Loading...
HomeMy WebLinkAboutPW16-027 - Original - R.W. Scott Construction Co. - Kent Kangley Pedestrian Improvements - 01/20/2016 `s. P3" a3rw . N .&„ - a . 0,_,P, age eat KENTa Document W A9XINOTON '� s 7 CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: R.W. Scott Construction Co. Vendor Number: JD Edwards Number Contract Number: This is assigned by City Clerk's Office Project Name: Kent Kangley Pedestrian Improvements Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: + Olkp Contract Effective Date: [data-ofthe- 4ayor!"gnature Termination Date: 75 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Kelly Casteel Department: Engineering Contract Amount: $574 897.45 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Reconstructing 24 sidewalk ramps at 7 intersections along Kent Kangley Road between SE--256th5tree�24t�'Avenue S. e project a so inc u es constructing a mid-b of ck— crossing, which consists of a traffic island and rectangular rapid flashing beacon. As of: 08/27/14 \ � - : : . . . . . < > 9: \� � � . . � � � � � � � � � \ . \ � \�� � � \ �\ �/\� ��/��/\ f � . � :y \ © . . \ � � � - . . � � � � � � \ ` � � /\ \ � �\y� 7� ƒ . . . � � . . � � � . w . . � ; \ � < \ � :\ » \ a� \ � � � � � � . � © � � ` « \ . » \ /\\\� \ \ ^ ^\ �} \ ^ \ / ± ± � \ � � . ^ ^� 23 y . . . . . . : . ? «§ / ; \1 � � » zz � � < ». w . � ?} ± © � ° « � ƒ . - 2y . < : � © d \ \ . . « , } . \ /d\» » © d p , � , . \ - � � . . . < � K � ` ° � ` ° � /:/ y , . / . � ^ � . � � � . \ � . � � \�\- \� \ 2 \\�\� �/ \ - � � : %y » ? � \ ` y� / \ � > , � wary a . . : a» » ©. . y. . § . � < v . \ . . m\ f >5 \ - . . . . . . § . \\��\ C TABINDEX Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans Tab 6 WSDOT Standard Plans Tab 7 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KE T SPECIAL PROVIIONS FOR r i Kent le a r Improvements Project Number: 11-3006 BIDS ACCEPTED UNTIL November 10, 2015 11 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR N AS 4^4 aCW KEN40796 T F�, R , . WASHING70N NAL�� 10.20•(S BIDDER'S NAME CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Kent Kangley Pedestrian Improvements Project Number: 11-3006 BIDS ACCEPTED UNTIL November 10, 2015 11 X.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR • KENT WAS HI NGTGN ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal I I City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans WSDOT Standard Plans Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through November 10, 2015 up to 11 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South; Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, Including U.S. Mail. All bids will be opened and read publicly aloud immediately following 11 a.m. for the City of Kent project named as follows: Kent l<angley Pedestrian Improvements Project Number: 11-3006 The project consists of reconstructing 24 sidewalk ramps at 7 intersections along Kent Kangley Road (SR 516) between SE 256th Street and 120' Avenue S. The project also includes constructing a mid-block crossing, which consists of a traffic island and rectangular rapid flashing beacon. The Engineer's estimated range for this project is approximately $420,500 - $470,500. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshital<e at 253-856-5508, For technical questions, please call Kelly Casteel at 253-856-5561. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, i addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $50 for each set. Plans and specifications can also be downloaded at no charge at KentWA.gov/procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid is required. The City of Kent reserves the right to reject any and all bids on any or.all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. I Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixt (60) days after the day of bid opening. Dated this 21st day of October, 2015. BY� Ronald F. " oor�City Clerl{,f� Published in Daily Journal of Commerce on October 27th and November 3rd, 2015 I CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date This statement relates to a proposed contract with the City of Kent named Kent Kangley Pedestrian Improvements Project Number: 11-3006 I am the undersigned bidder or prospective contractor. I represent that - 1. I hav have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal i employment opportunity) or a preceding similar Executive Order. I I � i NAME OF BIDDER I BY: itil/T �_�rf/tSi ale+ T SIGNATURE/TITLE d �/ 000 f 11)10 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) I ' Kent Kangley Pedestrian Improvements/Inouye 1 October 21, 2015 Project Number: 11-3006 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. i 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an j equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. I 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill t five requirements referenced above. By: For: pp Title: rI/��5I c1Pnat � Date: S Kent Kangley Pedestrian Improvements/Inouye 2 October 21, 2015 Project Number: 11-3006 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. i Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. Kent Kangley Pedestrian Improvements/Inouye 3 October 21, 2015 Project Number: 11-3006 CITY OF (CENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as Kent Kangley Pedestrian Improvements/Project Number: 11-3006 that was entered into on the (Date) between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By: For: Title: i Date: Kent Kangley Pedestrian Improvements/Inouye 4 October 21, 2015 Project Number: 11-3006 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that �LI�SrC has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named Kent Kangley Pedestrian Improvements/Project Number: 11-3006 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. I 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions appear in more than one schedule of the proposal, the bidder must bid the same unit price. The City shall use the lowest unit price submitted by the bidder for the items in question in each schedule where identical bid item description appears. Bid items with identically worded descriptions which appear in more than one schedule are denoted with an asterisk (*). EXAMPLE SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. Kent Kangley Pedestrian Improvements/Inouye 5 October 21, 2015 Project Number: 11-3006 SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09,7 1 Mobilization $,2gpeop $ WSDOT LUMP SUM Per LS 1?91 PAP 1005 2-01.5 1 Clearing and Grubbing $ Inep�$ 5�e"5) WSDOT LUMP SUM Per LS 1010 2-02.5 225 Remove Existing Asphalt $ /�`� $ KSP SQ YDS Concrete Pavement Per SY � ' 1020 2-02.5 400 Remove Cement Concrete $ O-C $ s KSP SQ YDS Sidewalk Per SY 1021 2-02.5 75 Remove Thickened Edge $ YJ $ KSP SQ YDS Cement Concrete Sidewalk Per SY 15Pd 1025 2-02.5 550 Remove Cement Concrete $ f 7 ' $ KSP LN FT Curb and Gutter Per LF lyj 1030 2-02.5 150 Remove Cement Concrete $ lee $ KSP LN FT Type A Traffic Curb or Per LF Extruded Curb 1035 8-09.5 1 Removal of Raised Pavement $ 374-9 $ KSP LUMP SUM Markers and Painted and/or Per LS �� Thermoplastic Traffic Markings 1040 2-02.5 1 Remove and Reinstall Flag $ °2 $ KSP EACH Pole with Foundation Per EA P.a 1045 8-21.5 1 Remove and Reinstall Traffic $ ,S'dd' y$ r I<SP LUMP SUM Sign Per LS AT%� jl Kent Kangley Pedestrian Improvements/Inouye 6 October 21, 2015 Project Number: 11-3006 SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1046 8-21.5 2 Remove and Reinstall Traffic $ T,F`e)011 $ KSP EACH Sign with Foundation Per EA j0a 1047 8-21.5 4 Traffic Sign with Post and $ k0l) od $ KSP EACH Foundation Per EA .L�� id 1050 2-02.5 900 Saw Cut Existing Asphalt $ S ' $ KSP LN FT Concrete Pavement Per LF 1055 2 02.5 250 Saw Cut Existing Cement $ 7 $ -- KSP LN FT Concrete Pavement Per LF 1060 W2-03.5 10 YDS Roadway Excavation Incl. $$eYP i $ SDOT 1080 4-04.5 125 Crushed Surfacing Top $ /r0 2�i) $ KSP TONS Course, 5/8Inch Minus Per TON y �� ($6.00 Min) GG 1085 4-04.5 150 Crushed Surfacing Base $ .5�V 60 $ KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) 1095 5-04.5 150 HMA Class 1/2", PG 64-22 $ 16�! $ _ KSP TONS Per TON 1125 5-04.5 SO Cold Plant Mix for Temporary $ Rod $ I KSP TONS Pavement Patch Per TON 1140 