fire service to (1) cut and cap 6" Cl water main at STA 42+00 and (2) final connection to new main at this location. • Temporary water service required for Alaska Vehicle Transport (35050 PHS). Two service interruptions required to (1) connect temporary service to temporary blow -off at STA 42+00 and (2) connect to new meter service. • Two service interruptions required for businesses at the Federal Way Crossings shopping center (34902 & 35002 PHS) to (1) cut and cap 8" DI water main at STA 48+15 and (2) make final connection to new main at this location Stage 6A — Cut and Cap 6" Cl Water Main at STA 42+00 1. Prepare and deliver water service disruption notification form to Cascade Drilling for interruption of fire sprinkler and parking lot hydrant service. M 2. Isolate (valve operation by LUD staff only) and drain the existing 6" Cl main at STA 42+00 (S 2511t Street) by closing valve on east side of PHS at STA 42+00 and next valve to east along 6"CI main. 3. Cut and cap the end of the existing 6" Cl water main at proposed connection point and install temporary blow -off. 4. Restore pressure to 6" Cl water main and flush through temporary blow -off. Restore service to Cascade Drilling. 5. Prepare and deliver water service disruption notification form to Alaska Vehicle Transport. 6. Install temporary water service to existing Alaska Vehicle Transport meter setter from temporary blow -off on west end of existing 6" Cl water main at STA 42+00 (S 351St Street). Staee 6B — Cut and Cap 8" DI Water Main at STA 48+15 (Federal Wav Crossin 1. Prepare and deliver water service disruption notification forms to affected businesses within Federal Way Crossings shopping center. 2. Isolate (valve operation by LUD staff only) and drain the existing 8" DI water main extending east from PHS into the Crossings shopping center at STA 48+15. 3. Cut and cap the end of the existing 8" DI water main at proposed connection point and install temporary blow -off. 4. Restore pressure to 8" DI water main in the Federal Way Crossings shopping center and flush through temporary blow -off. Restore service to Federal Way Crossings businesses. Stage 6C — 8" DI Water Main from STA 38+35 to STA 52+50 1. Isolate (valve operation by LUD staff only) and drain the existing 8" AC water main along the east side of PHS between the north valve of the new PRV station at STA 38+35 and the existing valve at S 348th Street STA 401+27, 132' RT. 2. Disconnect existing 8" AC water main from valve at S 348th Street STA 401+27, 132' RT and install blind flange. 3. Remove existing 8" AC water main and install new 8" DI water main from just north of the temporary blow -off at STA 38+35 to just south of the proposed connection to the existing 16" DI water main at S 348th Street (approximately 1,400 LF), including fire hydrant assemblies, new tee and valves, and service connection stubs. Construct temporary blow -offs at both ends of the new main. 4. In coordination with District inspector, fill, disinfect, pressure test, and drain the new water main and service connection stubs. 5. Remove temporary blow -offs and complete the connection to the valve at STA 38+35. This portion of water main will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 6. Install tapping tee on existing 16" DI water main at STA 52+51, 80' RT at S 348th Street and complete connection to new 8" DI water main. This portion of water main will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 7. Confirm new pipe connections are sound and free of leaks. Flush new connections into new water main and flush main through new hydrants. Place new main into service. 7 8. Prepare and deliver water service disruption notification form to Alaska Vehicle Transport. 9. Connect Alaska Vehicle Transport water service to new meter and restore service. Stage 6D — Connection to New 8" DI Water Main at STA 42+00 1. Prepare and deliver water service disruption notification form to Cascade Drilling for interruption of fire sprinkler and parking lot hydrant service. 2. Isolate (valve operation by LUD staff only) and drain the existing 6" Cl main at STA 42+00 (S 2511t Street). 3. Remove the temporary blow -off and complete the connection between the new 8" DI and existing 6" Cl water mains along the east side of PHS at STA 42+00. This connection will be made under the "swab and go" process subject to the discretion of and review by the District Inspector. 4. Confirm new pipe connection is sound and free of leaks. Flush main through new hydrant near S 352nd Street. Stage 6E — Connection to New 8" DI Water Main at STA 48+15 1. Prepare and deliver water service disruption notification forms to affected businesses within Federal Way Crossings shopping center. 2. Isolate (valve operation by LUD staff only) and drain the existing 8" DI water main extending east from PHS into the Crossings shopping center at STA 48+15. 3. Remove the temporary blow -off and complete the connection to the new 8" water main along the east side of PHS at STA 48+15. This connection will be made under the "swab and go" process subject to the discretion of and review by the District Inspector. 4. Confirm new pipe connections are sound and free of leaks. Flush through new hydrant at STA 47+30. Stage 7 — 12"-16" Crossing at Sta. 41+87 (S 351" Street) and West Side Hydrant • Requires temporary water service interruption for Home Solutions Center (35109 PHS) and customer at 1026 S 351" Street, located west of PHS. • Requires shutdown of 16" main and pump station at well. Staee 7A — Construction of New 16" Water Main and 12" Crossine at S 351St Street 1. Prepare and deliver water service disruption notification form to Home Solutions Center and other affected customers along S 351St Street west of PHS. 2. Construct temporary water service line to Home Solutions Center and other affected customers along S 351" Street from existing hydrant at NE corner of Federal Way Heated Storage site (this hydrant is in a lower pressure zone). 3. Coordinate with District to isolate (valve operation by LUD staff only) and drain the existing 16" main between pump station and S 348th Street, by closing valve at pump station and approx. four valves south of S 348th Street. 4. Cut and cap 16" water main and proposed connection points on S 351" Street and on PHS. M 5. Construct new 16" DI pipe alignment in S 351St Street, 8" DI water main to hydrant at STA 40+57 LT, tee and valve for connection to existing 16" DI in PHS, encased 12" DI water main crossing under PHS, and new connection to sampling station. Install temporary blow -offs at the west end of the new 16" DI water main and the east end of the new 12" DI water main. 6. In coordination with District inspector, fill the new water mains from the existing hydrant at Federal Way Heated Storage (lower pressure zone), disinfect, pressure test, flush and drain the new water mains. Staee 7B — Connections to New 16" and 12" Water Mains 1. Remove the temporary blow -offs and construct connections between the new water main and the existing 16" water mains to the west along S 351s' Street and north along PHS, and to the new 8" DI water main on the east side of PHS. These connections will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 2. Confirm new pipe connections are sound and free of leaks. Flush new water main through new hydrant at STA 40+57 and place new water mains into service. 3. Prepare and deliver water service disruption notification forms to Home Solutions Center and other affected customers along S 351St Street west of PHS. 4. Remove temporary water services and restore service to affected customers. Stage 8 — Water Main Construction between S 348"' and S 344th Streets • Stage 8B requires two crews and night work to minimize length of shut -down of 14" water main. • Requires one water service interruption for properties on west side of PHS for shut -down of 14" water main. This shut -down affects several businesses at 34507 PHS and Home Appliances and Federal Way Auto Sales (34417-34421 PHS). • Requires two water service interruption for Banner Bank (34600 PHS) and O'Reilly Auto Parts (34720 PHS) for connection to new crossing. • Requires one water service interruption for Public Storage (34701 PHS) to construct vertical offset on water main loop through site and construct new meter service. Stage 8A — Construction of New 8" Crossing at STA 59+88 1. Excavate and construct the encased 8" DI crossing at STA 59+88, keeping a minimum 10' separation from the end of the existing water main on the east side of PHS to maintain adequate thrust restraint for the existing water main to the east. 2. Install temporary blow -offs on both ends of completed water main crossing. 3. In coordination with District inspector, fill the new water main crossing from the existing hydrant adjacent to O'Reilly Auto Parts, disinfect, pressure test, flush and drain the new water main. 0 Stage 8B — Modifications to 14" Water Main, Hydrants and Meters between S 348th and S 344th Streets 1. Prepare and deliver water service disruption notification form to affected properties served by the 14" DI water main on the west side of PHS between S 348th Street and S 344th Street (Public Storage, Sound Rent A Car, Shorty's Grub, medical offices at 34507 Pacific Highway S). 2. Excavate, shore, and steel plate cut -in tee location at STA 59+88 and hydrant valve removal at STA 61+00. 3. Isolate (valve operation by LUD staff only) and drain the existing 14" DI water main by closing valves at S 348th Street, S 344th Street, and two valves for loop through Public Storage site. 4. Crew #1 to install 14" x 8" cut -in tee and valves on existing 14" DI water main at STA 59+88 LT and connect to new water main crossing. This connection will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 5. Crew #2 to remove hydrant and valve at STA 61+00 and install bind flange. This work will be performed under the "swab and go" process subject to the discretion of and review by the District Inspector. 6. Confirm new pipe connections are sound and free of leaks. Restore service to the 14" DI water main. 7. Complete fire hydrant relocations on west side of PHS at STA 58+88 and STA 60+48. Stage 8C— Connections to New 8" Water Main Crossin 1. Prepare and deliver water service disruption notification form to affected properties served by the existing 8" DI water main between O'Reilly Auto Parts and Banner Bank at STA 59+88. 2. Isolate (valve operation by District staff only) the existing 8" DI water main at STA 59+88. Release pressure from main to allow thrust block on end to be removed, but do not drain. 3. Remove the temporary blow -off and complete the connection between the new 8" DI water main crossing at STA 59+88 and the existing gate valve to the east. This connection will be made under the "swab and go" process subject to the discretion of and review by the District Inspector. 4. Construct the hydrant relocation at STA 59+43 RT. This work will be done under the "swab and go" process subject to the discretion of and review by the District Inspector. 5. Confirm new pipe connections are sound and free of leaks. Flush through relocated hydrant at STA 59+43 RT. 6. Restore pressure to the existing water main east of the new connection. Stage 8D — Construction of Vertical Offset on Water Main Loop throueh Public Storaee Site 1. Prepare and deliver water service disruption notification form to Public Storage for temporary shut -down (maximum 4 hours) of two hydrants on south side of site. 2. Coordinate with District to isolate (valve operation by LUD staff only) and drain the existing 8" AC water main into the Public Storage site at STA 57+00 LT. Shut down the adjacent valve at the PHS main and an in-line valve in the NW corner of the Public Storage site. 3. Excavate and install the 8" DI water main vertical offset at STA 57+00 LT. 4. Construct new water service for Public Storage. 10 5. In coordination with District inspector, fill, disinfect, pressure test, flush, and restore service to the 8" DI water main through the Public Storage site. 6. Connect Public Storage service to new water meter. Stage 9 -- Water Main Construction between S 344th and S 340th Streets • Stage 9B requires two crews and night work to minimize length of shut -down of 14" water main. • Requires one water service interruption for properties on west side of PHS for shut -down of 14" water main. This shut -down affects several businesses at 34303 PHS, Budget/Avis (34225 PHS), New Community Church (34221 PHS) and Progressive Claims and Insurance Center (34001 PHS). • Requires temporary water service for Craig and Associates building (34400 PHS). Two, maximum 1 - hour, service interruptions required to (1) establish temporary service from fire hydrant near Aqua Quip and (2) reconnect service line to relocated meter on S 344th Street. • Requires temporary water service Valmet Inc. (34320 PHS). Three, maximum 1 -hour, service interruptions required to (1) cut and cap the 8" AC water main connection to S 344th Street, (2) install temporary service from new hydrant at STA 71+56, and (3) final service connection to new meter. • Requires two service interruption for customers along S 344th Street between PHS and 161h Ave S to (1) cut and cap the existing 10" AC water main and (2) connect the existing water main to the new 12" DI crossing under PHS. This interruption affects Euro Food and Deli (1511 S 344th Street) and Eagle Tire and Automotive (1515 S 344th Street). Stage 9A - Cut and Cap S 344th Street and Valmet Water Mains 1. Prepare and deliver water service disruption notification form to Valmet Inc. and other affected properties served by the 10" AC water main on S 344th Street between PHS and 16th Avenue S. 2. Construct temporary water service for Craig & Associates from existing fire hydrant adjacent to Aqua Quip, STA 64+90. 3. Coordinate with District to isolate (valve operation by LUD staff only) and drain the existing 10" AC water mains on S 344th Street. 4. Cut and cap the existing 10" AC water main on S 3441h Street at the proposed connection point at S 344th Street STA 501+67. Install temporary blow -off 5. Cut and cap the existing 8" AC water main on the Valmet site, north of S 344th Street and install temporary blow -off 6. Restore pressure to 10" AC water main on S 344th Street and Valmet site water main. Stage 9B — Modifications to 14" Water Main, Hydrants and Meters between S 344th and S 340th Streets 1. Prepare and deliver water service disruption notification forms to affected properties served by the 14" DI water main on the west side of PHS between S 3441h Street and S 340th Street. 2. Excavate, shore and steel plate all locations along 14" DI water main requiring modification during water main shut down. 3. Coordinate with District to isolate (valve operation by LUD staff only) and drain the existing 14" DI water main. 11 4. Crew #1 to excavate and install 14" x 12" tee and valves on existing 14" DI water main at STA 59+88 LT. This connection will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 5. Crew #2 to replace hydrant valves at STA 72+80 LT, STA 75+82 LT. Remove existing hydrant valve at STA 69+40 and replace with blind flange. This work will be performed under the "swab and go" process subject to the discretion of and review by the District Inspector. 