8 14.5 100 Detectable Warning Surface 9 $ $ WSDOT SQ FT Per SF Kent Kangley Pedestrian Improvements/Inouye 7 October 21, 201S Project Number: 11-3006 i I SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1145 8-14.S 37S Cement Concrete Sidewalk $ elc� $ r KSP SQ YDS Per SY 1146 8-14.5 75 Cement Concrete Sidewalk $ 5?119 $ J✓ KSP SQ YDS with Thickened Edge Per SY 1150 8-14.5 1 Cement Concrete Sidewalk $ 1;70� $ KSP EACH Ramp Type Perpendicular A Per EA 1170 8-14.5 19 Cement Concrete Sidewalk $ raR®O�! ©� $ r KSP EACH Ramp Type Parallel A Per EA ���T 1200 8-14.5 1 Cement Concrete Sidewalk $ P002)�`� $ KSP EACH Ramp Type Single Direction A Per EAQ��� I 1205 8-04.5 525 Cement Concrete Curb and $ � $ KSP LN FT Gutter Per LF j 9AP I 1210 8-04.5 50 Cement Concrete Extruded $��5 �i $ KSP LN FT Curb Per LFcv 1211 8-04.5 37S Pedestrian Curb $ $ KSP LN FT Per LF 1215 8-04.5 425 Precast Concrete Sloped $ -;17- $ d KSP LN FT Mountable Curb Per LF I 1220 7-05.5 3 Adjust Existing Catch Basin $ Ylq, ® ' $ KSP EACH Frame and Grate/Lid to Per EA Finished Grade Kent Kangley Pedestrian Improvements/Inouye 8 October 21, 2015 Project Number: 11-3006 SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1230 7-12.5 3 Adjust Existing Valve Box Top $ $ KSP EACH Section and Lid to Finished Per EA Grade ffXX arr 1233 7-12.5 2 Replace Existing Water Valve $ /49 $ KSP EACH Box Top Section and Lid Per EA ��Pf 1240 8-20.5 5 Adjust Existing ]unction Box $ I-lee = $ KSP EACH to Finished Grade Per EA cd� 1275 8-12.5 50 Remove Existing Fence $ $ KSP LN FT Per LF I i 1280 8-12.5 50 Install New Chain Link Fence $ �✓✓ $ KSP LN FT Per LF I i 1315 8-28.5 50 Pothole Utilities $ ��� $ KSP EACH Per EA OGa 1320 8-30.5 2 Project Sign Installation $ �a/�C? $ KSP EACH Per EA l 1325 2-01.5 1 Remove Existing Landscape $ e520.0 $ KSP EACH Tree Per EA 1330 2-07.5 100 Watering $ kd-o $ i KSP HOUR Per HR i 1335 1-04.4(1) 1 Minor Changes $7,000.00* $7,000.00 WSDOT FORCE Per FA ACCOUNT *Common price to all bidders Kent Kangiey Pedestrian Improvements/Inouye 9 October 21, 2015 Project Number: 11-3006 SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Schedule I Total $s��T /.Sf I 1 I i I Kent Kangley Pedestrian Improvements/Inouye 10 October 21, 2015 Project Number: 11-3006 '., SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4015 7-04.5 2 Ductile Iron Storm Sewer $ KSP LN FT Pipe, 12 Inch Diameter Per LF v� o') /f 4080 7-05.5 1 Catch Basin, Type 1 $ %,a070�$ KSP EACH Per EA 4110 7-05.5 1 Solid Locking Catch Basin $ oei3 92 $ KSP EACH Frame and Cover Per EA 4120 7-05.5 2 2-Way Vaned Catch Basin $ 23Cyp° $ KSP EACH Frame and Grate Per EA i 4130 7-08.5 1 Abandon Existing Storm $ /�� $ KSP EACH Sewer Pipe Per EA i 4145 2-02.S 1 Remove Existing Catch Basin $ 41aX l KSP EACH Frame and Grate Per EA 4147 2-02.5 1 Remove Existing Thru-Curb $ �$ ` o KSP EACH Catch Basin Frame, Grate and Per EA (f Risers 4150 2-02.5 1 Remove Existing Catch Basin $ �/ $ KSP EACH or Manhole Per EAR i 4160 7-08.5 1 Foundation Material, $ ,� $ KSP TON Class I and II Per TON 4175 7-08.5 1 Pipe Zone Bedding $ T5-?— KSP TON Per TON $ Kent Kangley Pedestrian Improvements/Inouye 11 October 21, 2015 Project Number: 11-3006 i SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4185 7-08.5 1 Bank Run Gravel for Trench $ `,5� �$ _ _ -11 KSP TON Backfill Per TON ($2.50 Min) 4210 7-05.5 4 Thermoplastic Storm Drain $ $ KSP EACH Stenciling Per EAfell Sub Total $ ��12)• 9.S% WA State Sales Tax $ Schedule IV Total $ 1 ' I I ( lli Kent Kangley Pedestrian Improvements/Inouye 12 October 21, 2015 Project Number: 11-3006 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT D� 5005 1-10.S 700 Traffic Control Labor $ �q '' $ KSP HOURS Per HR 5015 1 10.5 200 Traffic Control Supervisor $ `� ' $ i KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Control $ 16A?d $ KSP LUMP SUM Devices Per �S ®d. 5030 1-10.5 45 Portable Changeable Message $ 7V 1 $ KSP DAYS Sign (PCMS) Per DAY ��� -� 5035 1-10.5 45 Sequential Arrow Sign (SAS) $ Zl® $ i KSP DAYS Per DAY 5115 8-22.5 525 Plastic Stop Line $ T $ KSP LN FT Per LF 5120 8-22.5 2,350 Plastic Crosswalk Line $ $ KSP SQ FT Per SF 5125 8-22.5 200 Plastic White Edge Line $ ��$ $ ✓' KSP LN FT Per EA 1s 5130 8-22.5 300 Plastic Yellow Edge Line $ a $ i KSP LN FT Per LF GG' I 5135 8-21.5 1 Permanent Signing $ �$�Td✓$ KSP LUMP SUM Per LS ✓`P� Kent Kangley Pedestrian Improvements/Inouye 13 October 21, 2015 Project Number; 11-3006 SCHEDULE V — TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Schedule V Total 4 I � I I it I I Kent Kangley Pedestrian Improvements/Inouye 14 October 21, 2015 ' Project Number: 11-3006 SCHEDULE VI - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6000 8-20.5 2 Junction Box, Type 1 $er _d9a $ KSP EACH P EA 6001 8-20.5 2 Junction Box, Type 2 $ f'r/°?;� $ �i KSP EACH Per EA /'JV 6002 8-20.5 6 Junction Box, Type 8 $/�0 =� $ KSP EACH Per EA �®� i ' 6003 8-20.5 5 Remove Existing Junction Box $ $ KSP EACH Per EA c�� I 6004 8-20.5 2 Remove Existing Pedestrian $ S4-_ $ KSP EACH Signal Pole and Foundation Per EA 6005 8-20.5 12 Remove Existing Pedestrian $ 140 aP $ KSP EACH Pushbutton Assembly and Per EA ry� Signal Head � !✓ 6010 8-20.5 50 2 Inch Diameter Schedule 80 $ ZZ KSP LN FT Conduit Per LF 6015 8-20.5 35 6' Diameter Traffic Loop $ 65`Z-� $ KSP EACH Per EA 6020 8-20.5 975 Additional Lead-In Wire $ $ KSP LN FT Per LF 6025 8-20.5 2 Roadside Rectangular Rapid $ 9Fx_. $ 1 KSP EACH Flashing Beacon Per EA Kent Kangley Pedestrian Improvements/Inouye 15 October 21, 2015 Project Number: 11-3006 SCHEDULE VI - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6030 8-20.5 1 Median Rectangular Rapid $ KSP EACH Flashing Beacon Per EA 6045 8-20.5 12 Countdown Pedestrian Signal $C;7/�-!feZ $ KSP EACH Head with Pushbutton Per EAR ®� Assembly 6050 8-20.5 3 Pedestrian Signal Standard $-,7/ -et' $ r KSP EACH Type PS with Foundation Per EA ®� 6055 8-20.5 2 Pedestrian Pushbutton with $ /7dU $ KSP EACH Curb Base, Type PPB Per EA 6065 1-09.6 1 Adjust Existing Conduit $5,000.00 $5,000.00 WSDOT FORCE Per FA ACCOUNT *Common price to all bidders C2 Schedule VI Total i Kent Kangley Pedestrian Improvements/Inouye 16 October 21, 2015 j Project Number: 11-3006 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7005 8-01.5 50 Filter Fabric Fence $,e � $ KSP LN FT Per LF 7016 8-01.5 100 Wattle ww$ 40!d $ WSDOT LN FT Per LF Ind i 7015 8-01.5 44 Inlet Protection $ led �� $ KSP EACH Per EAy� 7020 8-01.5 500 Straw Mulch $ $ KSP SQ YDS Per SY 6�C� 9 i 7025 8-01.5 500 Clear Plastic Covering $ $ KSP SQ YDS Per SY � gp 7055 8-01.5 1 Erosion/Water Pollution $30,000.00* $30,000.00 WSDOT FORCE Control Per FA ACCOUNT *Common price to all bidders j 7070 8-01.5 100 Street Cleaning $ ` -®d $ ®' WSDOT HOUR Per HR Add— Schedule VII Total $ Q5 ^7 i i I i Kent Kangley Pedestrian Improvements/Inouye 17 October 21, 2015 Project Number: 11-3006 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. 2UANTITY PRICE AMOUNT 8000 8-01.5 1,100 Seeding, Fertilizing, and $ �� $ KSP SQ FT Mulching Per SF 8005 8-02.5 50 Topsoil Type A $ *5 $ KSP SQ YDS Per SY 8010 8-02.5 50 Sod Installation $c �J� $ WSDOT SQ YDS Per SY 8015 8-02.5 25 Bark or Wood Chip Mulch $ 7�✓ $ KSP CU YDS Per CY Schedule VIII Total j I i i I ' i j �I III, Kent Kangley Pedestrian Improvements/Inouye 18 October 21, 2015 Project Number: 11-3006 BID SUMMARY Schedule I Schedule IV Schedule V % � IDfls Schedule VI Schedule VII Schedule VIII TOTAL BID AMOUNT tt3 i ilk III Kent Kangley Pedestrian Improvements/Inouye 19 October 21, 2015 Project Number: 11-3006 CITY OF (CENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: Kent Kanglev Pedestrian Improvements Project Number: 11-3006 Subcontractor Name6r�J�A.�el�it�s .d Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers i � I Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers it Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE Kent Kangley Pedestrian Improvements/Inouye 20 October 21, 2015 Project Number: 11-3006 SUBCONTRACTOR LIST (Contracts over 1 million dollars) p � Name of Bidder: Project Name: Kent Kanalev Pedestrian Improvements Project Number: 11-3006 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors j to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: i Plumbing Subcontractor Name: Electrical Subcontractor Name: X G t a Signature of Bidder Date Kent Kangley Pedestrian Improvements/Inouye 21 October 21, 2015 Project Number: 11-3006 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK, THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. Kent Kangley Pedestrian Improvements/Inouye 22 October 21, 2015 Project Number: 11-3006 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: /U �d77s ^� NAME: I ADDRESS: �1/D� a/ y ®v b PRINCIPAL OFFICE: r �� ADDRESS: PHONE: a 53 CM31 FAX: 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). Kent Kangley Pedestrian Improvements/Inouye 23 October 21, 2015 Project Number: 11-3006 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? Ll 3 2.2 How many years has your organization been in business under its d(3 present business name? 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: f177g 2.3.2 State of incorporation: WA 2.3.3 President's name: 5Go7-7 2.3.4 Vice-president's name(s): tyrdAt4.) SGYr9T� 2.3.5 Secretary's name: _::7_af5 _516� 2.3.6 Treasurer's name: Sce77- 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally quaallifie, d tq do busin ess, and indicate license numbers, if applicable. 3.2 List jurisdictions in wrrlch your organization's partnership or trade name is filed. rx9A 5 `� 4. EXPERIENCE i 4.1 List the categories of work that your organization normally performs wish // its own forces. iraJj',✓� � ,Q/ra.n4�-P �.Gwrr GtJe.�r.�2 YC /�tin,:ywa �lS 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? OD Kent Kangley Pedestrian Improvements/Inouye 24 October 21, 2015 Project Number: 11-3006 j 4.2.2 Are there any judgments, claims, arbitration proceedings or suits N pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? �p 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach of o details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. /u a 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completions and ' / percentage of the cost of the work performed with your own fo��2o- 4.5.1 State average annual amount of construction work performed during the past five years: t{,> to n t ll icy 4.6 On a separate sheet, list the construction experience and present T commitments of the key individuals of your organization. J� 4.7 On a separate sheet, list your major equipment. S. REFERENCES 5.1 Trade References: / - 5.2 Bank References: 5.3 Surety: r 5.3.1 Name of bonding company: c AP/o Si/ CtW?jda-tiy /h le:,- � I 5.3.2 Name and address of agent: Prv)xe / ®dv! � '��,c �� '-'7 6. FINANCING /ae. W� qef y0 � a S 3 17S-q- Az5V 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. Kent Kangley Pedestrian Improvements/Inouye 25 October 21, 2015 Project Number: 11-3006 G.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? I 7. SIGNATURE 7.1 Dated at this o2tAJ day of khlvs k1l 2015. Name of Organization: MS:k i By: �! Title: nsZdcm -A 7.2 — J yF- 'SCr being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. S�O� bscribed ands before me this <i day of �� 2015. a jy�TA�y ? I Ic-tary Public: T q .PUB L1 �y Commission Expires:Or S VUPS Kent Kangley Pedestrian Improvements/Inouye 26 October 21, 2015 Project Number: 11-3006 i Department of Labor and Industries R W SCOTT CONSTRUCTION CO PO Box 44450 Olympia, WA 98504-4450 Reg: CC RWSCOC*229MU UBI: 600-298-242 - Registered as provided by Law as: Construction Contractor APR 0 6 2015 (CC01) -GENERAL 35 R W SCOTT CONSTRUCTION CO Effective Date: 7/31/1978 4005 W VALLEY H WY N SUITE A Expiration Date: 4/2/2017 ATTN: JENNIFER SPINO AUBURN WA 98001 I I i if I � Yy I feB9'. E STATE OF WASHINGTON Unified Busiress ID #:; 600 298`.242'. Domestic Profit Corporation '- "Business p` Location: 3 t ExPireso :,08-31-2016 ° R. W. SCOTT CONSTRUCTION CO. 2:{, k== n 4005 W VALLEY HWY N STE A AUBURN WA 98001 2442 1 , t, TAX REGISTRATION \ "" INDUSTRIAL INSURANCE UNEMPLOYMENT.-INSURANCE.. ' d .. k ,1 r r � bbr�t }�f Ik�-Y a .m w{pl�• 61�.- CITY LICENSES%REGISTRATIONS + BELLEVUE GENERAL BUSINESS #042175 Y a 0 - FIFE GENERAL- BUSINESS NON RESIDENT,r � „r "f f�nr ' LICENSING RESTRICTIONS:. N-Wlicens'a to' iiire manors without a Minar Work Permits y " aql ,t , ` - s wai p ro 'lb +,�,t1°4F IM1ei yY f t .'_..: � � , % F, ( � � s'tr ry kl i%• �y �i}t �'Itl�kt'g'%.%�. S s °�r f.yf•Ai .. 19 l a 1, j�, �j. ¢,s}yU^ ny S. TaL,VS T � ' 3 TVi .f 1 n �I .}R,.f 1 % f ''�llr tEt�f Ahu-ti�ry.�?I{� r l •r� �4(,t 'a�'Vs Ja ���`'�m'hv��6YIPa —XR�� ' 4- J?,y,4;; t+ � b.l ^� 3, �fY h 15 s, %.�� ! sy rGi �s ,J•s.h,..�j loN�,/wVi�tS!`In.��f1 d�'v 3 itik ff 3 f r � 1, r n la i�1ki� ., i t.;'�d.1Ai: `�qFj^tk, #ti ;. lt9 a� �i 1�". S �Thls�dticumentlastct�leY alst[abgnS ehdorsement�tanc�ticen&es�ut�lbrizgtf(oY�tC,hU{�ne�"S' 15artietfa6ove B'yaccephngdI'm ULum " theLeensee certifresthe'mformatidk'odfFiU5pp[caU 1oretr+rS4 +i,%a"s.`coYnFlete,[rue,�nd`acturatefo the bes�o'Phastlr�ieT7ihowf'edger'�rtd'thaCbuslsswr[l l�o PJ�� �„r�i� :,4 "Y 4D� , f�t� 'sr�U� ., I coflducled in compliar7eeWlt]i'al�app�rrrab,��Vi•�9{dSn�t'gn state"coUgty and i%P[ egUCapo�'�`�'��,r-*. r Dlrseran�YSe�rat�meneo�dev®nun ,.r ,� �a'n,�hr I � I /s e We SC TT CONSTRUCTION C . General Contractors—223-01-RWSCOCI-'229MU j 4005 WEST VALLEY HIGHWAY NORTH, SUITE A,AUBURN,WASHINGTON 95001 PHONE: (253) 351-0001 FAY: (253) 351-0055 R. W. Scott Construction Co. including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under: RCW 39.06.010: No agency of the state or any of Its political subdivisions may execute a contract: (1)With any contractor who is not registered or licensed as may be required by the laws of this state other than contractors on highway projects who have been prequalifted as required by RCW 47.28.070,with the department of transportation to perform highway construction,reconstruction,or maintenance;or (2)For two years from the date that a violation is finally determined,with any person or entity who has been determined by the respective administering agency to have violated RCW 50.12.070(1)(b),51.16.070(1)(b),or"82.32.070(1)(b).During this two-year period,the person or entity may not be permitted to bid,or have a bid considered,on any public works contract. i Dr RCW 39.12.065(3): (1) Upon complaint by an interested party,the director of labor and industries shall cause an investigation to be made to determine whether has been compliance with this chapter and the rules adopted hereunder,and if the investigation indicates that a violation may have ether t e r a hearing shall be held in accordance with chapter 34_05 RCW.The director shall issue a written determination Including his or have her occurred c urr after the hearing.Ajudicial appeal from the directors determination may be taken in accordance with chapter 34_05 RCW,with the prevailing ings party entitled to recover reasonable costs and attorneys fees. A complaint concerning nonpayment of the prevailing rate of wage shall beffled with the department of labor and industries no later than thirty days from the acceptance date of the public works project.The failure to timely file such a complaint shall not prohibit a claimant from pursuing a private right of action against a contractor or subcontractor for unpaid prevailing wages.The remedy provided by this section Is not exclusive and Is concurrent with any other remedy provided by law. (2)To the extent that a contractor or subcontractor has not paid the prevailing rate of wage under a determination issued as provided in subsection(1)of this section,the director shall notify the agency awarding the public works contract of the amount of the violation found,and the awarding agency shall withhold,or In the case of a bond,the director shall proceed against the bond in accordance with the applicable statute to recover,such amount from the following sources in the following order of priority until the total of such amount is withheld: (a)The retainage or bond in lieu of retainage as provided in RCW 60.28.010; subcontractor with the department of labor and industries as provided In RCW 18.27.040 and 19.28.041: (b)If the claimant was employed by the contractor or subcontractor on the public works project,the bond filed by the contractor or (c)A surety bond,or at the contractor's or subcontractor's option an escrow account,running to the director