6. Confirm new pipe connections are sound and free of leaks. Restore service to the 14" DI water main. 7. Complete fire hydrant and meter relocations on west side of PHS between S 344th Street and S 340th Street. Staee 9C — New 8" Water Main Crossine at STA 71+98 1. Excavate and install new 8" DI crossing at STA 71+98 east to approximately 20' west of the proposed connection adjacent to the Pattison's West building, including hydrant assembly and service stub. Install temporary blow -off at east end of new water main. 2. In coordination with District inspector, fill, disinfect, pressure test, and drain the new 8" DI water main crossing through the new hydrant assembly and temporary blow -off. 3. Install 14" x 8" wet tap tee on existing 14" DI water main on west side of PHS at STA 71+98 and connect to new 8" DI water main crossing. This connection will be installed under the "swab and go" process subject to the discretion of and review by the District inspector. 4. Flush the new 8" DI water main crossing through the new hydrant at STA 71+56 and temporary blow -off. Place the new water main and hydrant into service. Staee 9D — New Water Service for Valmet Site 1. Prepare and deliver water service disruption notification form to Valmet site 2. Construct temporary service line from new hydrant at STA 71+56 RT to existing meter service. 3. Coordinate with District to isolate (valve operation by LUD staff only) and drain the existing 8" DI water main through Valmet site and the new 8" Cl crossing under PHS at STA 71+98 by closing the new valve on the east side of the hydrant tee at STA 71+98, 50' RT and the existing valve on the west side of 16th Avenue S. 4. Remove temporary blow -off, and excavate and install connection from new 8" DI crossing under PHS to existing 8" DI on north side of the Valmet site. This connection will be installed under the "swab and go" process subject to the discretion of and review by the District Inspector. 5. Confirm new pipe connection is sound and free of leaks, and flush through existing hydrant. Restore service to the new 8" DI crossing at STA 71+98 and connection to 16th Avenue S. 6. Install new service line between new meter location and existing meter location. 7. Prepare and deliver water service disruption notification form to Valmet site 8. Switch water service to new meter and remove temporary water service. Stage 9E — New 12" DI Water Main Crossing at S 344th Street 1. Remove the existing 10" AC water main and construct the new 12" DI crossing under PHS at STA 68+00 and water main along S 344th Street from near the new cut -in valve on the 14" DI water 12 main and the cut and capped end of the 10" AC water main. Install temporary blow -offs on both ends of the new water main. 2. In coordination with District inspector, fill, disinfect, pressure test, and drain the new 12" DI water main. 3. Complete the connection to 14" DI water main on the west end. This connection will be installed under the "swab and go" process subject to the discretion of and review by the District inspector. 4. Prepare and deliver water service disruption notification form to affected properties served by the 10" AC water main on S 344th Street between PHS and 16th Avenue S. 5. Coordinate with District to isolate (valve operation by LUD staff only) and drain the existing 10" AC water mains on S 344th Street by closing valves at PHS and 16th Avenue S. 6. Remove both temporary blow -offs at the S 344th Street connection point and complete the connection between the new 12" DI and existing 10" AC water mains. This connection will be installed under the "swab and go" process subject to the discretion of and review by the District inspector. 7. Confirm new pipe connections are sound and free of leaks. Flush new 12" DI water main and connections through the fire hydrant on the north side of S 344th Street. 8. Connect Craig & Associates building to new water meter and remove temporary service. Stage 10 — Fire Hydrant Relocation on PHS North of S 340th Street • Stage 10 requires night work for shut -down of 14" water main. • Requires service interruption for two businesses (33903 and 33905 PHS). Possible Construction Sequence 1. Prepare and deliver water service disruption notification forms to affected properties served by the 14" DI water main on the west side of PHS between S 340th Street and S 336th Street. 2. Excavate, shore and steel plate all locations along 14" DI water main requiring modification during water main shut down. 3. Coordinate with District to isolate (valve operation by LUD staff only) and drain the existing 14" DI water main. 4. Replace hydrant valve at STA 80+79 LT. This work will be performed under the "swab and go" process subject to the discretion of and review by the District Inspector. 5. Confirm new valve connections are sound and free of leaks. Restore service to the 14" DI water main. 6. Complete fire hydrant and meter relocations on west side of PHS between S 3401h Street and S 336th Street. Stage 11— S 340th Street Fire Hydrant Relocation • Requires service interruption for J&M Exhaust (34110 PHS) 13 Possible Construction Sequence 1. Prepare and deliver water service disruption notification forms to J&M Exhaust, which is served by the water main on the east side of 16th Avenue S between S 3401h Street and S 341s' Place. 2. Isolate (valve operation by LUD staff only) and drain the existing water main on the east side of 16th Avenue S between S 3401h Street and S 341s' Place. 3. Remove hydrant and valve at STA 81+65, 104' RT and install blind flange. 4. Confirm new fitting is sound and free of leaks. Restore service to the 16th Avenue S water main. 5. Install new wet tap and fire hydrant assembly at STA 81+88, 84' RT. 6. Relocate water meter. Stage 12 — Water Meter Relocations on S 344th Street • Requires one service interruption for CR Floors (34341 PHS). Possible Construction Sequence 1. Prepare and deliver water service disruption notification forms to CR Floors. 2. Relocate water meters and service lines. 3. Restore water service to CR Floors. Stage 13 — Fire hydrant modification and installation from STA 47+00 to 51+00 LT. • Does not require temporary service or disruption to service. Possible Construction Sequence 1. Connect 16"x8" wet tap hydrant connection to 16" main at —STA 47+45 LT. 2. Isolate valve at Days Inn parcel to hydrant. Drain 6" pipe. Make connection to 6" pipe and flush through new hydrant. 14 APPENDIX K PUGET SOUND ENERGY CONSTRUCTION STANDARDS �Ope This standard covers the factors that must be considered in choosing a location for a vault, handhole, or padmounted piece of equipment. It also covers placement requirements related to vehicular or pedestrian traffic. It does not address the location of cables or conduit. These topics are covered in this standard. Definitions Location Requirements Accessibility Working Space Terrain and Retaining Walls Hillholder Soil Conditions Length of Cable Run Operating Rights Easements and Permits Utility Conflicts Vehicular Traffic Pedestrian Traffic Aesthetics Customer Notification These are definitions of terms used in this standard: 1 2 2 2 6 7 7 7 7 8 8 8 10 10 10 Government Entity A city, county, or state entity that has authority over the Public Thoroughfare in the conversion or relocation area. Public Thoroughfare A publicly owned road, right-of-way or real property that allows for electric utility use. handholes, junction boxes, padmounted Underground Equipment Vaults, transformers, padmounted switches, submersible transformers, and submersible switches. 02000 Puget Sound Energy Effective on: 08/11/09 Canceling: 05/01/09 Page 1 of 10 VOTO . INi` Accessibi I ity Underground Equipment must be readily accessible by workers and equipment during construction and for future operation and maintenance. Workers should not have to climb over or remove obstacles to gain access. Heavy construction equipment must be able to get close enough to the excavation to place the vault in the hole. Consider the underground equipment's weight and the lifting angle and swinging radius of the boom truck when the underground equipment's location. Remember that dump trucks may need choosing access if select fill is used for fill or if excavated material will be hauled away. Working space A clear and level working space is necessary for the operation and maintenance of Underground Equipment (Figures .1-6). The location must allow room to operate a switch handle, completely open a hinged steel door, or use a hotstick to install and operate equipment. In no case shall clearances be less than those required by code from combustible and noncombustible walls, bodies of water, fire escapes, et cetera. See Standard 0700.1500. The working space should be free from obstructions such as trees, shrubbery, poles, buildings, retaining walls, structures, fences, fire hydrants, utility pedestals, decorative screens, ditches, streams, roadways, etc. Consider possible future structures and equipment which could interfere with clearances and accessibility. Working Space may extend into a traveled roadway under the following conditions: ® The equipment is accessible to PSE crews and vehicles for installation and scheduled maintenance work, ■ When operating the system (such as opening and closing switches) or for unscheduled repair work due to equipment failure: - A PSE truck may be parked in the traveled roadway in the immediate vicinity of the equipment. - The working space is not on a blind corner or blocked from the vision of the on -coming traffic. - Any required traffic control devices shall be limited to those devices that are normally carried on a service truck, which can be deployed by a single lineman/serviceman, and can be left unattended while the equipment is operated. The working hours within the Working Space (including the roadway portion) are not restricted. - Permission from the Government Entity is not required. - The roadway speed limit in the vicinity of the working space does not exceed 35 mph. Continued on next page Effective on: 08/11/09 02000 Puget sound Energy Canceling: 05/01/09 Page 2of10 A= Figure 2 Clear working space for padmount transformers and aboveground J -box enclosures Clear working space for vaults containing submersible transformers, submersible switches, J -boxes, and splice vaults. FIELD SIDE (PREFERRED) NOTE: Six feet of working space is required from the side of the vault opposite the interior wall where a J -box is installed. If J -boxes are mounted on multiple walls, six feet of working space is required in front of each J -box. Continued on next page 02000 Puget sound Energy Effective on: 08/11/09 Canceling: 05/01/09 Page 3of10 Handhole and Padmounted ! !� Location Requirements, continued Figure 3 Clear working space for padmount switches Clear working space for padmount switches rotated 90 degrees on the pad Effective on: 08/11/09 @2000 Puget Sound Energy Canceling: 05/01/09 Page 4 of 10 Continued on next page Terrain and Retaining Walls � I 1� I'll I M� =0 I is rival' I Clear working space for primary metering cabinets Avoid placing equipment where a slope makes it difficult for the worker to stand and operate the equipment or where it is subject to landslides or drainage wash. When practical, restrict the slope to a one400t- rise over a three-foot run (Figure 6) within the clear working space. Terracing of the site and/or adding a retaining wall may be required to protect the equipment and provide adequate working space. Working space requirements shall be maintained from the equipment to the retaining walls. The customer. is responsible for the installation and maintenance of retaining walls of sufficient strength and suitable construction to meet this requirement (Figure 7). Recommended slope within the clear working space Continued on next page 02000 Puget Sound Energy Effective on: 08/11/09 Canceling: 05/01/09 Page 5 of 10 Vault, Handhole, and Padmounted IN M • t11111gilillilliqll IN IIIIIIIIIIIIII RIP .... III Milk I �` ` iIN • ' / Figure 7 Figure 7 shows clear working space from a transformer to a retaining wall. See Standard 0700.1500 for information on clearances from other objects. Transformer to retaining wall clear working space HiLIh®Iden Hillholders may be used for single-phase minipad transformers on gentle slopes to prevent the soil from sloughing into a transformer. See Standard 6775.0700 for additional information. When properly installed, hillholders are not considered an infringement into the required clear working space. Soil Conditions Avoid placing vaults in poor or unstable soil conditions which may require special construction methods such as pilings or rip rap. Contact the Civil Engineering Group when poor soil conditions are unavoidable. Select backfill may be required to replace undesirable material. Length of Cable A vault location may need adjustment, or additional vaults may be required, so that the cable Run pulling limits are not exceeded. See Standard 6825.6150 for additional information. Effective on: 08/11/09 02000 Puget Sound Energy Canceling: 05/01/09 Page 6of10 NUMOBELME Table 1 gives the location requirements for various types of construction. Location requirements for various types of construction Conversions for Governmental Entities (Sch 74) Conversions for customers other than Governmental Entities (Sch 73) See Schedule 74 for the requirements concerning the location of underground facilities in an underground conversion area for those applications that meet the tariff requirements. If the existing overhead facilities are on private property, locate the new underground facilities on private property. If the existing overhead facilities are on a public thoroughfare, it is preferred to locate the underground facilities on private property, although they may be located on a public thoroughfare, at the sole discretion of PSE if the requirements of this standard are met. New Developments In new developments, locate Underground Equipment on private property when the requirements of this standard can be met. When extending a new power line along a Public Thoroughfare that is not bordered by the new development, the Underground Equipment may be located on the Public Thoroughfare, at the sole discretion of PSE if the requirements of this standard are met. Relocations When relocating Underground Equipment that is on private property, locate the new Underground Equipment onto private property. When relocating Underground Equipment that is on Public Thoroughfare, it is acceptable to place the new Underground Equipment on public thoroughfare, at the sole discretion of PSE, if the requirements of this standard are met. Easements and See Standard 0350.1000 for information and requirements on obtaining easements and Permits permits. In general, easements are required for cable, equipment, and operating space located on private property. If a piece of equipment is located entirely on property Parcel A (either Public Thoroughfare or private property), and the required work space overlaps onto private property Parcel B, an easement must be obtained for that portion of the working space on Parcel B. When working near water or wetlands, additional permits may be required from various agencies, including: ® Washington State Department of Fish and Wildlife ■ Department of Ecology Corps of Engineers, and ® Department of Natural Resources These permits may take a long time to acquire, so consideration should be given to avoiding areas where these permits are required. Contact the Municipal & Land Planning group for additional information and assistance. 