in the amount of the violation found;and (d)That portion of the progress payments which is properly allocable to the contractor or subcontractor who is found to be in violation of this chapter.Under no circumstances shall any portion of the progress payments be withheld that are properly allocable to a contractor, subcontractor,or supplier,that is not found to be in violation of this chapter. The amount withheld shall be released to the director to distribute in accordance with the director's determination. (3)A contractor or subcontractor that is found,in accordance with subsection(1)of this section,to have violated the requirement to pay the .prevailing rate of wage shall be subject to a civil penalty of not less than one thousand dollars or an amount equal to twenty percent of the total Prevailing wage violation found on the contract,whichever is greater,and shall not be permitted to bid,or have a bid considered,on any public works contract until such civil penalty has been paid in full to the director.If a contractor or subcontractor is found to have participated in a violation of the requirement to pay the prevailing rate of wage for a second time within a five-year period,the contractor or subcontractor shall be subject to the sanctions prescribed in this subsection and as an additional sanction shall not be allowed to bid on any public works contract for two years.Civil penalties shall be deposited In the publicworks administration account.If a previous orsubsequent violation of a requirement to pay a prevailing rate of wage under federal or other state law is found against the contractor or subcontractor within five years from a violation under this section,the contractor or subcontractor shall not be allowed to bid on any public works contract for two years.A contractor or subcontractor shall not be barred from bidding on any public works contract if the contractor or subcontractor relied upon written information from the department to pay a prevailing rate of wage that is later determined to be in violation of this chapter.The civil penalty and sanctions under this subsection shall not apply to a violation determined by the director to be an inadvertent filing or reporting error.To the extent that a contractor or subcontractor has not paid the prevailing wage rate under a determination issued as provided in subsection(1)of this section,the unpaid wages shall constitute a lien against the bonds and retainage as provided herein and in RCW 18.27.040,19.28.041, 39.08.010,and 60.28.0/0. Dated this-T day of 2009. Jeff Scott, Vice President R. W. Scott Construction Company Or 4 V' d (o Q to (0 M ''d' N I- co � ' 1�eJ N V M (O L Nm co V�_ NN C �j v3 vs u> e3 yr�r n , M i No a 00 N N Ih (O (O d r V r ro co W C 0 M N L-0 h O M .0 (D N N N (D L a Em d h o d a O o oLL in IL y O t T y > E _ V U ( D dWY •Q ® c _ o Lo E a = m > > C 3 = °o 6 �� _ .Ir O oo 4+ o00 7 0- yZ. U U U 0 U N o E d m o) > c a� Y Q E o c 75 EB W N Uq Y U 0 z m � a � R ° lI1 m r y J C d N E a NNE E W ?�. m > r 'o In LU A-� Zi >Q a N N O 'cam mmo -� rnZ N(A d' -( VOt � O M V' 0 OO OO LO t0O lm0 O7 N Lo to m I< 4 cl f+i N 00 'd tD 0 C 0) O m m co In0o U Lnr 0f0 n m co I n O N )D tD o O 0� 0- Lnm C 1 O 7 +-� � 01 #T U �-i l0 �-1 N O O1 C CO N Vt ID Ln tt v� N co 'L C Q U ¢ iah EPr 64 Vf 'O t0 tD t0 Ln tD t0 In to h ID 0 a� N O O O O O O O O O O O. O O O O O 0 O O O O O 0 Q O O O m a N N N N N N N N N N Z E 0 0 0 0 0 0 0 o N o 0 0 c o +' _ M N , M tOM 07 co O O N ON v0 N NO Ctp = V' ti = 7 O M VI C tD C .-1 >,N ` .ti O t0 C.co G tD O N I.. Ul WLn 0 4) nW � xto wi. � O0 Er+ vN vo 00 � 0 oco � Ln N � � M vLll � Ln 8M v N OO -0 -00M � O Ln � O 31� o a,, Qri Cl0 :O j, = 10aN 2T C W Oln r- � .37 m ID ✓ It C Lv� Ln M N Ln O Ot $ 0 Ln M O O M z.m Q m O m = m O w _ n Fy E- 07 �O �2 N N U N j 7 C N > to G O v m V) N 00 � N M U m JMBM M ilQ ON vtD DM pM GM pa 3 M >,tD � M Q� d N N d N G N W ON 7 'Y ON N ^ N N m N N N Y N K a m p 0 N ¢ ai N10 aJ Ol m n6 E m OI _C C > 'O .n > Y u o ¢' Y m m m m U L a' cg r N + .r C f0 J v ° cG rn E O O .N j (LU A 1 i m �. Y N > d v O E2 E !0 E LO Ln � J Q # m H O L .�+ C N N a1 t j a ¢ C v v _ a y o a v co a o v m V ,y `w u o N O n m u o b 0v 'av � " � a � ¢ aci m E a� m y �° m v aai = 4) 'E � E w E v E n ( E to � E o f vc E Nv > v ° v — v > cofvv y S N Z voo av' i v° Yop = o v °nu" > o v � o 'u moar v n E Y L u a a E n: m E E a � E LuE v LuE vX?j U ,� 0' O m H J i-r m ¢ a N E Q cn ,.., Y H Y LIJ Ln Ln Ln to 0L, Ln Ln Ln to to ID}, � u 0 0 a O 0 0 0 0 0 0 0 o r, 0 0 0 0 0 0 0 0 0 0 0 0 O O ,N N N N N N N N N N N tD 0 0 O N N .N-1 O O O O O O N .N1 N V IY\7 n 0 0 0 O O O O O .-I 0 0 O 0 o O o 0 0 _. o �.j.__.N C O O M h I+], n ti O co N .-I .�-i O N N I� co C .7 ; " rti Oi Q r-i N m to tD N 7 I� n p ppj ^ V' N oMi •� O ^ N V' M d' N n N V" lD M W ti Oi co ^ b M •C OC E b4 N .��, �+4 q{} V} .M-1 N ti O~i EN9• t4 O�1 V) tco+ iA t+l tPr of T N N O O p Of O1 01 !T Oa 01 ,ti ,-a N N O O O e~-I .M•i N M M d. F ^ \ r N N N N N N O O O p p O O O p M M V1 I� .�i N N N N N U O O O O O C O ro v " E'" M Eoto y c c ..O ELn C m IO O L O N M O !T Oi N co L O.7 .i-1^ Ln U� m0 N O _7 lMo YN_IN � ,ti cc O E W N 0 OIT {n M 0 mn C M m 1f1 C Li1 C Z LA In 7 in .a) to j Ln o to }}��' 1pn .Y .~-1 N m o ^ :G O Q ^ '0 0l C m i0 ID 0 2M SN 2N CC,, rl Nti Sca 12 Cwe � ' •rj Y � � t' 'd' Cp 61Y ION 7Nm0 Nco CCU.] W ul 0) 0l M UO ID m ° M m e m e y In 7 . 7 Oa N •O n M m LM Q ^ 3 p L N '° N U =� V� WIt1 U V] �M umI MLM L L Ln C > OlN � O N `° °; co Ll oy � W �. TtaNvIn N WNN 'V' .0 er mN � N N � ON � N C � N !`? F �liM OM .rOM •� � �pp 'p C ^ J N d' 7 � N CnI N !L' N W O U {(I to O1N NM U n N � N NON WN V. (WN U) ° n U t t y a o° E E -0 c N dS m m Q a) v v m o � c L $ •o o c x E E c 2 v v c° w Iuo E m m o° ro m° 3 m In 00 L7 In0 0 ° ° ° o 0 ¢ Lo Z-, uu 00 0 ° m w0wo o 021 u f Y U U U U U4. U ° m ._ o j C N L E M o za> bEa> acy >m ya m 3 m fnWE wwa) c° Iav0 aE y v mNE> m p m 0o�Lavo wLca)o v °xY3 0 'm v Go w IX v -0 a °^ -iv In a L 0 -0 >. N y 0 N 0 >m W vEvo= v E ( F u- US u� o Doom a a N n o w?� m` apvv v � 21- o' m.� ma) na a N NawZD a ~ r z Nam> u. ENa` v v ~ � + Lwo 'o n Y to � ti LO zE � d2 a� i .N o co 0 co p m °Aru a, m rn o 0 C) O N � � II O M O O O M Lo cn O ti � M .� O C N +Pr <r a i a 0 0 0 0 0 c ru — O O Q d = ` ` N N O po o .N-i N o a` U S O m C Lo C• M ? oM CLn OM (a N _ � LO N N .Z C' xL+m'1 OMULn -�' cF' jO) LOLN Fy � D 0. NN q � LLOO Eco vN W O NtO LMA NN aN C C• N C• L NYC' 7 O U CU N N u m ❑ m E 0 w a0 ro 0 v ro z Ln n ¢ z Q `o `o 0 0 0 0 U V u u u u O tm 0 _ E — 1 _0a.+ O Y y fO y Lo Uj Z 7 C N Z 'o w 'o Ln a v a o ° � ° aE � y 0 r1 t s+ W fi N C N N a n W; O` �l a > � O R1 LA O rC` N LLU � � ,�^C{ al u ` C Ln H ( M z M4 V a v"I it u it LD tD n .y i RW Scott Construction Supervisory/ Management Experience Rodney Scott Field Supervisor 25 Years Mark Hall Field Supervisor 30 Years Mike Skagen Project Manager 35 Years Tyler Scott Field Supervisor 10 Years i i /S M._SC TT CONSTRUCTION-- General Contractors — 223-01-AWSCOC*229MTJ 4005 WEST VALLEY HIGHWAY NORTH,SUITEA,AUBURN,WASHINGTON 98001 PHONE:(253)351-0001 FAX:(253)351-0055 R.W. Scott Construction Co, Employee Phone List Emplo ee Phone Number Mobile Breland, Leon (206) 246-2083 (253)261-1655 Hall, Mark (253) 631-6371 (253)261-1651 Hausman, Aneka 253) 931-1116 (253) 876-5049 i Heiberg, Alfred (253) 847-6882 253) 261-1652 Nil ngsworth, Diane (360)490-4815 Lane,Ryan 253) 334-4349 McDowall, John 253)905-0594 Morgan, Elizabeth (253)269-2203 Peralta, Fallan (253 737-6348 I Peterson, Eric (206)423-2503 Saenz Evette (253)261-2488 Scott, Jeff (253) 630-3806 (253)261-1642 Scott, Derek Scott, Rod 253) 630-7645 (253) 261-1643 Scott, Ron (253) 833-1994 253)261-1641 Scott, Tyler (253 630-3806 253)261-1653 Skagen, Mike (253) 862-8968 253) 261-1647 Vukich, Nicholas (253) 561-4025 Winscheil, Scot ! 425 891-4320 R W SCOTT CONSTRUCTION CO VEHICLE LIST UPDATED AT 3/19/2015 RENT VEH LICENSE SERIAL RATE # YEAR F DESCRIPTION NUMBER NUMBER 12 1 B Toyota Sequoia RDUB 5TDBY68A58S017306 12 3 07 GMC Siena B69347G 2GTEK13M471505543 13 5 00 GMC Light Duty Sierra B29706H 1GTEC14V8YE900569 20 6 91 1991 Chevrolet Kodiak Flatbed(Attenuater) B3078ON 1GBJ6H1J3MJ112031 55 7 06 Freightliner M2106 w/Crane(Mechanic Truck) B896020 1 FVACXDC56HW45282 12 8 07 Toyota Tundra Limited(Mike Skagen) C74616B 5TFBV58137X026193 12 9 07 Toyota Tundra SR5(Mark Hall) C496698 6TFOV54177XO04921 11 11 08 GMC Sierra(Fred) B75067F JGTEK19J68Z108275 22 13 81 CHEROKEE 30 YO DEMOffRASH TRAILER 0373RG 1C91 EFF23SIO95100 60 14 98 Ford LT850 Dump Truck A76736M JFDZX86EBWVA30990 13 16 93 FORD-1745D Flatbed Dump B91852P 2FDLF47G3PCA27259 10 17 97 GMC Sonoma S10 P/U(Shop) B21122X 1GTCS1442V8507842 40 18 97 Chevrolet Dump-5yard C01287A1GBJ7H1J3VJ100556 35 19 96 FORD F800 WATER TRUCK(Totaled) B03364D 1FDPFSOC4SVA07489 85 20 72 D MACK 3000 GAL WATER TRUCK 87172T R795S2D05 65180 22 98 PETERBILT TRUCK WfSIDE DUMP A36447N 1XPADBOX9WN479580 65185 22 W/LOW BOY 26 83 SINNER FLATBED TILT TRAILER 6942UJ 1S9S2CE10DS018134 13 29 99 FORD F450 gas powered 866829X 1 FDXF46S4XED68820 31 93 GMC LUBETRUCK A13927X1GDJ71-11J313J500790 20 33 95 Ford F450 Super Flatbed w/LiRgate B2650OW 1 FDLF47F2SEA54480 25 35 93 TRAIL KING 50T TRIAXLE LOWBOY TRL 6266LO 1TKJO5036PM022740 1B 36 07 Pioneer Truckweld 4 Axle Millennium Trailer 6170TX 1BN1P21457SO04548 37 06 STURDYWELD DUMP TRAILER 88B3YT 5RETE04B56SO66030 15 40 05 TrallMaX TRD 54-T Equipment Trailer - 8533RY 1G9KS373X5A065207 40 41 01 Kenworth T300(Roll Deck) A56099X 2N KMHD7X71M868293 42" BO EVERGREEN TRAILER(10 X 32) 9438KH 280107GR 60/80 43 99 KENWORTH T-800 DUMP A65784E 1NKDXBOXOXR827765 6D/80 44 00 KENWORTH T-800 DUMP A74061G 1NKDXBEX6YR859792 60/80 45 06 KENWORTH T-BOD DUMP C97963A 1 NKDXBOX46R119419 13 51A 97 FORD F450 Fuel Truck B55477U 3FELF47F9VMA60951 20 52B 73 FORD FLATBED-ATTENUATOR TRUCK F600 A86703K F61 DV060282 10 63 99 Fob Explorer ANJ9524 1FMZU34E1XZB30969 � 12 65 02 GMC Light Duty 2WD Regular Cab B13922R 1GTEC14V12Z900607 12 66 D2 GMC Light Duty 2WD Regular Cab 613921 R 1GTEC14VX2Z900606 12 67 10 FardF150-RodScott 877308P 1FTFW1EV4AFA26179 13 68 04 Fob F450 Service Truck C01226A 1 FDXF46P44EC20013 70 02 Commercial Trailer(Job Shack TIONo Ins.) 1UYVS24aX2U796202 15 71 05 TreilMaXT-12-UT Equipment Trailer 9990XN 1G9KS26285AD65371 13 73 01 F450SuperDutySa ice Truck B35150Y I FDXF46F51 EA26013 18 75 06 BealVTruckwaldcuslombuilt4-axle-Trailer 1235S0 18N1P49478X004360 76 08 Circle R 4 Axle Slde Dump Trailer - 4853UF JT9SS45498T627287 45180 77 90 Mack RD688 Tractor A97297D 1M2P270C51-M008583* 78 92 Blazer Industries Inc. Job Site Trailer 081032-AT923267 AVehicle GMC NK1 4C K1 PU Mike Skagen B71734Z 2GTEKIM41203481 Ford F800 A31774V 1FDNFBOC6SVA03368 Mack RS700L Dump Truck A47029R RS795LST18250 Great Dane 41'Refer Job Trailer 5260XZ 1 GRAA8323KS010404 2-Insurance coverage is under the personal property , I R-W SCOTT CONSTRUCTION CO EQUIPMENT LIST RENTAL RATE EQ# YR DESCRIPTION SERIAL NUMBER 50/80 109 1998 JD 310SE LoaderBackhoe (HoepacBreaker) T0310SE851205 l 115 1996 Komatsu PC200-6(totalled)(NO INSURANCE) J20011 70 1124 1 1996 Komatsu Hydraulic Excavator,PC 200.6 93279 p S 70 126 1995 Komatsu Exc.PC200.6E 92470 35 127 1991 JD 400GLT Crawler/Dozer T0400GC772596 50 1128 1 1999 JD 650H Crawler/Dozer T0650HX876233 Vin#lAgH12107YM157379 15 136 2001 Variable Message Board Lic#6689PF Serial#586451 138 JD425 Disk (NO INSURANCE) P00425XD13422 20 152 2002 Laymore SweeperBHC 21 N001 76 Serial#28786.005 20 153 2001 Laymore SweeperBHC 21N00175 Serial#28352-005 156 2003 TC910 Hydraulic Compactor (NO INSURANCE) 2002133-3 48D/6 158 EW/2800 Generator (NO INSURANCE) 48D/6 158A Yamaha Generator (NO INSURANCE) Wacker Reversible Plate DPU5045H Compactor (NO 20 159 INSURANCE) 743846408 165 1973 Trailmobile 45'Van Semi Trailer (NO INSURANCE) J34627 166 1998 6000 Gal Model D MH Supervault Fuel Tank MDH4600052 Trench Box (112 bought from Ritchie taros,1/2 from Rhine) (NO !. 175D/22 167 INSURANCE) 416DW&W9601195 2000 Gallon Fuel Tank and Pump on Skids (NO 168 1978 INSURANCE) 169 1978 HM Fuel Tank on Wheels-Lic#JD1476 (NO INSURANCE) WA7652693 60 178 1993 Ingersoll Rand SD100D Smooth Roller 9112 15 181 1999 Wacker Asphalt Roller#RD11A 769301256 13 182 1985 Mitsubishi Forklift (NO INSURANCE) F2050294 175D/22 1185 1 2000 Airshore Alluminum Trench Box 4x8 185A 2000 lAirshore Alluminum Trench Box 2x8 30 186 1998 1 Rammer Hammer S-56 103156R Homelite 3"Diapham Pump Model 111 DOP3-1 (NO 48D/6 187 1981 INSURANCE) 01588966 188 1983 Jet 10 Ton Floor Jack (NO INSURANCE) JSJ-10 TO 989 1977 Headshaker Compactor(HED LS-1100) (NO INSURANCE) LS-184 175D/22 190 Trench Box Model 1445 Stone Mizer (NO INSURANCE) 0791445 192 1989 3"Wacker Trash Pump Model PT3A (NO INSURANCE) 506803577 195 1991 Rammer Hammer Mod S-26 SN 628 197 1997 Polaris 4x4 Quad LIC#093144A 4XACH50A7VA032089 198 1997 Spectre Utility Trailer LIC#1270XY (NO INSURANCE) 4W8UF1418V1000697 Wacker Reversible Plate Compactor Model#DPU6055 (NO 20 199 2001 INSURANCE) 0007959 20 200 2001 Wacker Reversible Plate Compactor Model#DPU5045A 11291628 Octagon Manhole(french)Box Model#0688 (NO 150D 201 2002 INSURANCE) NESO402-1788 58 202 2001 Hitachi ZX135US-E Hydraulic Excavator 61984 56 204 1999 Case Loader/Backhoe 590 Super L (Hoepac/Breaker) JJG0211487 5 95 HP l 3g, 70 206 2000 Komatsu PC210-6E 31627 i 13314 1> 60 208 1997 Komatsu D65PX12 Crawler Dozer 62008 55 209 2000 JD 624H Loader(Includes OC350GPBOE 3.5 Bucket) DW624HX577280 30 Y 3 S 209A 2004 JD Fork Attachment QC500CUF&-7.. 210 Cat Forklift-Shop (NO INSURANCE) BEB3074 90 211 2003 Komatsu P1300LC-7L Hydraulic Excavator A85525 50 213 2004 JD 31OSG BackhoelLoader T031OSG930036 60 215 2003 Komatsu PC13BUS-2 Hydraulic Excavator 3616 31 LC �(oflP W 60 216 2004 Hamm 3412 84"Vibratory Roller 60300 R W SCOTT CONSTRUCTION CO EQUIPMENT LIST RENTAL RATE EQ# YR IDESCRIPTION SERIAL NUMBER Trench Box,4'x20', Speedshore,Model 420Dw4 (NO 217 INSURANCE) 0-2752 Trench Box,8x20, Speedshore, Model 820DW4KE (NO 218 INSURANCE) 99-2593 219 Manhole Box,48'and 8x8x4,Protec (NO INSURANCE) 18481 and 18482 48D/6 220 1992 Spectra Psysics-Laser Model L-1165 (NO INSURANCE) 1069 Top Con Rotating Laser-RL BOB W/LS-50-274 Trypod 480/6 221 1994 (NOINSURANC 48D/6 222 1994 12 KW Kohler Gas Powered Generator (NO INSURANCE) 2325100337 L1165 Dialgrade w/Wireless Remote Laser (NO 48D/6 223 1996 INSURANCE) 6487 BD/6 224 1997 Dialgrade Model 1250HP Laser (NO INSURANCE) 6817 48D/6 225 1997 Grade Eye Receiver DR2S (NO INSURANCE) 6649 226 4X8 Alum Trench Box-airshore 226a Mate to Trench Box Eqp#226 227 OF 3000 Freeze Kit (NO INSURANCE) ' I 40 228 2005 Kobelco SK35SR-3 Mini Excavator PX1211734 Asphalt ZipperAZ500 48HD Cutter w/Trailer BT0011 Trailer Machine#50000120 Trailer 85 229 2006 Plate#7971UP #109FS082X6U023542 I85dIP 25 230 2006 Allied Impact Breaker-Rammer 827 27AAA0842527 25 231 2006 Caterpillar CB-224E 47"Double Drum Roller ID=26W54549/S=022402067 36+p 6W U 90 232 2006 Komatsu PC300-LC-7E0 Hydraulic Excavator A88527 233 Leica Piper 100 Pipe Laser (NO INSURANCE) Trench Box,8x24x4 Steelbox,19488 Pro-Tec (NO 234 INSURANCE) 19488-003 304 1995 Arrowboard/NEEDS TABS (NO INSURANCE) Lic#6607-LN 305 1995 Arrowboard/NEEDS TABS (NO INSURANCE) Lic#6606-LN 37D/4.63 306 1995 Arrowboard (NO INSURANCE) 95066418 37D/4.63 307 1995 Arrowboard (NO INSURANCE) 95036417 308 1999 Hots",Steam Cleaner Model#9808 (NO INSURANCE) H44011 310 1999 Arrowboard (NO INSURANCE) 99D7B484 10 312 1999 Wacker BS600 Rammer (NO INSURANCE) 5076921 10 1313 Wacker Plate Compactor (NO INSURANCE) 5282094 314 '.Hacker Plate Compactor (NO INSURANCE) 5224343 315 Wacker Plate Compactor (NO INSURANCE) 5226351 Ingersoll-Rand Air Compressor P185WIR Plate#5092VH 15 316 (NOINSURANCE) 329934UEM295 !OR? Ingersoll-Rand Air Compressor P185WIR Plate#5091VH 15 317 NO INSURANCE) 4FVCASAA32U330467 foct Sequential Arrow Board/Eclipse/Solar/Allmand (NO 318 INSURANCE) 179AB03 Sequential Arrow Board/EclipselSolar/Allmand (NO 319 INSURANCE) 181AB03 Sequential Arrow Board/EclipselSolar/Allmand (NO 320 INSURANCE) 042AB03 Sequential Arrow Board/Ecllpse/Solar/Allmand (NO 321 INSURANCE) 180AS03 Transmission Jack Model#5019 OTC Brand (NO 322 INSURANCE) 070BAE62608 323 BTI TS4250 Breaker w/Chisel Point,Hoses&QC 4009446 Vin#1A9H121041 M157081 Variable Message Board Plate#6295UR 324 2001 Serial#586811 Variable Message Board Plate#5754NH Vin#lA9H12101YM157581 325 2000 Serial#586654 i R.W. SCOTT CONSTRUCTION . General Contractors — 223-01-RWSCOC*229MU 4005 WEST VALLEY HIGHWAY NORTH,SUITE