02000 Puget Sound Energy Effective on:. 08/11/09 Canceling: 05/01/09 Page 7of10 Vault Handhole and Padm( untec i Location Requirements, continued Uti 1 ity Conflicts Vaults or handholes shall not be placed on top of PSE's or another utility's facilities, Vehicular Traffic Avoid placing vaults in roadway traffic locations. When roadway location is necessary, do not place vault doors or manhole covers in line with direct wheel loads. Table 2 gives the location requirements for Underground Equipment that is subject to vehicular traffic. Effective on: 08/11/09 @2000 Puget sound Energy Canceling: 05/01/09 Page 8 of 10 Location requirements for equipment that is subject to vehicular traffic Pulling vaults Junction Boxes and Submersible Equipment vaults Padmounted Equipment Do not place vaults in road intersections or crosswalks. Use cast-iron manhole covers on pulling vaults in areas that are subject to normal roadway traffic. when installed in a driven lane, the vault should be placed so the covers fall between the wheel paths. Vaults installed within a road shall include one 6 -inch and one 124rich ring riser to accommodate potential grade changes and to allow adequate backfill depth over the vault. Vaults with plate doors and ventilated doors should not be used in areas subjected to normal roadway traffic. Commercial parking lots, truck bays, commercial/industrial driveways, et cetera fall into this category. The reasons for this are. ■ The doors have a history of warping and breaking. ■ The hold-down bolts tend to work loose, so the doors bang loudly when cars drive over them. ■ Gravel and debris tends to pack in and jam in the doors so they will not open. See Standard 6775.0030 for additional information. When in parking lots, locate equipment in planter strips or in landscaped areas to avoid having cars parked over the vault when the equipment needs to be operated or maintained. An existing lid with standard plate doors may be replaced with a more durable "stealth" door lid that uses 4 lock -down bolts or a heavy-duty full traffic lid. These lids are special order material that may be appropriate where existing vaults are difficult to relocate. Contact the Standards and Compliance Department for application and use. Vaults installed in pavement or sidewalks shall include an adjustable cover to accommodate potential grade changes. Visual Obstruction Do not place padmounted equipment where it creates a visual obstruction to traffic. Control Zone Padmounted equipment shall not be located within control zone areas. Contact the municipality's traffic engineer to determine the control zone requirements. If padmounted equipment is located near a private roadway that is not covered by a municipality's control zone policy, and the traffic on the roadway is expected to travel at greater than 10 mph, follow the control zone requirements of the county in which the private road is located. See WSDDT Design Manual, Chapter 700, "Clear Zone," for additional information. Guard Posts See Standard 0700.1600 for information on the use of guard posts. 02000 Puget Sound Ener � _ JY Effective on: 08/11/09 Canceling: 05/01/09 Page 9of10 Location Requirements, continued Pedestrian Tre�ific Place padmount equipment so that it is not an obstruction to pedestrians. Locate vaults to minimize tripping or slipping hazards. Locate access openings so that barricades or other suitable guards can be placed to protect the opening when it is uncovered. Standard slip -resistant diamond -plate doors are appropriate in non -pedestrian traffic applications for vault and handholes. Aggressive traction "anti-skid" doors are required on all vaults placed in sidewalks or other pedestrian traffic locations. Aesthetics Consider the visual impact to the customer and the public when choosing a location for vaults or handholes. Coustomer NESC Notify the property owner or customer of Puget Sound Energy's requirements, including the need to keep a clear path to and working space for the Underground Equipment during the life of the installation. The following Puget Sound Energy documents apply to this standard: 0350.1000 0700.1500 0700.1600 6775.0030 6775.0700 6825.6150 Easements Clearances for Oil -Filled Equipment Guard Posts for Padmounted Equipment Vault and Handhole Selection and Application Using and Installing Hillholders Cable Pulling Calculations 323 Manholes, Handholes, an 380 Equipment - General 382 Equipment — Location in d Vaults Underground Structures 296-4548515 Access and working Space wSDOT Design Manual, Pedestrian Design Considerations WSDOT Design Manual, Chapter 700, Clear Zone Effective on: 08/11/09 02000 Puget Sound Energy Canceling: 05/01/09 Page 10 of 10 This standard describes the basic installation procedures for electric and gas handholes and vaults. For more detailed requirements on manhole vault installation, refer to Standard 6775.0050. These topics are covered in this standard: Be aware of hazards when excavating and installing vaults and handholes. To avoid personal injury or damage to equipment or materials, follow safe procedures and use correct equipment when lifting, transporting, and setting precast concrete handholes and vaults. Tailgate Meeting A job planning (tailgate) conference shall be held prior to starting work. Crews shall be briefed on the content of the job and shall examine the worksite for unsafe conditions. ■ The worksite is properly barricaded and appropriate warning signs are used. When workers leave the area, holes are covered or barricaded with approved barriers or guards, and clearly marked to prevent injury or damage to the public. Public Safety Maintaining public safety is part of the job. Ensure that: ■ Equipment or material is not be left in a condition that will create a public hazard. ■ After dark, approved lights, reflectors, or similar devices are used. @1998 Puget Sound Energy Effective on: 05/01/09 Canceling: 03/01/09 Page 1 of 10 Electric Installations 0 M40 MIFIOM4- For electric vault and handhole installations, refer to Standard 0100.2310 for safe work practices. For gas vault and handhole installations, refer to Field Procedure 4840.1000 for safe work practices. Work shall be performed in. accordance with the requirements of local jurisdiction and/or any issued permits. Where permit requirements conflict with this standard, contact the Standards Department for a variance request prior to proceeding with the work. iiiiiii • Temporary erosion and sediment control requirements must be identified and appropriate controls installed prior to beginning any excavation, trenching, or dewatering procedure. Refer to Standard 0150.3200 and local jurisdiction requirements. Vault Delivery and Boom Truck Capacity Order in Advance For prompt delivery, place vault orders a minimum of 48 hours in advance. For noncoded custom vault products, up to four weeks may be required from time of order to delivery. A specific delivery schedule can be obtained from the manufacturer when the order is placed. Preparing for The cost of coded standard vaults includes delivery to the job site and vault setting by the Delivery manufacturer. Some larger special order vaults include delivery only; Puget Sound Energy must supply a 354on crane to set these vaults. To ensure successful delivery, the following conditions must be met. ® The job site and vault setting location must be accessible without requiring pushing or towing of the manufacturer's delivery truck. The excavation shall be properly prepared and ready to receive the vault. All excessive standby time resulting from the lack of or incomplete preparation at the job site by Puget Sound Energy or its contractor will be charged for by the vault manufacturer. ■ The vault must be accurately set, since the manufacturer's delivery truck will make no adjustment after its initial installation. Continued on next page Effective on: 05/01/09 01998 Puget Sound Energy Canceling: 03/01/09 Page 2 of 10 Vault Company Boom Capacities enc Boom delivery trucks generally meet one of the following lift capacities. 29 fit Max Boom truck lifting capacities . :11 •wig 11 • 20 ft. Boom Truck Crane Capacity Range A SIDE REAR 8'-0" 28,500 1 b 28,500 1 b 10'-0" 27,000 lbs 27,500 lbs 15'-0" 22,000 lbs 24,5001bs 20'-0" 13,000 lbs 15,000 lbs 29 ft. Boom Truck Crane Capacity Range A SIDE REAR 81-0" 20,000 lbs 20,000 lbs 10'-0" 20,000 lbs 20,000 lbs 15'-0" 20,000 lbs 20,000 lbs 20 `-0" 13,170 lbs 16,150 lbs 25'-0" 8,560 lbs 9,8601bs 29'-0" 6,860 lbs 7,390 lbs A - Side Range When delivery trucks position their boom riggers, the lift range will decrease if the riggers cannot be fully extended. NOTE. If there are curbs, sidewalks, and other obstacles in place; the maximum lift range will further decrease. Manufacturer's delivery truck may not be able to set a vault when an excavation site is not accessible due to poorly designed vault placement or temporary construction obstacles. Any third party who lifts a vault, must follow proper lifting requirements noted in this standard. Continued on neat page @1998 Puget Sound Energy Effective on: 05/01/09 Canceling: 03/01/09 Page 3of10 r •LM, 1me t Vault Inspection Vaults shall be inspected and accepted before being unloaded or installed. Verify that the vault and lid are the correct size with the appropriate accessories. Do not accept or install vaults or accessories with structural problems such as. ■ Cracks radiating from the lifting inserts. ■ Exposed reinforcing. ■ Cracks or damage that will impair strength or watertightness. ■ Broken door hinges, defective door latches, or misaligned doors. If the problem is minor and can be repaired by the manufacturer at the the worksite, install the material and contact the Storekeeper who will arrange repairs with the manufacturer. If the vault is defective or the incorrect size, contact the Storekeeper who will contact the manufacturer and have the material replaced. Damage occurring after delivery is not the responsibility of the manufacturer. Before Installing Vaultthe Ensure the following tasks have been done before excavating for the vault: ■ Contact local government agencies when required. ■ Locate and mark underground utilities. ■ Determine the vault's location and establish the site's finished grade. Basic Vault Excavation Excavation Shoring Excavations over 4 feet deep shall be shored or sloped before any worker enters. On deep excavations where it is impractical to shore or slope, the vault hole can be over -excavated by 8 to 10 inches and then raised to depth with crushed rock. The excavation can then be leveled from above with a backhoe before the vault is set. Unstable Soil In areas such as river valleys where there is a high water table, several things can be done to minimize construction problems due to soil caving into the excavation. ■ If the problem is severe enough, the area around the excavation site can be dewatered with well points and pumps before digging. ■ A manhole shoring box can be rented. ■ Sheet piling and jacks can be used for larger or deeper excavations. Continued on next page Effective on: 05/01/09 01998 Puget Sound Energy Canceling: 03/01/09 Page 4of10 i 01:11LUIT61 Follow these steps to excavate for the vault. Set vaults and handholes using the vault manufacturer's delivery truck whenever possible. If this is not possible or practical, store the vault on firm level ground. Vaults and lids are subject to damage if stored on uneven terrain. When rigging for a vault lift, all provided lift points must be utilized. Most vaults have pulling irons in each interior corner that should be used for lifting. Vault lids commonly have four 3/4" or 1" Lifting inserts cast into the concrete. Lifting eye bolts (MID 7223300 or 7223100) should be fully seated in the inserts to assure a safe lift. When lifting handholes 4'-8" x 7' or smaller, at minimum use either 646ot slings (MID 7487600) or a spreader bar. The increased angle created by using a sling any shorter than 6 feet may stress the vault walls to the point of collapse. For larger vaults, the lift rigging length must be 24/2 times the longest distance between lift points. Flooded Larger vaults will float if the excavation is flooded. Do not lower a vault into a flooded Excavations excavation until as much water as possible has been removed. If an excavation is to be left open in saturated soil where the water table is likely to rise and fill in the hole, it is helpful to allow water back into the vault to prevent the vault from floating to the surface. To protect against flotation, create a small hole in the vault wall for water flow, using an available knockout. Be sure to seal any holes with grout when work is complete. Continued on next page 01998 Puget Sound. Energy Effective on: 05/01/09 Canceling: 03/01/09 Page 5 of 10 r Settling the Vault, continued Adjustingto Grade Follow these steps to set the vault. 1� I 1 Set the vault into the excavation in correct alignment with the trench, so that pipe or conduits can be brought straight into the vault. Be certain that: ■ The vault is level, square with adjacent structures, and at the proper grade. ith sidewalks and curbs where applicable. ■ The vault is square w ■ If final grade is sloping, plan to adjust the vault cover to match. ® The cover is aligned so that it is not necessary to stand on the open lid while operating equipment inside the vault. ■ The sump is located at the same end as the entrance cover where applicable. 2 Keep vault key ways, gaskets, and joints free of dirt, rocks, and debris. 3 Install mastic gasket, provided by the manufacturer, between the sections of multisection vaults (i.e., 5106 and 712 vaults). ® Remove all protective paper from mastic. ■ Place mastic gasket on outside edge of joint or in tongue and groove joint. ■ Butt mastic end to end with no overlapping joints. ■ Additional mastic gasket (MID 9996153) can be obtained from Stores. All vaults shall be set to a depth that meets the fallowing requirements: ■ The vault shall not present a tripping hazard. Vaults set in pavement or in a sidewalk shall match final grade. Vaults abutting a sidewalk or pedestrian walkway shall be set to match the final grade unless a guard is in place, or the situation is such that pedestrians will not trip on the vault. ■ In unpaved areas, the vault shall be set high enough to keep dirt, bark, grass, landscaping, gravel, et cetera from covering the top of the vault. Generally, this means setting the vault approximately 2 inches abovegrade in areas that will be landscaped. The exception is secondary handholes, which are always set flush with final grade. ■ The minimum cover over the cables and conduits shall be obtained. ■ No holes in the side of the vault shall be exposed. ■ On the minipad, the Unistrut shall be a minimum of 6 inches belowgrade. Effective: on: 05/01/09 1998 Puget Sound Energy Canceling: 03/01/09 Page 6 of 10 Continued on next page A= Installing adjustable vault lids i Machine Bolt (MID 1191700) 1 " dia x 14" long. Screw in bolt as needed to raise lid to grade. Remove bolt and grout bolt hole (4 places) after grout has set and lid is supported. Vault 1 A Install felt joint around vault perimeter when installed in concrete pavement. Varies as required to match grade. Vault riser(s) as required for adjustable lid. Install and mortar into place concrete bricks (MID 9996191) and precast plastic shims (MIDs 9997400, 9997401, 9997402, and 9997400 as needed to match grade, then mortar all remaining gaps and interior surface area with nonshrink grout (MID 7658100). Galvanized Steel Tube (Installed by vault manufacturer) NOTE: If more than 4" of height adjustment is needed on all sides, use standard coded or custom noncoded concrete vault risers as required. Square Nut Welded to Tube (Installed by vault manufacturer) Removable Balt 1 " Dia x 14" long (MID 1191700) 6" Thread :. <..:� : ' •< Length FiTs..