A,AUBURN,WASHINGTON 98001 PHONE:(253)351-0001 FAX:(253)351-0055 INFORMATION FOR CREDIT APPLICATIONS Incorporated: July, 1978 Business Started: 1972 Owners/Officers: Jeff Scott, President Debra Scott, Treasurer R. W. Scott, Vice President Jeff Scott, Secretary Diane Killingsworth, Office Manager _Road and Underground Utility Construction Company: Contractor#RWSCOC*229MU Federal ID #91-1038390 D&B #06 167 4743 Resale #C600 298 242 ICC #CC25984(WUTC) Fiscal Year End: September 30 Annual Dollar Volume Sales: $7,000,000 Purchase Orders Required i Bank Information: Key Bank Auburn Branch: 1 East Main Street, Suite 190, Auburn, WA 98002 Account #479681113680 Branch Contact: Janice Rindfleisch Phone: (253) 833-8622 Fax: (253) 833-8625 References: H.D. Fowler Icon Materials PO Box 160 PO"Box 88050 Bellevue, WA 98009 Tukwila, WA 98138-2050 (425) 746-8400 Phone (206) 575-3200 Phone (425) 641-8885 Fax (206) 575-0319 Fax Account#192980 Account#60473 Miles Sand and Gravel Western Peterbilt, Inc. 400 Valley Ave NE 3707 Airport Way S Puyallup, WA 98372 Seattle, WA 98124 (253) 833-3700 Phone (206) 624-1564 Phone (253) 833-3746 Fax (206) 587-3754 Account #049900 Account#261041 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within seventy five (75) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: Z2I d.� NAME OF BIDDER BY: Signature / (Print Name and Title) Address t /il Kent Kangley Pedestrian Improvements/Inouye 27 October 21, 2015 Project Number: 11-3006 . BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, R.W. Scott Construction Co. as Principal, and Fidelity and Deposit Company ofMarpland as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of FivePercent(5%)of BidAmount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Kent Kangley Pedestrian improvements/Project Number: 11-3006 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shalt give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the.Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. I ' SIGNED, SEALED AND DATED THIS loth DAY OF November 2015 R. cott nst ion P NCIPAL Fid ' and De osit Com an of Maryland P Y rY S 414 1/ fer L, Snydd r,Attorney-in-Fact i Zfl Received return of deposit in the sum of $ ICent Rangley Pedestrian Inaprovements/inouye 28 October 21,2015 Projcct Number. 11-3006 i ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF'MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by GERALD F.HALEY,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Karen C. SWANSON, Jennifer L. SNYDER, Julie R. TRUITT, Jamie DIEMER, Carley ESPIRITU, Christopher KINYON,Brent E. HEILESEN and Peter J. COMFORT, all of Tacoma, Washington, EACH its true and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and aclmowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills,.Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 24th day of September,A.D. 201S. ATTEST: I ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND eesWgY �o ovosr ??.I...... ry .w. �f7 '. 1^r i 2u1 ipBe fD j Secretary Vice President Michael McKibben Gerald F.Haley State at Maryland County of Baltimore } On this 24th day of September,A.D.2015,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,GERALD F. HALEY, Vice President, and MICHAEL MCKIBBEN, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and behrg by me duty swom,deposeth and sailh, that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority slid direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. ltwnmgpr e D i ti P 4t Maria D.Adamsld,Notary Public My Commission Expires:July 8,2019 POA-F 180-2849B ',, EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8,Attorneys-in-Fact The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V, Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the s.gnature of-thePresident or a Vice President z:d the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5tb day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIM Y}VHEREOF,I have hereon o subscribed my name and affixed the corporate seals of the said Companies, this(Q_day of '? ,/_ !%� ,20 iNs""� c�ltry 101 Im wp YVOsrr rsLN:—..Lqq o Thomas O.McClellan,Vice President CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Kent Kangley Pedestrian Improvements Project Number: 11-3006 NAME OF PROJECT NAME OF BIDDER'S F NI SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER Kent Kangley Pedestrian Improvements/Inouye 29 October 21, 2015 Project Number: 11-3006 i This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER Date: Change Order No.: 1 City Project Name: Project Number: Contractor: Original Contract Date: This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. The section of the Agreement which outlines the Description of Work, is hereby modified as follows: Provide all labor, materials, and equipment necessary to: 2. The contract amount and time for performance are hereby modified as follows: Original Contract Sum, Including $ applicable alternates and WSST. Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) j I Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Original Time for Completion Working days Revised Time for Completion under -0- Working days prior Change Orders Days Required f for this Change Order -0- Working days Revised Time for Completion Working days Kent Kangley Pedestrian Improvements/Inouye 30 October 21, 2015 Project Number: 11-3006 i I i In accordance with Sections,1-04.4 and 1-04.5 of the Kent and WSDOT Standard Specifications, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest or claim it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy J. LaPorte, P.E. Its Its Public Works Director (Title) (Title) DATE: DATE: i i Kent Kangley Pedestrian Improvements/Inouye 31 October 21, 2015 Project Number: 11-3006 I BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidders Name .................... Orderof Contents................... Invitationto Bid........................... ......... ......... ......... ...............� Contractor Compliance Statement.............................................-......... � Date............................................................................................ j Have/have not participated acknowledgment............... Er .............. Signatureand address ................................................................Ea' Declaration - City of Kent Equal Employment Opportunity Policy ........L91-, Dateand signature .....................................................................19� AdministrativePolicy ...........................................................................EV Proposal.......................................................................,........................[V First line of proposal - filled in ...................................................Q7 - Unit prices are correct ................................................................G7� Minimumbid prices are correct...............................................I...C Subcontractor List (contracts over $100K) ..111/1, Subcontractorslisted properly...................:................................0 Subcontractor List contracts over 1 million Subcontractors listed properly.............. fc1.....................................GJ� Dateand signature .....................................................................� Contractor's Qualification Statement ................................................. 9/� Completeand notarized ..............................................................1121� ProposalSignature Page......................................................................EK All Addenda acknowledged .........................................................Eal�' Date, signature and address ....................................................... / BidBond Form ..................................................................................... Signature, sealed and dated .......................................................L�/ Powerof Attorney....................................................................... (Amount of bid bond shall equal 5% of the total bid amount) / CombinedDeclaration Form .................................................................f� Signature ....................................................................................191� ChangeOrder Form..............................................................................1 Bidder's Checklist ................................................................................ i The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement Is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Kent Kangley Pedestrian Improvements/Inouye 32 October 21, 2015 Project Number: 11-3006 I n I PAYMENT AND PERFORMANCE BOND r K S T TO CITY OF KENT Bond No. 09203769 r1 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, R.W. Scott Construction Co. as Principal, and Fidelity and Deposit Company of Maryland a Corporation organized and existing under the laws of the State of Maryland as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $ 574,897.45 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain r1 contract, the said contract providing for construction of Kent Kangley Pedestrian Improvements/Project Number: 11-3006 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time n set forth: t NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully I perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and I all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. r IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by r law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. I Kent Kangloy Pedestrian Improvements/Inouye 33 October 21, 2015 Project Number: 11-3o06 '. i TWO WITNESSES: R.W. Scott Construction Co. I1 PRINCIPAL (enter principal's namea BY: ��� TITLE: S/ DATE: DATE: fJ/ 7 f'_ � icy<� CORPORATE SEAL: PRINT NAME P1 ' DATE: e2 C)4— Fidelity and Deposit Company of Maryland SURETY i CORPORATE SEAL: BY: /f n DATE: J anu 1 1 '2016 i TITLE: Wifer L. Snyder, Attorney-in-Fact ADDRESS: 800 Fifth Avenue, Suite 3800 Seattle, WA 98104 CERTIFICATE AS TO CORPORATE SEAL r 1 hereby certify that I am the (Assistant) Secretary of the Corporation named as n Principal in the within Bond; that I Who signed the said bond on behalf of the Principal 0-2p of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of sa orporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY r r f + Kent Kangley Pedestrian Improvements/Inouye 34 October 21, 2015 Project Number: 11-3006 i ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland,and the FIDELITY ',....I AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by GERALD F.HALEY,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Karen C. SWANSON, Jennifer L. SNYDER, Julie R. TRUITT, Jamie DIEMER, Carley ESPIRITU, Christopher KINYON,Brent E. HEILESEN and Peter J. COMFORT, all of Tacoma,Washington, EACH its tic and lawful agent and Attorney-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents,shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 24th day of September,A.D.2015. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND Walny �o OVOS rr e G -olsu, BY Secretary Vice President Michael McKibben GeraldF Haley State of Maryland County of Baltimore On this 24th day of September,A.D.2015,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,GERALD F. HALEY, Vice President, and MICHAEL MCKIBBEN, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly swom,deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding immanent are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Scal the day and year first above written. s:'ti0ifr,�.w � ,, c.1\/ l/.fGmin�K�- '•,C'�{'l lf.riN�: Maria D.Adamski,Notary public My Commission Expires;July 8,2019 POA-F 180-2849B EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8,Attorneys-in-Fact. The Chief Executive Ofticer,the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998_ RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company,whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY,WHEREOF,I have hercupto subscribed my name and affixed the corporate seals of the said Companies, this e. day of r ptv );"",<r! ,20 dEE „P wp 0[10$ 3�_NSp sq ip 0 Thomas O.McClellan,Vice President CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and R.W. Scott Construction Co., organized under the laws of the State of Washington, located and doing business at 4005 West Valley Highway N, Suite A Auburn WA 98001 ("Contractor"). WITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: Kent Kangley Pedestrian Improvements/Project Number: 11-3006 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2014 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2014 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within seventy five (75) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. Kent Kangley Pedestrian Improvements/Inouye 35 October 21, 2015 Project Number: 11-3006 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competentjurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S � WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19,122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to 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. Kent Kangley Pedestrian Improvements/Inouye 36 October 21, 2015 Project Number: 11-3006 CITY OF KENT f BY: SU7f TTE C O E, MAYOR DATE: ATTEST AbNALD F. MO E, CtKY CLER APPROVED AS TO FORM: KENT LAW DEPARTMENT'_+ CONTRACTOR f BY: l� — PRINT NAME: �J TITLE: 6>so�l/arr/� DATE: 1,;2 Kent Kangley Pedestrian Improvements/Inouye 37 October 21, 2015 Project Number: 11-3006 EXH 1 1 T A INSURANCE REQU I REMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form CIS 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CIS 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1 . Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. Kent Kangley Pedestrian Improvements/Inouye 38 October 21, 2015 Project Number: 11-3006 HI B IT A (continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1 ,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1 . The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. E. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. Kent Kangley Pedestrian Improvements/Inouye 39 October 21, 2015 Project Number: 11-3006 EXHIBIT A (continued) G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. i I Kent Kangley Pedestrian Improvements/Inouye 40 October 21, 2015 Project Number: 1 1-3006 Client#: 108729 SCOTRW .?CORD,. CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYYI .. 09l19/2016 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 j 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(les)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 NAME, Tabitha Tomlinson _ Propel Insurance PHONE g00 199-0933 666.577.1328 �A10 Na.Ear; AIC Nol: Tacoma Commercial Insurance E•MA' ta omlinsonbitha.t r0 elinsurance.com 1201 Pacific Ave,Suite 1000 Aoorsess: _,_____. @PO P._. INSURERI9I AFFORDING COVERAGE NAICq Tacoma,WA 98402 - - -.�- INSURER A:Travelers Indemnity Company 25658 ,. INSURED INSURER a:Travelers Property Casualty Coo 25674 R.W. Scott Construction Co. INSURERC:Travelers Indemnity Company of - 19046 4005 West Valley Hwy N. INSURERD:Phoenix-Insurance Company 25623 Suite A ` --- INSURER E: Auburn,WA 98001 -- ----''"` '— INa11qER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TI IE INSURED NAMED ABOVE FOR THE POLICY PERIOD ':. INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITIONOF ANY CONTRACTOR 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 EX? LIMITS j 1NSR ALN MI POLICY NUMBER MMNDIYYY FF MMIPDnYY1 LTR TYPE OF INSURANCE LIMITS A GENERAL LIABILITY X X DTCC683891301ND15e b3ffl=15 03/31/201C EACH OCCURRENCE $1000000 XI COMMERCIAL GENERAL LIABILITY DAMA E ETED PREMSE N $300D00uue= w)_ CLAIMS-MADE a OCCUR MED EXP IAnYan r n $5 000 _ _X PD Ded$2500 PERSONAL a ADV INJURY $1,000,000 _ GENERAL AGGREGATE $2,000 D00 GENT AGGREGATE LIMIT APPLIES PER. PRODUCTS-COMPIOPAGG s2,000,000 POLICY X Pro LOC $ p AUTOMDBILELIABILITY X X DT8108B389130PHX14 3l3112015 03/311201 _L(�o�Jeap I GLELIMIT $1,000,000 X ANY AUTO BODILY INJURY(Par person) $ A O SCHEDULED BODILY INJURY IPer accident) AUTOS AUTOS $ X HREDAUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS _(Per oc 0111) _ $ B XUMBRELLALIA9 X OCCUR DTSMCUPGB369130TIL D313112015031311201 EACH OCCURRENCE $5000000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5 000 000 DED_ X RETENTION$1 O 000 __ g A WORKERS COMPENSATION —�_ WA Stop Clap ���_TORY LLIMIL OTH- _---" AND