-:1111 r Vaults Installed in Vault lids installed in concrete surfaces, such as sidewalks, shall be felted on all sides to Sidewalks allow future removal of the lid. @1998 Puget Sound Energy Effective on: 05/01/09, Canceling: 03/01/09 Page 7of10 s Backfilling and Finishing the Installation Factors that Affect vaults lack sidewall strength unless the keyed risers and cover are in place. If it is necessary sidewall Strength to backfill without the cover in place, temporary internal shoring will be needed to prevent the vault from collapsing. Knockouts General Backfilling Procedure Adjusting to Finish Grade If a vault is backfilled with CDF, FTSB, or wet material, or if large amounts of water are allowed to saturate the backfill material before it can become compacted, the vault walls may collapse. Use internal shoring as required. Knockouts are provided in various locations. Any knockout section may be completely removed without impairing the strength of the vault. Remove knockouts from the inside of the vault. Do not remove any portion of a vault wall other than the knockouts. Backfill around vaults should consist of good compactible material such as clean earth fill, crushed rock, flowable fill (CDF or FTSB), or sand. Follow these steps to backfill and finish the vault installation. 1 Install piping or conduits. 2 Seal openings in the vault floor or walls with grout to prevent dirt and water from entering. This also prevents soil settling around the outside of the vault. 3 For vaults with adjustable lids, insert machine bolts into the lid adjustment tubes at each corner and raise lid to finish grade. (See Figure 2) 4 Adjust the vault cover to final grade using concrete bricks, shims, additional risers and grout. NOTE. Do not exceed a 4 -inch brick and mortar adjustment to achieve the proper grade. If more than 4 inches is needed on all sides, use an additional riser. Effective on: 05/01/09 @1998 Puget Sound Energy Canceling: 03/01/09 Page 8 of 10 Continued on next page L:q I L:4 F -I i 5 Use a mortar mix grout for securing all risers and covers. Strictly follow the grout manufacturer's instructions printed on the grout container. ■ Each brick and shim shall be completely mortared into place so that no gaps remain. ® For a proper bond, concrete surfaces should be saturated surface dry (SSD) before applying the grout. ® Apply grout so that it fills the voids in all the joints or gaps. NOTE: SSD is when concrete surfaces remain saturated, but with the surface dry as required for proper grout or mortar bonding to concrete surfaces. 6 1 For vaults with adjustable lids, remove all machine bolts after grout is set. 7 Completely assemble the vault before backfilling. Backfill and tamp to 95% compaction, as required. Refer to Standard 6790.0250 for compaction requirements. 8 Backfill in a uniform manner such that the differential height of backfill does not No voids should remain between the vault walls and the sides of the excavation, The backfill material around vaults set on public rights-of-way, such as within sidewalks, shall have a minimum 95 % compaction or in accordance with jurisdictional requirements. 9 For vaults set in traffic locations, protect vault from traffic loads for 24 hours to allow grout to cure. Continued on next page ©1`998 Puget Sound Energy 9Y Effective on: 05/01/09 Canceling: 03/01/09 Page 9of10 General Backfuilling Procedure and Adjusting Grade (continued) Gas Field Standards u� 10 1 Remove mud and debris from the vault interior and secure the vault. ■ Cap the lifting inserts with plastic caps. ® Lock and secure lid with the pentahead bolts. ® Cover and secure open access holes before leaving the site. 11 I Remove all spoils and construction debris from the job site. The following Puget Sound Energy documents apply to this standard: 0150.3200 4800.1000 6775.0050 6790.0250 6775.0050 6790.0250 Techniques for Temporary Erosion and Sediment Control Confined Space Entry for Gas Vaults Manhole Vault Installation Soil Compaction Rescue and Enclosed Space Entry Techniques for Temporary Erosion and Sediment Control S&C Vista Submersible Switches Manhole Vault Installation Soil Compaction Effective on: 05/01/09 01998 Puget Sound Energy Canceling: 03/01/09 Page 10 of 10 aim This standard covers the use and installation of preformed fiber -reinforced plastic retaining walls ("hillholders"). Temporary erosion and sediment control requirements must be identified and appropriate controls installed prior to beginning any excavation, trenching, or dewatering procedure. Refer to Standard 0150.3200 and local jurisdiction requirements. Whenever a cut is made into sloping terrain to allow for the placement of padmount or submersible equipment, the potential for dirt and rocks sloughing onto and around the back and sides of the equipment is a concern. This can cause. ■ Corrosion ■ Damage to the equipment finish ■ Possible shifting of the equipment off the pad ■ Restricted ventilation for padmount transformers ■ Unsafe footing for operating personnel Prefabricated hillholders provide protection for single transformers and other padmounted equipment. A hillholder can be installed at the time equipment is installed or added to existing installations. Hillholders are not recommended for slopes adjacent to submersible equipment to ensure vaults remain accessible and equipment is operable. When to Use Use a hillholder for padmounted equipment when. Hillholders ■ A retaining wall 14 to 30 inches high is needed. Clearances ■ A slope is in excess of 1 foot rise for each 3 feet of horizontal distance. NOTE. For a retaining wall less than 14 inches, use treated railroad ties or modular concrete blocks. Clearances for hillholders around oil -filled equipment shall follow Standard 0700.1500. Continued on next page _@2000 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 1 of 5 Purpose of Hillholders, continued Select the correct The dimensions of the padmount equipment and/'or vault must be known so that a hillholder Seteof the proper size can be selected. Fable 1 lists dimensions and typical applications for the IVvarious sizes of hillholders commonly used. Other sizes are available as noncoded items. Effective on: 05/01/09 @2000 Puget Sound. Energy Canceling: 06/01/07 Page 2 of 5 .' • Specific Hillholder Situations Figure 2 ME Follow these steps to correctly install the hillholder. To add a hillholder to an existing installation, excavate a suitable area 4 inches deep around the perimeter of the vault, Level and tamp the soil around the edges of the vault. Figures 2 through S illustrate the proper placement of the hillholder for various situations that may be encountered in the field. NOTE. Whenever possible, install the hillholder to allow for vault lid removal. Minipad handhole installation Tar- - - Sc Hillholder Tamped Soil Moril • Position the hillholder along the rear of the minipad handhole. Fill all spaces between the two with tamped soil. Continued on next page 02000 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 3 of 5 Installation, continued A= A= Minipad handhole installation adjacent to sidewalk Tar���' So \ ' I Hillholder Tamped Soil �• •-,.., 0 • If a sidewalk is available in a suitable location, butt the front edge of the hillholder against the sidewalk. Fill the space around the vault with tamped soil. Larger vault installation � M; gun �n SIDE VIEW If the hillholder must be set on top of a larger vault, drive two 1&inch machine bolts into the ground at the back edge of the vault to prevent the hillholder from sliding forward. The bolts should extend several inches above the top of the vault. Place the inside edge of the hillholder against the bolts as illustrated. Continued on next page Effective on 05/01/09 @2000 `Puget Sound Energy Canceling: 06/01/07 Page 4 of 5 A= Grade of backfill around hillholder After the vault and the hillholder are set in their final positions, carefully backfill around the hillholder and compact the soil in 12 -inch lifts to the level of the surrounding grade. The grade on the backfill at the rear of the hillholder will depend upon the condition of the hillside. If the hillside is a lawn, then the slope of the hillside should match the slope of the hillholder as closely as possible. If the hillside is of loose material or soil, make a small depression or trench of approximately 2 or 3 inches behind the hillholder. The following Puget Sound Energy documents apply to this standard: 0150.3200 Techniques for Temporary Erosion and Sediment Control 0700.1500 Clearances for Oil -Filled Equipment 6775.0040 General vault and Handhole Installation Associated Plastics, Product Catalog 02000 Puget Sound Energy 9Y Effective on: 05/01/09 Canceling: 06/01/07 Page 5 of 5 Scope This standard covers compaction techniques to meet the requirements of city, county, and state codes when performing work that includes excavation and backfilling. What is So'll Soil compaction is the process of increasing the mean density of disturbed soil by applying mechanical energy to drive out air voids and excess water. Proper compaction is desirable because it: ® Decreases frost damage. ® Eliminates settling. ® Improves soil stability. Increases load carrying characteristics. ■ Reduces water penetration and movement. Traffic control must be considered, as specified in Standard 0100.4000. Factors that Affect Soil Compaction Moisture Content Proper compaction depends on having the right moisture content in the soil. Just enough water is needed to act as a lubricant between soil particles so that compaction energy will move sail particles closer to each other, and in the process, expel air and water. Too much or too little moisture will make proper soil compaction difficult, if not impossible. Lifts The thickness of the soil being worked at one time (called the lift) is also importanttogood compaction. The thinner the lift, the better the compaction. Saving time by working in thick lifts will result in poor compaction. Clay sail, especially, requires small lifts. Clay tends to laminate when lifts are too thick, because water can work between the lifts, making it impossible for the layers to bind tightly together. The maximum size of the lift is also related to the type of tamping equipment being used (see the Road Crossings and Underground Installations section of this standard). General soil classification information, as it relates to compaction, is noted below. For more detailed soil classification information, refer to Standard 0100.3200. Sand Silt (Granular) Sand silt consists of small mineral grains, which may be coarse or fine. If you squeeze dry sand silt in your hand, it will fall apart when pressure is released. If you squeeze moist sand silt, it will retain its shape when pressure is released. 031998 Puget Sound Energy Effective On: 07/01/07 Canceling: 03/01/07 Page 1 of 3 Sandy Loam and Sandy or silt loam is a mixture of primarily fine sand and silt. It is lumpy when dry, but can Silt Loam be pulverized easily. Sandy loam and silt loam have a soft fluffy feel. When wet, these loams (Cohesive) run together in puddles. Moist casts can be handled without breaking, which indicates that they can be compacted effectively. Tay (Cohesive) Clay is made up of the finest particle size of any soil. Particles are scale4 e and slide on one another. Thus, there is little friction between particles. With the proper equipment and moisture content, clay can be readily compacted. It is naturally plastic and cohesive. Refer to Operating Standard 2525.1800 for compaction requirements over gas pipelines. Road .• i i Undergroundand Installations withim RmightswofmWay Pole Settoing or Excavations Outside Roadways rr Follow these steps to compact soil in trench lines and other excavations, such as at road crossings or underground construction sites within rights-of-way or vehicular traffic areas. NOTE. Do not use machine' compaction within 18 inches of cable or conduit. Add 3 inches of sand over the cables or conduit for protection. 1 Use a mechanical tamper to restore roads to 95% of maximum dry density or as required by city, county, and state codes. Refer to Operating Standard 2525.1800 for gas facility requirements. Follow these steps to compact soil when setting a pole or compacting soils in small excavations not located in a roadway or paved area. Refer to Standard 6450.6100 for poles set in silt or soft soil. 1 Using a mechanical soil tamper, compact the soil in 64nch lifts. NOTE: If mechanical tamping equipment is not available, hand tamp 44nch lifts. Vault Installations Refer to Standards 6775.0040 and 6775.0050 for additional requirements. Effective on: 07/01/07 @1998 Puget Sound Energy Canceling: 03/01/07 Page 2 of 3 s Sources ASTON MR= When compaction testing for 95% of maximum dry density (according to the latest version of ASTM D 1557), call a local testing laboratory for assistance, or contact the substation engineering department. The following Puget Sound Energy document applies to this standard: 2525.1800 6450,6100 6775.0040 6775.0050 Soil Classification Traffic Control Backfill for Pipelines Setting Distribution and Transmission Poles General Vault and Handhold Installation Manhole Vault Installation D 1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3 (2,700 kN-m/m3)) @1998 Puget Sound Energy Effective on: 07/01/07 Canceling: 03/01/07 Page 3 of 3 W= Scope This standard covers tools, materials, and methods for splicing, coupling, and repairing polyethylene (PE) conduit, vacant conduit, and conduit with cable. These topics are covered in this standard. Environmental Requirements OU kyl�.. - . l - w Temporary erosion and sediment control requirements must be identified and appropriate controls installed prior to beginning any excavation, trenching, or dewatering procedure. Refer to Standard 0150.3200 and local jurisdiction requirements. These are the required tools. Emery Cloth Electrofusion Processor, (Universal type) Innogaz Tubing Cutter 3/8" to 3-1/2" Pipe Cutter, ratcheting shears I 7243602 Continued on next page @1998 Puget Sound Energy Effective on: 05/01/09 Canceling: 07/01/07 Page 1 of 13 us= Me• I T Is, continued Tools (continued) Effective on: 05/01/09 01998 Puget Sound Energy Canceling: 07/01/07 Page 2of13 Continued on next page 01998 Puget Sound Energy Effective on: 05/01/09 Canceling: 07/01/07 Page 3of13 Tools and Materials, continued Materials 2" PE conduit 7645630 3" PE conduit 7645634 4" PE conduit 9995463 6" PE conduit 9995464 14/2" coldshrink seal 7645640 2" coldshrink seal 7645641 3" coldshrink seal 7645642 Zipper heatshrink wrap 7811500 2" PVC split conduit 7634801 3" PVC split conduit 7634901 4" PVC split conduit 7635001 6" PVC split conduit 7635101 2" PE conduit coupling 9995382 2" PVC slip sleeve coupler 7641701 3 " PVC slip coupler ler 7641801 p 4" PVC slip sleeve coupler 7641901 6" PVC slip sleeve coupler 7642101 2" electrofusion coupler 5800470 3" electrofusion coupler 5800500 4" electrofusion coupler 5800510 6" electrofusion coupler 5800645 PE epoxy cement kit 9995976 Effective on 05/01/09 Canceling: 07/01/07, Page 4of13 : i. 6 � ru, 7ir Continued on next Waage @1998 Puget Sound Energy Effective on: 05/01/09 Canceling: 07/01/07 Page 5of13 Alk Repairing PE Conduit Using PE or PVC conduit of similar size may be joined by an electrofusion coupler.. Figure I shows Electrofusion electrofusion coupling. The electrofusion process The joint will be subjected to pullout tensions over 300 pounds. ® The electrofusion joint is the strongest and most watertight method available. ® The joint may be fashioned in confined spaces. Continued on next page Effective on: 05/01/00 @1998 Puget Sound Energy Canceling: 07/01/07 Page 6of13 The Process 1. Follow these steps for electrofusion coupling. 1 Prepare the conduit by cutting the ends square with a pipe cutting tool. 2 Cut grooves into the conduit with a scraping tool. 3 wipe it clean with a cloth rag. 4 Fuse the joint following the manufacturer instructions. NOTE. Hold the joint in place with a vise -grip clamp while the heated coupler cools and fuses the joint. Electrofusion coupling PE or PVC Conduit Electrofusion Coupling 120 VAC Source aped Grooves PE or PVC Conduit , Electrofusion Processor Continued on next page 01998 Puget Sound Energy Effective on: 05/01/09 Canceling: 07/01/07 Page 7of13 Using Poly LO Epoxy Cemeni Figure 2 iiiiiiiiiiii� 11111111 IN 111! 1 1111 JII 11 7 It. 6k ffm 11 PE or PVC conduit of similar size may be joined with Poly Lok epoxy cement using a rigid PVC slip sleeve coupler. Figure 2 shows the PVC slip sleeve coupling. The PVC slip sleeve coupling Repair work only. Do not use for new construction. Follow these steps for PVC slip sleeve coupling. PVC slip sleeve coupling Epoxy Cement II II JL _ PE or PVC Conduit PVC Slip Coupling PE or PVC Conduit Of 1..1114 Apply epoxy cement around the conduit only. 1998 Puget Sound Effective on: 05101./09 0� Energy Canceling: 07/01/07 Page 8 of 13 Continued on next page Figure 3 PE or PVC conduit of 2 -inch size may be joined with the mechanical coupling. Figure 3 shows the mechanical coupling. Follow these steps for PVC slip sleeve coupling. 1 Prepare the conduit by cutting the ends square with pipe cutting tools. 2 Chamfer the inside of the pipe end with a chamfering tool. 3 Follow manufacturer's instructions to install coupling, Mechanical PE coupling II II 2" PE or PVC Conduit Mechanical Slip Coupling 2" PE or PVC Conduit Continued on next page 01998 Puget Sound Ener ' 05/01/09 Energy Effective on. Canceling; 07/01/07 Page 9of13 Empty Conduilt that is Gouged i Punched A= IMIM�=A%0=Srn.1 Repairing gouged conduit (empty) Effective on: 05/01/09 ©1998 Puget Sound Energy Canceling: 07/01/07 Page 10 of 13 Continued on next page Empty is Crushed, Split, or Severed i a:: • Figure 5 Repairing crushed, split or severed conduit (empty) Existing Damaged Cut and remove empty PE Conduit -\ - damaged conduit Existing PE Conduit Replace damaged conduit with new Finish repair per section of PE conduit Figure 2. Apply Epoxy Cement Continued on next page 01998 Puget Sound Energy Effective on: 05/01/09 Canceling: 07/01/07 Page 11 of 13 7 re Repairing PE Conduit, continued Conduit a b if the Cableis Undamaged I Figure 6 1 Ike -energize and ground the conductor. 2 Test the cable for any damage not obvious by visual inspection. NOTE: If the cable is not damaged, proceed with conduit repair. 3 Rough up the polyethylene conduit around the area where the PVC split repair conduit will be applied with epoxy cement. 4 Clean off the rough conduit edges and debris around the damaged area with a skinning knife, emery cloth, and rags. 5 Glue cutAo4ength PVC split conduit around the damaged area with polyethylene Poly Lok epoxy cement to seal the coupler's joining edges. 6 Seal the repaired area with zipper heatshrink for a watertight seal. NOTE. The heatshrink will seal at temperatures well below polyethylene's 420'F melting temperature. Repairing conduit with undamaged cable PVC Split Repair Conduit Cable Epox PE Conduit SEAL REPAIR USING HEATSHRINK WRAP ■ Continued on next.page Effective on: 05/01/09 01998 Puget Sound Energy Canceling: 07/01/07 Page 12 of 13 Conduit Cable if the 1. r. ; d Cable are Dama ed 1 Isolate, test, and ground the cable. 2 Cut away the damaged area. 3 Make the conduit ends square. 4 Clean off the debris with rags. 5 Pull and remove cable, 6 Replaced the damaged conduit with a new PE conduit section cutAo4ength. 7 Make the joints as described in Splicing and Coupling Techniques (Figure 2). 8 Pull in the new cable. Test and energize. Repairing damaged conduit and cable Existing Damaged PE Conduit -\ - i r ♦ � r ! ! ! r • r ♦ Existing PE Conduit The followin 0150.3200 Replace damaged conduit with new section of PE conduit Finish repair per Figure 2. DAMAGED CONDUIT WITH NEW PE CONDUI AND PULL IN NEW CABLE i g Puget Sound Energy documents apply to this standard: Techniques for Temporary Erosion and Sediment Control @1998 Puget sound Energy Effective on: 05/01/09 Canceling: 07/01/07 Page 13 of 13 TT - In MO I FlTol • This standard covers installation methods for electronic underground location markers. Electronic underground location markers are used to mark any facility that cannot be located with other locating equipment. They are the most dependable way to mark conduit stubs, bu. ried splices, stubouts, etc. Markers removed from temporary installations such as crossings or cable loops should be returned to Stores for reissue. Types of Markers Two electronic markers are available: ■ 4 in. ball (MID 7668501) ■ 15 in. flat (MID 7668500) The ball marker has the advantage of being self4eveling and easier to place, which mini- mizes future locating problems. Locating Both markers can be located using the electronic marker locator, MID 6546505. The markers are color coded, and tuned to a specific frequency for each utility. !!iii I .... 'Ili 11 111 ililllllllll� 111 �iillillilli� iii -,iiii III - inn A Install the marker at least 6 in. above or to the side of metallic objects, such as cables or steel handhole lids. These objects will absorb some of its signal and significantly reduce the strength of the signal received by the locator. Never put the marker under a metallic object. The signal will be totally absorbed by the metal. Place the marker about 6 in. above the item it is marking whenever possible. This will pro- vide acushion of soil, and allow flat markers to act as a digging shield when excavating with a backhoe. =40 I FIR Me Ik Flat Marker (Tolle -i Seat) Follow these steps to install the flat marker. Follow these steps to install the ball marker. 1 Place the marker over the object, install no deeper than 4 ft, to ensure accurate locating. 2 Spade a few inches of soil over the marker to protect it. 3 1 Complete the backfill. September 15, 1997 01998 Puget Sound `Energy Revision 1 Page 2of2 111111ortit This standard covers the installation of direct -buried, polyvinyl chloride (PVC) conduit systems. These topics are covered in this standard. ■ Deep solvent cements for PVC pipe away from all sources of ignition. Maintain ventilation to minimize breathing of solvent vapors and to reduce fire hazard. When PVC glue is used in vaults, constant ventilation shall be maintained or workers shall wear respiratory protection. Avoid contact with skin and eyes. Do not smoke, eat, or drink while handling solvents. ■ Excavations shall be properly shored or sloped before work in the trench begins. Precautions such as air testing and forced ventilation may also be necessary. ■ A tailgate conference shall be held, and potential hazards discussed with all workers. ■ Underground utilities shall be located and marked. ■ Detailed planning is essential. Plan ahead whenever possible, including a careful inspection of the job site. Determine special equipment needs before bringing a crew onto the site. 02000 Puget Sound Energy I Effective on: 10/12/09 Canceling: 05/01/09 Page 1 of 14 X60 i em1■ Puget Sound Energy's standard conduit is 2-, 3-, 4., or 64nch grey PVC DB420 in accordance with Specification 1025.6310, "D13420 FVC Conduit, Bends, and Fittings," or Schedule 80 in accordance with Specification 1025.6320, "Schedule 80 PVC Conduit, Bends, and Fittings." All conduit systems owned and maintained by PSE shall be supplied by PSE, unless prior approval is granted by Standards and Compliance. When approved, conduit provided by the customer that is to be owned and maintained by PSE shall be grey PVC electrical grade DB420, Schedule 40 or Schedule 80. Conduit sizes shall be 2, 3 4, or 6 inches. Conduit shall meet ASTM F 512 requirements for DB420 and NEMA TC 2 requirements for Schedule 40 or 80. Consider these points when constructing the trench ■ Construct the trench so that the bottom provides a firm, stable, and uniform support for the full length of the conduit. Clear the bottom of rocks and any debris which could damage the conduit. ■ If other utilities obstruct the way, slope or drift the trench to avoid the obstacle, to minimize the use of conduit bends which will increase cable pulling tension. ■ Trench depth will vary depending on duct bank formation, final grade, earth cover requirements, and local regulations. See Standard 6790.0130, "Trench Dimensions and Facility Placement," for additional requirements on trench dimensions. ■ Pay particular attention to elevation changes in the trench bottom. Numerous changes in elevation, even if gradual, add bends to the conduit run which will substantially increase cable pulling tension. ■ Level the trench so that there are no low spots which will trap water and silt in the conduit system. Customer -supplied trenches shall meet the requirements of Standard 6790.0075, "Customer -Supplied Trench Requirements." Conduit Placement Separation The separation between 2-, 3-, 4-, and 6 -inch conduits shall be a minimum of 14/2 inches. Requirements Separation between 6 -inch conduits shall be a minimum of 2 inches. The separation between 64nch conduits shall be a minimum of 2 inches. Feeders require greater spacing to help dissipate heat to maintain their ampacity ratings. See Standard 6790.0130, "Trench Dimensions and Facility Placement," for requirements on separation between various utilities and between the power cables and the customer's facilities. Provide adequate support on each side of conduit when conduit crosses over another utility, to prevent load transference onto other utilities. Continued on next page Effective on: 10/12/09 @2000 Puget Sound Energy Canceling: 05/01/09 Page 2 of 14 Install • Inches of Cover F 01 Wooden 2- by 4 -inch spacers may be used when 14/2 inch spacing is required. Prefabricated spacers are required when: ® Two-inch spacing is required ® Six-inch the conduits are part of a stacked conduit bank ® Fluidized thermal backfill (FTB) is required by Standard 6790.0140, "Trench Excavation and Backfill." Install all primary conduit systems with a minimum 36 inches of cover. Measure this distance from final grade to the top of the conduit system. Install the system at increased depth where changes in grade are likely. A duct run may be installed with less cover, when necessary, but only if adequate mechanical protection is provided. Refer to Standard 6790.0130, "Trench Dimensions and Facility Placement," for specific requirements for cover less than 36 inches, 02000 Puget Sound Ener . 10/12/09 Energy Effective o n . Canceling: 05/01/09 Page 3of14 Conduit systems are designed for maximum cable pulling tension calculations in accordance with Standard 6825.6150, "Cable Pulling Calculations." Add manufactured bends to the system only if they are absolutely necessary. Any deviation from the original design shall be discussed with the engineer to ensure that the change will not render the system unusable. Keep the Bends Placement of conduit can also significantly affect pulling tension. Undulations from snaking Down a conduit may look minor, but can result in hundreds of degrees of bend per thousand feet of pull. Pulling tensions in straight conduit runs add up in a linear fashion, but bends in the conduit cause the cable tension to be multiplied, greatly increasing the stress on the cable. This can increase cable pulling tension beyond acceptable limits. Smidewall Pressure, Exceeds 1000 Pounds PVC Cement Lay conduit as straight and level as possible, to ensure that a usable system is installed. The radius of any bend should be as large as possible to aid in cable pulling. Large sweeping bends can be formed by assembling several conduit sections, allowing approximately 30 minutes for the joints to cure, and then bending them into the trench. The conduit run should be firmly staked for the desired radius, to ensure that the joint is not disturbed or damaged before or during backfill. Keep bends at least three feet outside the vault to allow for operation of the rodder. The maximum amount of bend at joints should be limited to 5 degrees to prevent damage to conduit fittings and cable during pulling. Mark on the work sketch all bends that are added to the conduit run, including their degree, radius, and location. Keep the number of 90 degree bends in a primary conduit run to a minimum. When calculations shove that the sidewall pressure at a 45 or 90 degree elbow exceeds 1000 pounds, encase the conduit bends in concrete to prevent burn -through. Use all-weather grade PVC solvent cement on all PVC conduit, following manufacturer's recommendations. Do not use PVC cement that appears lumpy or stringy, exhibits excessive thickening, or will not stir to a smooth consistency. Reclose all containers tightly to prevent solvent evaporation. Effective 10/12/09 X2000 Puget Sound Energy Canceling: 05/01109 Page 4of14 .14,11111 loam te'leiz-1 k. 71*6t�ii C Follow these steps to assemble the conduit. Ability to Switch For PVC conduit to PE conduit coupling procedure, see Standard 6800.8050, "Splicing and Repair of. Polyethylene Conduit." 1/0 cables shall be plumbed into junction box vaults so all the elbows can be freely switched and parked without restriction from other cables. Effective on: 0• Canceling: 0• Page Conduit Entry into Vaults Junction Boxes It is preferred to plumb the conduits so all of the cables coil in the same direction. A rotation of either clockwise or counterclockwise is acceptable. See Figures 1, 2, and 3. Splice Vaults It is preferred to plumb the conduits so the cables coil in opposite directions and meet at the splices. See Figure 4. Hammerheads Hammerhead splices offer the flexibility for either circuit to coil in either direction. See Figure S. Trench Line It is undesirable for the vault to be set out of alignment with the trench line because this causes additional bends to be installed to route the cable into the vault. These bends increase the cable pulling tension and may consequently require an additional vault be cut into the .circuit. Sides of Vaults Corners of Vaults When it is necessary to place a vault outside of the trench line, it is preferred to use 45 -degree bends, instead of 9Megree bends, to route the conduit to the vault. This will help minimize the pulling tension. See Figure 1. 1/0 cables may enter either the ends or the sides of the vault, but entering the sides is less desirable because it is more difficult to rig and pull the cable. See Figures 1 and 3. Feeder cables should enter vaults through their ends because of the difficulty in rigging and pulling the cable when it comes in the sides of the vault. See Figures 4 and S. Two circuits should not enter a vault at 90 degrees to each other in the same corner due to the potential physical interference between the two circuits and because one of the circuits will be entering through the side of the vault. See Figure 3. Effective on: 10/12/09 @2000 Puget Sound Energy Canceling: 05/01/09 Page 6of14 Conduit Entry into Vaults, continued A= A= Junction Box - Trench Passing by the Vault ............ Trench Line . . . . . ■ . . . . . . . . . . . . . . • . . . . . . . . . . . . . . . . ■ . . ■ . . . . . . . . • . . . . . . . . . . . . . . . . . . . . .!• .ii [� 1 ........... ........................................ ............■........... ................;,,.�...............................� ................ ................ Discouraged ........ ..... ............ .. . . . . .................. ........... . . . . ....... ............ ..... . . Acceptable . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Junction Box - Vault in the Trench Line ........................................ ............■........... ................ ................ Discouraged ........ ..... ............ .. Discouraged .................. ........... ....... ............ ..... ..... Junction Box - Vault in the Trench Line •!i ••• iii ...... ........................................ ............■........... ................ ................ •!i ••• iii ...... ........................................ ............■........... Discouraged ........ ..... ............ .. Preferred 02000 Puget Sound Energy Effective on: 10/12/09 Canceling: 05/01/09 Page 7of14 ........................................ Discouraged 02000 Puget Sound Energy Effective on: 10/12/09 Canceling: 05/01/09 Page 7of14 i= Junction Box with Road Crossing Road Crossing Effective on: 10/12/09 02000 Puget Sound Energy Canceling: 05/01/09 Page 8of14 pullingPreferred, if tensions are OK Acceptable A= Vaults with Splices .................. ............ ... . . . . . . . . . . . . . . . . ............................... . . . . . . . . ■ . . . . . . . . . . . . . . . . . . . . . .1 Preferred ............................... ....L55=006 ....a............................a.......................� Acceptable . . . . . . . . . . . . . . . . . . . ■ . . . ■ . . . • . . . . ■ . . . ■ . . . . . . . . . r . .. . . . . . ■ . . ■ . . . . . . ...// .'.'.'.'.'.'.'.'.'.'.'.'.'.\L . . . . . . . . . . . . . . . . . . a,. . . . . ... . . . . Acceptable for 1/0, MONOMMIN . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . • . . . . . . . . . . . . . . . . but discouraged for feeder 02000 Puget Sound Energy Effective on: 10/12/09 Canceling: 05/01/09 Page 9of14 A= Vaults with hammerheads ................ ............................ ............................................. preferred ................i �....,.... Acceptable, ................ ............................... if pulling tensions are OK ................ ............................................. '.'.'.'.'.'.'.'.'.'. Acceptable • • • • • • • • • • • • • • • `• • • • • . . • • • • • • • • • • • • • • • • • • • Y • • • • • • .Discouraged ................ ............................................. • • • • • • • • • • • • • • • `• • • • • . . • • • • • • • • • • • • • • • • • • • Y • • • • • • .Discouraged Effective on: 10/12/09 02000 Puget Sound Energy Canceling: 05/01/09 Page 10 of 14 Riser pole, Minipad transformer, Secondary pedestal, Plastic or fiberglass secondary handhole, Single-phase J -box on a'minipad handhole, Standard 6042.1000, "Conduit Risers" Standard 6045.1010, "Minipad Transformer (Conduit System)" Standard 6050.1000, "Secondary Pedestals" Standard 6050.2000, "Single -Phase Secondary Handhole Up to 350" Standard 6055.1010, "Single -Phase Primary Junction Box" @2400 Puget Sound Energy Effective on: 10/12/09 Canceling: 05/01/09 Page 11 of 14 i TopM�# ••I I Backfill them with sand or fluidized thermal backfill (FTB) to 3 inches over the top conduit before the concrete cap is installed. Refer to Standard 6790.0130, "Trench Dimensions and Facility Placement," for specific requirements when cover is less than 36 inches. A minimum of 4 inches thick. Allow the concrete to set up before backfilling. For a faster setup, high early strength additives may be used. Specify concrete with 3/8 -inch aggregate and a nominal compressive strength of 2500 psi. 4" Conc Effective on: 10/12/09 02000 Puget Sound Energy Canceling: 05/01/09 Page 12 of 14 i'1111111111i 111piliq 111111i ♦. • • :TNIFIff in 6 Refer to Standard 6790.0140, "Trench Excavation and Backfill," for information on backfill and compaction requirements. Follow these steps to add backfill to the conduit bank. 1 Pump any standing water out of the trench following the requirements of Standard 0150.3200, "Techniques for Temporary Erosion and Sediment Control. 2 Check conduit spacing. Conduits must be approximately 14/2 to 2 inches apart and at least 14/2 to 2 inches from the trench walls, so that the backfill can flow around the conduit and provide equal support for the duct on all sides. (Proper spacing will also increase the current carrying capacity of the conductors.) I 3 I Add backfill gradually to the sides of the conduit bank first. This will act as a vertical and lateral support and protect the pipe from deflection. 1-1 /2" to 2" Space between conduits and nearest sidewall 4 When a minimum of 3 inches of cover is in place, fill in the rest of the trench, compacting in 12 inch lifts ® Remove mud and debris from vault interior. ® Remove all spoils and construction debris from the job site. 02000 Puget Sound Energy 9Y Effective on: 10/12/09 Canceling: 05/01/09 Page 13 of 14 Il`C�TiD NESC m►mir The following Puget Sound Energy documents apply to this standard: 0150.3200 1025.6310 1025.6320 6042.1000 6045.1010 6050.1000 Techniques for Temporary Erosion and Sediment Control DB420 PVC Conduit, Bends, and Fittings Schedule 80 PVC Conduit, Bends, and Fittings Conduit Risers Minipad Transformer (Conduit System) Secondary Pedestals Single -Phase Secondary Handhole Up to 350 Single -Phase Primary Junction Box Customer -Supplied Trench Requirements Trench Dimensions and Facility Placement Trench Excavation and Backfill Application of Conduit Plugs and Seals Splicing and Repair of Polyethylene Conduit Cable Pulling Calculations F 512 Standard Specification for Smooth -Wall Poly(Vinyl Chloride) (PVC) Conduit and Fittings for Underground Installation TC 2 Electrical Polyvinyl Chloride (PVC) Conduit 320 Underground Conduit System 321 Excavation and Backfill 322 Ducts and Joints Canadian GE, Work Practice for Direct Burial Installations Edison Electric Institute, Underground Systems Reference Book IPS, Weld -On Product Information Guide McGraw -Edison, Underground Construction Handbook McGraw -Till, Inc., The Lineman's and Cableman's Handbook 2000 Pu Effective on: 10/12/09 @ get sound Energy Canceling: 05/01/09 Page 1.4 of 14 This standard covers the different applications involved .with sealing conduit systems. Conduit plugs help minimize gases, foreign materials, rodents, insects, and water from entering vaults and conduit. It is particularly important to seal all ducts entering switch and transformer vaults with exposed live parts. Conduit systems shall be plugged or sealed as follows: Continued on next page @2000 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/05 Page 1 of 3 pplication of General Application, continue Effective on: 05/01/09 02000 Puget Sound Energy Canceling: 06/01/05 Page 2of3 Follow these steps to install sealing foam. The following Puget Sound Energy documents apply to this standard: 0100.2310 Rescue and Enclosed Space Entry 6775.0040 General Vault and Handhole Installation 6800.6000 PVC Conduit Installation -------------------- 02000 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/05 Page 3 of 3 61 • • `' 'ranch This standard provides requirements for customer -constructed trenches, vault holes, and road . crossings. Puget Sound Energy (PSE) Electric Tariff Schedule 85, requires customers. See Standard 6790.0050 for authorization requirements on public rights-of-way and easements on property other than the customer's. PSE shall assign an inspector/coordinator to oversee the trenching, equipment placement/installation, and backfilling. ■ Work shall be subject to the inspection and approval of PSE. ■ No work shall be backfilled, covered, or concealed until it has been inspected and approved by the inspector. The customer is responsible for identifying the necessary temporary erosion and sediment control requirements. These controls must be installed prior to beginning any excavation, trenching, or dewatering procedure. Refer to Standard 0150.3200 and local jurisdiction requirements. The trench shall meet the requirements of Standards 6790.0130 and 6790.0140. Sloping and Trenches or vault excavations which are 44eet deep or greater shall be sloped according to Shoring WAC 296455 Part N, unless directed otherwise by PSE. Placement o i •. NOTE: Shoring is not allowed except when specifically approved by PSE. Trench spoils shall be placed in a location that allows workers access to the trench and does not block vehicles from passing alongside the trench to unreel cable or unload conduit. 02000 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 1 of 4 Excavation r Fault Backfill Material ust ■ U1 If the conduit is supplied by the customer and owned/maintained by PSE, it shall meet the following specifications: ® PVC electrical grade DB120 or Schedule 40, except Schedule 80 m PSE or the local jurisdiction where there are poor soil conditions. ® Gray in color. ® Diameter of 2", 3", 4", or 6" as specified on the work sketch. ® Conduit bends shall be long radius bends, 36" minimum. ® Meet requirements of ASTM F512, NEMA TC -2. ay be required by Excavation for vaults and handholes must meet the requirements of Standard 6775.0040. 1 ( Locate the vault according to PSE's work sketch. 2 Determine a suitable place to put the spoils which is at least 2 feet from the field OF edge of the excavation. 3 Excavate so the vault is in correct alignment with the trench and so that conduits can be brought straight into the vault. 4 Dig a hole large enough to accommodate the vault and allow for easy installation and compaction, as shown in Figures 1 through 8 in Standard 6775.0040. 5 1 Remove debris and level the bottom of the excavation. 6 Prepare the bottom of the excavation so that the vault rests on solid, undisturbed earth or compacted soil with a 6 -inch base of crushed rock. This prevents vault settling and conduit breakage. NOTE. Be certain that the vault will be level, square with adjacent structures, and at the proper grade. The backfill material around vaults should consist of compactible material such as clean earth fill, crushed rock, flowable fill, or sand. No voids should remain between the vault walls and the sides of the excavation. Trench These requirements must be met before power conduits/cables will be installed. ® Curbs and gutters shall be installed if they are planned or required by the permitting agency. ■ Roads shall be paved or have a compacted, crushed rock base in place. ■ Sewer, water, and roof drain stubouts shall be installed and clearly marked and extend 2 feet to the field side of the utility trench if they are planned or required. ■ The trench shall be excavated per PSE's standards and work sketch. The trench shall be smooth, level, and free from rocks, obstructions, sharp objects, garbage, glass, and construction debris. ■ Excavated or loose material shall be placed at least 2 feet from the field edge of the trench. ■ Water shall be removed by pumping or draining. Grade The site shall be at final grade or acceptable subgrade in the area of construction. Access PSE's heavy vehicles must have access to the site, trench line, and vault locations. GradeProperty Unes and Staking ■ The property line(s) nearest to the work shall be surveyed and staked. If the trenching operation might disturb the stakes, then either 10 -foot or 20 -foot offset stakes shall be installed. ■ Finish grade stakes shall be installed at 10- or 20 -foot offsets from vaults, transformers, and the ends of road crossings. ■ A radius hub shall be installed for property lines at all intersections and cul-de-sacs, The customer is responsible for: ■ Completing backfill as soon as practical after facilities are placed and inspected. ■ Cost of damages to PSE facilities caused by improper backfill or compaction. ■ Relocation costs of cables, transformers, pedestals, or manholes due to change in grade or realignment of property lines. ©2000 Puget sound Energy Effective on: 05/01/09 Canceling': 06/01/07 Page 3 of 4 MaM MTI 1 Lei L -7A I LW; Af The following Puget Sound Energy documents apply to this standard: 0150.3200 6775.0040 6790,0050 Techniques for Temporary Erosion and Sediment Control General vault and Handhole Installation Customer's Acknowledgement of Responsibilities When Providing Trenching Trench Dimensions and Facility Placement Trench Excavation and Backfill Effective on: 05/01/09 02000 Puget Sound Energy Canceling: 06/01/07 Page 4 of 4 1 �M.R 'MUM e This standard covers the use and application of fluidized thermal backfil conduit backfill. r !. r �. Where is i 1. 1(FTB) for electrical FTB is a simple concrete mixture that is designed to conduct heat. Its is poured around cables and conduit to conduct heat away from them. This allows the cables to carry more current without overheating. FTB is primarily used in backfilling trenches where a high value of cable ampacity is required. It may also be used as backfill where 100 percent compaction is required, where physical protection of the cable or conduit is needed, or where adequate backfill material is unavailable. Selection of FTB Material FTB material is available in the following two variations. Fluidized Thermal ■Trenches over 12 -in. deep. 9995644 Backfill ■Where no additional strength component is needed over that of normal backfill (300 psi max). Fluidized Thermal ■ Backfill of. trenches 124n. deep 9995645 Structural Backfill or less (i.e., cable replacement within roadways). ■ Around structures where added strength is desired (up to 1000 psi). .NOTE. Both products can be ordered with a red tint, if required by the municipality. Site Preparation Pralor to Backfillaing the Trench A= Prior to backfilling a trench with FTB the following conditions must be met. ■ Trenching activities and conduit installation should be done in accordance with PSE Standard Practices 6790.0075, "Customer -Supplied Trench Requirements," 6790.0130, "Trench Dimensions and Facility Placement," 6790.0140, "Trench Excavation and Backfill," and 6800.6000, "PVC Conduit Installation." ■ Steps must be taken to prevent the conduit banks from "floating" when the FTB is introduced to the trench, see Figure 1 Cut -away view of typical trench with tie -downs and FTB piles V1 Re -Steel• Bare •!!' 8" Min 1 Re -steel bars, #6, should be driven on either side of the conduit bank at 20 -ft intervals, and lashed together with bare copper wire, #14 (MID 8484300). 2 If necessary, place a small pile of FTB midway between the re -steel tie -downs from the first mix truck. Then, beginning at the initial starting point, place the balance of the following mix trucks. Procedure for Placing the FTB Placement Before placement activities begin the following conditions should be met: Conditions The supplied backfill shall be transported b an acceptable means to minimize pp P Y p segregation (i.e., ready mix concrete truck). ■ FTB placement may start when the temperature is WF and rising. FTB shall not be placed on frozen ground. ■ At the time of placement, FTB must have a temperature of 40'F. Mixing and placing shall stop when temperature is 38'F or less and falling. ■ The ends of the trench shall be secured by bulkhead or earth fill. Continued on next page Effective on: 06/01/05 02000 Puget Sound Energy Canceling: 10/31/00 Page 2 of 4 Follow these instructions for placing the FTB: 1 Pour into the trench and completely fill all voids without causing excessive segregation. Maximum pour height shall be 4 feet. NOTE: Do not vibrate or compact the mixture. 2 To reach inaccessible locations, the mixture may be pumped through conventional concrete pumps. 3 The flow rate can be adjusted slightly by adding water at the site (as long as no segregation occurs, and the FTB fills all the voids completely when poured). III! 111111qpIll OVIN oil; iiiiii 111 1: 'a 1111111 � 111111 11 1 ,,, 1 11111., 3M Thermal Resistivity If directed by the prof ect manager, a sample of the FTB should be collected, at a minimum, every pour date. For larger backfill operations, a sample should be collected every fourth mix truck to ensure consistency of the product. Each sample should be labeled appropriately with the following: ■ Time ■ Mix truck identification number ■ Location of pour ■ Name of person collecting the sample Samples shall be cast in 3 -inch by 6 -inch cardboard or plastic molds, held in a moist environment and not disturbed until the FTB has hardened. Follow ASTM Standards 0172 and C31 for the sampling, curing, and testing of concrete, except use cardboard or plastic sampling molds to facilitate stripping. When hardened, the FTB should have a thermal resistivity of less than 40 ° Gcm/W when moist and less than 100 ° Gcm/W when totally dry. The following Puget Sound Energy documents apply to this standard: 6790.0075 Customer -Supplied Trench Requirements 6790.0130 Trench Dimensions and Facility Placement 6790.0140 Trench Excavation and Backfill 6800.6000 PVC Conduit Installation @2000 Puget Sound Energy Effective on: 06/01/05 Canceling: 10/31/00 Page 3 of 4 ASTM C172 ASTM 0236 ASTM C31 V Standard Practice for Sampling Freshly Mixed Concrete Hot box Thermal Performance Test Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C94 Standard Specification for Ready -Mix Concrete IEEE Std 4424981 IEEE guide for Soil Thermal Resistivity Measurements Washington State Standard Specification, English 2000 2-09.3(1) Backfilling 9-03.1(2)8 Grading @2000 Puget Sound Ener .Effective on: 06/01 /05 g JY Canceling: 10/31/00 Page 4of4 'rench This standard covers the depth and width requirements for trenches that will contain primary, les. It also addresses the preferred locations far various utilities in secondary, and service cab the trench and the required separations. See PSE's Gas Operating Standards for the rules that pertain to the placement and separation of gas lines. These topics are covered in this standard. this standard meet or exceed he requirements of both the The requirements listed in Washington Administrative Code and the National Electric Safety Code. Local requirements may be more stringent, and in these cases the requirements of the local governmental entity shall take precedence. The route should be as straight and direct as practical, and it shall allow safe access for construction, inspection and maintenance. It shall not be through unstable soil, areas susceptible to erosion, wetlands or traverse slopes upon which it is hazardous to operate mechanized equipment. Continued on next page @2003 Pu et Sound Energy gY Effective.. on 05/01/09 Canceling: 06/01/07 Page 1 of 18 ensii � � r Route Selection, continued Cables Under Directly buried cables shall not be installed under a structure that will restrict access for Structures maintenance or replacement. A= If no other route is available, 1/0 primary and secondary cables may be placed under a structure if the following conditions are met: ® The cable is installed in conduit ® There are no low points in the conduit that co cable from being replaced in the future. ® The soil and the structure are both structurally sound and not susceptible to settling. The cable system will not be loaded to over half of their normal ampacity (because the soil can dry out beneath structures, which will limit the ability of the soil to conduct heat away from the cable). ided to each end of the conduit, including room for vaults, if Adequate access is prov necessary. ® The cable does not pass within 5 ft of where a computer monitor will be used. This is because the EMF from the power line can cause the image on the computer monitor to be distorted or jittery. Feeder cables shall not be installed under structures without approval of the Standards department. uld fill with sediment and prevent the Cover I The depth of the backfill, measured from the top of an underground cable or conduit to the ground level (Figure 1). Supplemental protection I Cable installed in conduit and/or capped with concrete. Depth of backfill Depth of Cover Over Conduit Effective on: 05/01/09 02003 Puget Sound Energy Canceling: 06/01/07 Page 2of18 French Depth 4701:3 IP . r�r The trench excavation shall provide the minimum cover (Fable 1) when the cables are energized and thereafter, except as noted under "Exceptions" in this section of this standard. If the site will be cut down to final grade, the trench must be dug deeper to compensate. If the trench depth exceeds the maximum cover depth, shoring may be required to install the facilities and will be required to maintain the facilities in the future. The cable shall be installed in conduit if it will be deeper than 48 inches. Exceptions to the cover requirements listed in Table 1 may be made only if the minimum cover listed above cannot be obtained due to obstructions or other utilities. In these cases the cover may be reduced when supplemental protection is provided. This protection shall be sufficient to protect the cable from damage imposed by the expected surface usage. Figure 2 illustrates some typical supplemental protection methods, however not all are appropriate in all. situations. Contact the Standards group to obtain a variance for situations other than those shown in Figure 2. Continued on next page 02003 Puget Sound Energy.Effective On. 05/01/09 Canceling. 06/01/07 Page 3of18 Trench Depth, continued Figure 2 Exceptions with supplemental protection Ocneaue Ou u0nduit i i i ! i � • is oncrete Cap Cover•r Cables in DB 120 Conduoll Concrete M • Note: Wheel trench in asphalt roadways with controlled -density backfill may also have 12" of minimum cover. See Standard 6800.4030. Oul1UUU1U OU rv%U, Concrete Cap Cover for i Schedule 80 PVC Concretewith a i NOTE: whenever the trench depth is shallower than the design specifications, the foreman shall note this information on the as -built work sketch. Cable systems that cross under a ditch that is maintained with mechanized equipment shall be a minimum of 24 inches below the bottom of the ditch. If the cable system must be installed with less cover, protection must be installed that can withstand the impact of a backhoe bucket. Effective on: 05/01/09 @2003 Puget Sound Energy Canceling: 06/01/07 Page 4of18 r � ' ■ The trench width depends on the number and type of utilities that will be sharing the trench. The trench shall have a minimum width of that shown in Fable 2 for a trench. with a single power circuit. Table 3 is used to calculate the minimum trench width when multiple utilities occupy a trench. The trench must be widened when additional circuits are added. Trench width for single power circuit Direct bury cables or 2" conduit 3 // or 4" conduit 6 // Roots shall not protrude into the trench. This may be difficult to obtain with a trencher. 8 // (6" when wheel trenching) Table 3 Add the width values in Table 3 to come up with the minimum trench width when multiple utilities are present. Clearance between power cable/conduit and trench wall (2" on each side) Primary cable conduit diameter Second primary cable conduit diameter + 2" of separation Secondary cable conduit diameter + 4" of separation Communications cable (4" of separation plus 2" line)* Second communications utility company cable/conduit (e.g., telephone and TV) Gas Line (Typically 12" of separation for mainlines and 6" for services)+ Total Tench Width 4" 2 // to 6" 4" to 8" 6/'to7" 6 // 4" 12" * In certain cases, the separation of power and communication possibly may have to be increased. See the "Radial Separation Power to Communication," section later in this standard. + See PSE's Gas Operating Standards 2525.1500 and 2525.1700 for the separation requirements between gas lines and other utilities. Wheel Trenching Wheel trenching is an approved construction method that requires a minimum cover of 12 inches of either concrete or controlled -density fill (CDF). Refer to Standard 6790.0150, for more information. @2003 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 5of18 e "Separation" is the minimum distance between the surfaces of two utilities, not the centerline distance. Power to Power Conduits shall have a minimum separation of two inches in all directions from each other. See Standard 6800.6000 for additional information. Power to Gas A minimum of 12 inches of radial separation shall be maintained when directly -buried electric and gas utilities run parallel (NESC 353.A.1 Deliberate Separation). Gas and power circuits shall not be random laid with each other. A minimum of 12 inches of vertical separation shall be maintained when directly -buried electric and gas utilities cross, except a minimum of 6 inches shall be maintained if the electric cables are in a continuous (vault -to -vault) section of conduit. Conduit containing electric cables shall not enter the same manhole, handhole, or vault with gas or other fuel lines (NESC 320.B.5). Power to A minimum of 12 inches of radial separation shall be maintained between the electric and Communications communications cables (NESC 32013.2, 353, and 354). Exception. This distance may be reduced if both parties agree. If both parties agree, the separation may be reduced to 4 inches (a PSE requirement). its on top of power conduits is discouraged. If this must be Stacking communications condu done, see Standard 6790.0140 for special backfill requirements around duct banks. Power to Other Generally, other utilities may share a trench with PSE's facilities, but this permission may be Utilities denied if: ■ In PSE's judgement, the installation, operation, or maintenance of either PSE or the other utility will be hazardous, or ■ The logistics of the installation are onerous. ■ Direct access to PSE's facilities would be compromised. Continued on next page Effective on 05/01/09 @2003 Puget sound Energy Canceling: 06/01/07 Page 6of18 Radmial Separation to Other (continued) continued The following other utility lines may be installed in the same trench as the power line if a minimum horizontal separation of 12 inches is maintained from the power line when the utility lines are parallel or 6 inches of vertical separation if the lines are crossing. ■ Water service ■ Irrigation ■ Electric power {lighting, security, etc.) ■ Customer communication lines ■ Closed system roof drains and storm drains (not French drains). ■ Culverts A customer may install the following privately -owned utility lines in the same trench as the power line if a minimum horizontal separation of 18 inches is maintained from the power line when the utilities are parallel and 12 inches of vertical separation if the lines are crossing. ■ Tightline sewer (not tile) ■ Natural gas line ■ Propane gas line ■ Fuel oil line ■ water mains up to 6 in. A minimum of five feet shall be maintained from septic tanks and a minimum of 10 feet from drain fields. Location- Mainline Trench The mainline trench shall have a minimum of 36 inches of cover over and 36 inches of soil to the side of the trench facing the ditch, such as slopes for retention ponds, ditches, or banks. Figures 3 and 4 illustrate typical trench layouts. Within residential subdivisions, the preferred location of the mainline trench is on the front (street side) of the utility easement, approximately 1 foot inside the property line. A trench in this location minimizes the number of 9Megree bends necessary to loop the conduit in and This reduces pulling tensions and allows longer spans between pulling out of equipment. vaults. The trench may be located in the road right-of-way to avoid obstructions in the easement, such as: ■ Zero lot line homes ■ Steep slopes ■ Ditches ■ Wetlands ■ Bioswales ■ Contaminated soil Puget Sound Energy Continued on next page Page of Location of e Main i r Trench (continued) Placement Utoffiffies A= These are examples of circumstances when the trench can be placed in the road right-of-way. Padmounted equipment and pedestals shall continue to be installed in the utility easement. Although not preferred, flush -mounted equipment may be located in the road right-of-way, but they shall not be located in the driven portion of the roadway. This chart shows where the joint utilities are to be placed in the trench. Power cables and ducts I Communications Gas Property side Middle Street side Typical mainline joint trench for commercial, multifamily, and single-family line extensions 32" Typical 24" Min ROADSIDE (Power, Gas, and Communications) Final Grade 48" Max Gas —' Communications 36" Min Cover Primary Power Cables or Conduit Power, Gas, and Communications RC Fin 4' 1lVI 1 II 1 RAI 111daUV1 W (-11IIIa1.x (-%RVWV1 Cables or Conduit Power .• ' r Communlcations Continued on next page 02003 Pu Effective on: tJ5/Q1 /09 get Sound .Energy Canceling: 06/01/07 Page 8of18 Mainline Trench Excavation, continued Figure 4 Typical mainline joint trench cross-section within residential subdivision �* Communication companies may require additional separation) • e Figure 5 Figures 5-9 illustrate the requirements for road crossings when other utilities are present. Trenches must provide for 36 inches of cover and must not exceed a depth of 48 inches. See Table 2 for the trench width. Typical joint trench road crossing P/L %aul1111IUIHUCRIU11.> FUVVVI koGGV1IvcilyJ VVVVVI Tr-11111ctlyj Area Area Road Crossings, continued Figure 6 Plan view of crossings with transformer on right side of property line A= Road crossing elevations R/W or .Property Line Road Pavement Curb Sidewalk Edge of 12 Mainline G f f 4 Z3.,. �• l 4''�'/1• f 1: Zaf'. f ti'4 �.%R�J ff L \�� Typical Trench Road crossing conduits must be at the same depth and have the same horizontal separations as the mainline trench facilities. 36" Min Cover* �- 6 =] x a c a c a ���x�/ c • T4 na V 4 A Y x} A A% i q } Y k R O O R• % a x C i a D q C C C C a O a♦ # L% i iY Vx } } ] a Y x a E C O C J 4 C 3( 9 V O Y 9 O J V O V O V J- { ]} a } % x x x A } Y Y k % T .} A x °O � q t q C O A A q O 4 q �K G ♦ A O V O V r O K x S % k Y A k k h x i % i' A• q 2 t Y Y A A i A p a A n C tl a i a ¢ 9 Y V O O V } } x p k x M A x 1 i x x a A C a t o A D L V i • C C C q q • J A L x A °A •• A } Y x x x ] • t x x% T A A } } Y .a q '. tl C tC' iW q L A # V O C C C C a 4 C a 4 a oil xY Road Crossing Conduit per Utility Specification a, V• a A x i x :< a a o o f a ,> J • x x x" • x x x] x c` ¢ n •` ¢ •, a` o e e a e #. x x n q A v. n a e o a e a e n D a f n A •• P a s o° o° a/ x .++ v a' "` x x d •$ } `' v x �` " • r^ a° n! e f n �" o f • ' a. L M a a A. + • xx v x x °x xx • a A sy xv' nq AA A nx xns xx s + x xx axaA x vv °Y x A x x x x xv xx v x �"e • 4 ° n e• O an aa A a na .>° a + n° anne o e°Wn n > a na ni a n nnn an • a t a•a Aq a 'n e aWe a#.a a ana ae e>a o na a a oa ao a a e a i a a • ¢ �- .rte: ��. �� �:..� .x� `E ter_ ��x�� 5� .�� r�°.2 .�.�. r"r_C.�r-�� S��i.-..�i�. r� ��^a� �i� i�a�:� •as`� *Some jurisdictions may require a deeper installation. Effective on: 05/01/09 @2003 Puget Sound Energy Canceling: 06/01/07 Page 10 of 18 Continued on next page i Road Crossings, continued Plan view of crossings with transformer on left side of property line Plan view of crossings with transformer straddling property line Continued on next page 62003 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 11 of 18 'rench Roan Crossings, continued s Crossings at intersections R/W RNV 10' Easement Crossing -- , Detail when crossings meet at 90 degrees fi Trench 60' — Typical �Cn 10 Radius Stake e e --_T--- 60' Typical m V" TT ' I 10 Easement --�-f Radius Stake Use radius stakes to accurately locate crossing. g i Crossing conduit must line up with the mainline trench conduit. Trench shall gradually curve from front of 10' easement to back of 10' easement at crossings so no preformed bends are used. (Field bends only) 1:jWMAkiVIi�iT l Whenever possible, at street intersections, street crossings for primary power and gas mains shall be installed so the gas company can maintain the roadside conduit without crossing over power or other facilities. A minimum of 12 inches of horizontal separation is required between gas and other utilities' facilities. The open ditch: ■ Must have a culvert that is a minimum of 10 foot in length centered over the cable. system. ■ Be backfilled to the surrounding grade where there are street crossings and transformers. Fre Il illustrates the requirements for open drainage ditches. NOTE: The installation of a culvert in a ditch may not be allowed by some jurisdictions. Effective on: 05/01/09 02003 Puget Sound Energy Canceling: 06/01/07 Page 12 of 18 nch Road Crossings, continued Figure 11 Typical backfilled drainage ditch detail at road crossings and transformers Transformer Backfilled Drainage Ditch Curb , /1 f - 36" lea aiilea aiii 6" Min Road crossing SIDE VIEW TOP VIEW 10 10' Min Additional excavation and base preparation is necessary at vault and pedestal locations. ■ Use a 6 -inch base of compacted 5/8 -inch minus crushed rock beneath each vault. ■ Unless the conduit enters straight into the vault, leave 18 inches between the end of the conduit and the vault to allow for height differences between the vault entrance and and the road crossing. See Top View of Figure 11. See Standard 6775.0040 for more information on installation procedures and 6775.0035, for more information on the best locations to place vaults. See Figure 12 for vault excavation dimensions. Continued on next page 02003 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01 /07 Page 13 of 18 Vaults and Pedes Figure 12 1 rim ar_eli als, continued Joint trench detail for vaults and pedestals 48" Max PSE 10' P FRONTAGE L EASEMENT 36" Cover See Table 2 I Me 21" 38„ 2" _ P --- PSE 10' FRONTAGE EASEMENT L SECONDARY POWER PEDESTAL 18"Lower Pedestal Ir n /� �2„ 1 36" 48 Cover Max Gas Communications —J Primary Power Secondary Power Effective on: 05/01 /09 02003 Puget Sound Energy Canceling: 06/01/07 Page 14 of 18 10 Conduit Cable Stubouts Location r r Access from the mainline trench to a stubout location behind a transformer or vault for utilities other than power shall be on the side of the vault that is closest to property line. Cable stubout location behind transformers and ped 5' Private Property Side '•.• sT estals 7' Co ai .�3 12„ — 54" _24_ Approx 12" Mainline Trench - 24" - Approx 12" P/L SERVICE TRENCH Minimum 18" wide for separation of utilities 10` Easement Line 5' 5' Continued on next page @2003 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 15 of 18 Cable Stubouts, Continued Cable and Stub®ut Stubouts require an area to be dug out on the field side of the mainline trench at the lot Requirements corners when other utilities are present. Placement .r s i Other Utullitales at Stubout Locations Trench detail - stubout with no transformer or pedestal P/L I P/L I M FMA&B"il 01 NICi III WI I[IM61111 d R610YA! MEN lisle] :14 4�3 01"1611112 11010A 9 to] 0" This table shows where the joint utilities are to be placed at the stubout location. This placement shall remain consistent through construction. The service trench depth shall meet the requirements of Table 1 of this standard. The width shall meet the requirements of Tables 2 and 3. A work pit shall be dug around the base of the service entrance and at the property line stubout. This pit is used by the PSE workers when installing the service. See Standard 6325.3200, for additional information. Continued on next page Effective on 05/01/09 @2003 Puget Sound Energy Canceling: 06/01/07 Page 16 of 18 Figure 15 nch Property line and servIII ice entrance work pit details Electric Service Cable Conduit with Bellend Customer provides and plugs conduit end PIN ip+ UEuuy n IbLdnCu Electric Stub Marker* Utility Provided 3/4 Yard Bedding and Shading Sand Sand shall be provided on-site by the customer and placed within hand -shoveling distance to the work pit for bedding and shading of direct -buried facilities. A larger work pit may require more sand. - Gas Service Line Conduit Customer provides and plugs conduit end Gas Stub Marker Utility Provided Dig to 12" from the Gas Stub Marker Customer shall not expose the stub. If accidentally exposed, cover gas stub with 12" of sand. * If connecting to transformer or handhole, dig up to connection point and leave knockout exposed and accessible. .�Ems a Li iddid Electric Meter Base 4 Customer provided TV & TEL Fuel Line Typically Protrudes 4" to 5" Customer Provided Gas Meter Set Assembly Utility Provided Shutoff Valve Gas Meter 48" to 60" (Approx) Electric Metei a 12, «, id did dir d, dd dd dv Typical dd id y y ., p t Y Y '!' ') did did Work Pit Dimensions 4 Electric and Joint Utility 7 48 JJ (Approx) Ir BuildingTrench to 48" (Approx) Work Pit Dimensions Electric and Joint Utility Conduit Stake Customer Provided Gas Service Line Conduit Customer provides and plugs conduit end Sand shall be provided on-site by the customer and placed within hand -shoveling distance to the work pit for bedding and shading of direct -buried IN facilities. A larger work pit may require more sand. 16" bends electric cable service 02003 Puget Sound Energy Effective on: 05/01/09 Canceling: 06/01/07 Page 17 of 18 i r' Equipment Protection and Accessibility Protection Before any joint utility energizes its system, the following protective measures shall be provided by the customer. ■ Guard posts for padmounted equipment protection if required by the utility's customer service representative. See Standard 6315.0008. ■ Retaining walls as required to prevent transformers, vaults, handholes; or pedestals from being buried or exposed by erosion or settling of soil. ■ Landscaping materials such as beauty bark, shall not be piled onto any utility's surface Accessibility mount or above -ground facility. Transformers and utility pedestals will normally be located adjacent to property lines as approved by each utility's engineer. ■ Transformers and pedestals shall be accessible at all times by utility equipment from an area normally used by vehicular traffic. ■ An adequate work area shall be maintained at all times around the transformer or vaults with access unimpeded by fences, walls, rockeries, structures, and open ditches. ■ Within projects with open ditches, swales or bar ditches, the area in front of transformers and equipment requiring access shall have a culvert installed to provide access for workers and equipment. The following Puget Sound Energy documents apply to this standard: 0150.3200 6800.6000 6325.3200 6775.0035 6790.0050 6790.0150 Form 1218 Form 3061 Techniques for Temporary Erosion and Sediment Control PVC Conduit Installation Underground Service Vault, Handhole, and Padmounted Equipment Location Customer's Acknowledgement of Responsibilities When Providing Trenching Wheel Trenching Construction Electric Tariff G Schedule 85, Line Extensions, Item 12 Electric Service Handbook/Permanent Single -Family Residential Services Installation Requirements for Residential Underground Services ASTM D4557, Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort NESC 320.B.5, 352D7 353 and 354 NEC 300.5 Underground Installations, Depth of 600V NEC 300.50 Underground Installations, Depth of Primary Effective on: 05/01/09 02003 Puget sound Energy. Canceling: 06/01/07 Page 18 of 18 Scope This standard covers the procedure for installing secondary handholes and above -grade secondary pedestals in an underground residential plat with an all -conduit system. I.00 r • M • Ij Temporary erosion and sediment control requirements must be identified and appropriate controls installed prior to beginning any excavation, trenching, or dewatering procedure. Refer to Standard Practice 0150.3200, "Techniques for Temporary Erosion and Sediment Control," and local jurisdiction requirements. These are the materials you will need for installation of both pedestals and handholes. If you are only installing one of those components, then use the appropriate material. Secondary Pedestal 9" x 14" Handhole 13" x 24" Handhole 17" x 30" Bend 2" PVC DB120 90 deg 24"R Bend 3" PVC DB120 90 deg 24"R Coupling 2" PVC Coupling 3" PVC Conduit Cap Plug 2" Conduit Cap Plug 3" Foam Sealant 7663501 7664500 7635300 7635400 7641700 7643502 Blank Yellow Tags 1 3861101 Connectors as appropriate PVC conduit as appropriate There are 21 steps detailed in this standard. Pedestals or Handholes 1-6 I Pedestals only 1 1-14 Handholes only @1998 Puget Sound Energy gv Effective on: 05/01/09 Canceling: 07/12/01 Page 1 of 4 Installing Secondary Pedestals and my � or ia 11iIi E i These steps apply to installing all pedestals or handholes. 1 Glue a conduit coupling onto the spigot end of a 2 in. or 3 in. DB 120 PVC 90 deg 244nch radius bend. 2 Group the conduit bends together at R 9" X 14" Max. the pedestal site on the field side of,�,;a. the trench. Trench 12" R/W Line d'' � .,ry r .r a�'� ?'�v i,� t ?" l .," iS'. .r t 3' ♦ t '.`a 9"�+* �. ° .. 3 Cut the conduit runs to length and Tape wrap glue them into the bellend of the conduit bends. 4 Wrap the bends together with sang Base electrical tape to hold them in ' . . moms mass goal ti �� position. f.�; 5 Glue three-foot lengths of DB120 ontoa a the bends to extend them above finished -grade. 6 Install cap plugs into the conduit openings to keep the conduit clean during backfill. S ''. ♦� \ r v, 1 S 1 7 ,a' A son Effective on; 05/01/09 01998 Puget Sound Energy Canceling: 07/12/01 Page 2 of 4 lu = Ab FA e • i 0 1 *1 E i MI t M TAT"Irr, If you are installing handholes, continue the process from Step 6, Pedestals or Handholes. 15 1 Backfill the trench. 16 After the trench has been backfilled, dig out the soil around the conduits. Dig. ® 15 in. deep for the smaller 13 in. x 24 in. : f / 1`}j'1x 15" for small h/h 18" for large h h handhole ..°• �,,. .,��� / ® 18 in, deep for the larger 17 in. x 30 in. handhole 17 Cut the conduits off about 3 in. above the handhole's bottom. 18 1 Set the handhole over the conduits and backfill around its perimeter. 19 Install the secondary cable into the conduits. NOTE; Make up the secondary connections so the cable may be folded back down into the handhole. r�Seal the conduits expandinp, foamsealant to stop silt from accumulatinp, in the duct run. ��J?ii■iiri - �� 21 Label the neutral cables Typical 24" radius DB with yellow tags to 120 PVC conduit elbows identify the lot number or service address. The following Puget Sound Energy documents apply to this standard: 0150.3200 Techniques for Temporary Erosion an 6050.1000 Secondary Pedestals 6050.2000 Single -Phase Secondary Handhole d Sediment Control Effective on: 05/01/09 x1998 Puget Sound Energy. Canceling: 07/12/01 Page 4 of 4 [a] 8„ (76 mm) Glendora, California 800,735,5566 ,(Phone: 4 i■ s yyy�' w 9 09 ■ t Ireland Ea Irl " ■ 3539sU25921 35-5/8" ry ,�tt '" ..�-��. '"�.�a... BGG (905 mrn��, (619 mrr� / �h .._•!rva2:��"F..r,: °\ �f v.✓.:M "/ .. `.? f S�..farfh2e�,�,::`.sx;._.. ~"""+..._ Ire G yGr`p�Tyf` r Cr Cover, I . Material: Polymer Concrete Weight". 140.1 lbs. (63.5 kg) Model: G2436 -PC See OPTIONS SECTION; Light weight Cover 38," 26 1/4" &1/2" {965m m (667 mm) Ring g (165 mm)Nee a ... ,..a ::,.,,: 'r.: Material: Polymer Concrete M N <A _ 7.70ell , Model: .2436 -Pfd 1ell V} lee el 44 <,✓ YYhii el (70 mm) ', tsvn.-r.nw. •e,.,+�1 "rM1,. Y�+I+",..•^•,v`i.r.!rY+ •{r wr �—� Body 38- 18"" �,,,... 28-7/8ts �`od Made to order `'`(^ � �``""`�6s3 m -m) (975 rnm)fVlat�;rial: GF -HDPE ::>! ell, Weight: 59.0 lbs (26.x` / Y R �Y .Y fT�,liIN I Extension Made to order 18 IT (457 mm) 84 rr (884 mm) 8x, (293 mm) 34 of (88.4 mm) I■as10 '.w911Tiil! 45-1/2" (1,156 mm) 45-1J2t1 (1,156 mm) ensio s Materlak GFmHDPE 8 Weight: 21 lbs. (9.5 k0) Madel: G2436w8X Colors • e Body f Cover# Ring Note: For use in non�vehicular traifii Situations only. Weights and dimensions may vary slightly, Revision Date 4/2003 ell . . I . . . 45-1J2t1 (1,156 mm) ensio s Materlak GFmHDPE 8 Weight: 21 lbs. (9.5 k0) Madel: G2436w8X Colors • e Body f Cover# Ring Note: For use in non�vehicular traifii Situations only. Weights and dimensions may vary slightly, Revision Date 4/2003