EMPLOYERS'LIABILITYEll ANY PROPRIETORIPARTNEMEXECUTIVE YIN DTC06B3891301ND15 31311201603/31/201 E.L.EACH ACCIDENT $1,000000 OFFICERIMEMBER EXCLUDED? � NIA (Mpndatoryln NH) EL.DISEASE-EA EMPLOYEE $1000,000 I! as,dascdbe antler 0-SC_RIPTION OF OPERATIONS delmv E.L.DISEASE POLICY LIMIT $1,000,000 C Leased/Rented Q76605C527307COF 3/31/2015 03/3112016 $100,000 Limit $1,000 Deductible DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Addlaoeal Remarks 9cM1edute,If mare apace le required) RE: Kent Kangley Pedestrian Improvements Project/Project Number 11-3006. The City of Kent is additional insured per the attached endorsement. CERTIFICATE HOLDER CANCELLATION i City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE j Y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 220 4th Ave S ACCORDANCE WITH THE POLICY PROVISIONS. Kent, WA 98032-5895 AUTHORIZED REPRESENTATIVE ,y 01988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 oft The ACORD name and logo are registered marks of ACORD #S20244161M2024401 TETOO 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 c) The insurance provided to the additional in- to include any person or organization that you sured does not apply to "bodily injury" or agree in a "written contract requiring insurance" "property damage" caused by "your work" to include as an additional insured on this Cover- and included in the "products-completed op- age Part, but: erations hazard" unless the "written contract j a) Only with respect to liability for"bodily injury" requiring insurance" specifically requires you "property damage" or"personal injury"and to provide such coverage for that additional insured, and then the insurance provided to '... b) If, and only to the extent that, the injury or the additional Insured applies only to such damage is caused by acts or omissions of "bodily injury" or "property damage" that oc- you or your subcontractor in the performance curs before the end of the period of time for of "your work" to which the "written contract which the "written contract requiring insur- requiring insurance" applies. The person or ante" requires you to provide such coverage organization does not qualify as an additional or the end of the policy period, whichever is insured with respect to the independent acts earlier. '... or omissions of such person or organization. 3. The insurance provided to the additional Insured 2. The insurance provided to the additional insured by this endorsement is excess over any valid and '.... by this endorsement is limited as follows: collectible "other Insurance", whether primary, L. a) In the event that the Limits of Insurance of excess, contingent or on any other basis, that is this Coverage Part shown In the Declarations available to the additional insured for a loss we exceed the limits of liability required by the cover under this endorsement. However, if the "written contract requiring insurance", the in- "written contract requiring insurance" specifically surance provided to the additional insured requires that this insurance apply on a primary shall be limited to the limits of liability re- basis or a primary and non-contributory basis, quired by that "written contract requiring in this insurance is primary to "other insurance" surance". This endorsement shall not In- available to the additional insured which covers crease the limits of insurance described in that person or organization as a named insured Section III—Limits Of Insurance. for such loss, and we will not share with that "other insurance". But the insurance provided to b) The insurance provided to the additional in- the additional Insured by this endorsement still is sured does not apply to "bodily injury", "prop- excess over any valid and collectible "other in- arty damage" or "personal injury" arising out surance", whether primary, excess, contingent or of the rendering of, or faiture to render, any on any other basis, that is available to the addi- professional architectural, engineering or sur- tional insured when that person or organization is veying services, including: an additional insured under such "other insur- 1. The preparing, approving, or failing to ante". prepare or approve, maps, shop draw- 4. As a condition of coverage provided to the Ings, opinions, reports, surveys, field or- additional insured by this endorsement: ! ders or change orders, or the preparing, approving, or failing to prepare or ap- a) The additional Insured must give us written prove,drawings and specifications; and notice as soon as practicable of an "occur- rence"Supervisory, inspection, architectural or rence" or an offense which may result in a p claim. To the extent possible, such notice engineering activities. should include: CG D2 46 08 05 ©2005 The St.Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY '... i. How, when and where the 'occurrence" any provider of"other insurance"which would or offense took place; cover the additional insured for a loss we it, The names and addresses of any injured cover under this endorsement. However, this persons and witnesses; and condition does not affect whether the insur- ance provided to the additional Insured by III. The nature and location of any injury or this endorsement is primary to 'other insur- damage arising out of the"occurrence"or ance" available to the additional insured offense. which covers that person or organization as a b) If a claim is made or "suit" is brought against named insured as described in paragraph 3. the additional insured, the additional insured above. must: 5. The following definition is added to SECTION V, I, Immediately record the specifics of the —DEFINITIONS: claim or"suit"and the date received;and "Written contract requiring insurance" means it. Notify us as soon as practicable, that part of any written contract or agreement under which you are required to include a The additional insured must see to it that we person or organization as an additional In- receive written notice of the claim or"suit"as sured on this Coverage Part, provided that soon as practicable. the "bodily injury" and "property damage" oc- c) The additional Insured must immediately curs and the "personal injury" is caused by an send us copies of all legal papers received in offense committed: connection with the claim or "suit", cooperate a. After the signing and execution of the with us in the investigation or settlement of contract or agreement by you; '.. the claim or defense against the "suit", and otherwise comply with all policy conditions. b. While that part of the contract or ' d) The additional insured must tender the de- agreement is in effect; and fense and indemnity of any claim or"suit" to c. Before the end of the policy period. i L Page 2 of 2 ©2005 The St, Paul Travelers Companies, Inc. CG D2 46 08 05 i R.W.Scott Construction Co. � DTC06B3991301ND15 '. COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT I I This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 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 this 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. Aircraft Chartered With Pilot H. Blanket Additional Insured — Lessors Of Leased B. Damage To Premises Rented To You Equipment C. Increased Supplementary Payments 1. Blanket Additional Insured — States Or Political Subdivisions—Permits D. Incidental Medical Malpractice J. Knowledge And Notice Of Occurrence Or Offense E. Who Is An Insured — Newly Acquired Or Formed K. Unintentional Omission Organizations F. Who Is An Insured — Broadened Named Insured L. Blanket Waiver Of Subrogation —Unnamed Subsidiaries M. Amended Bodily Injury Definition G. Blanket Additional Insured — Owners, Managers N. Contractual Liability—Railroads Or Lessors Of Premises PROVISIONS INJURY AND PROPERTY DAMAGE LI- A, AIRCRAFT CHARTERED WITH PILOT ABILITY: The following is added to Exclusion g., Aircraft, Exclusions c, and g. through in. do not apply to 'premises damage". Exclusion f.(1)(a) A 1 —COVERAGES — COVERAGE A BODILY IN- Auto Or Watercraft,in Paragraph of SECTION does not apply to 'premises damage" caused ' JURY AND PROPERTY DAMAGE LIABILITY: by: This exclusion does not apply to an aircraft that a. Fire; is: b. Explosion; (a) Chartered with a pilot to any insured; c. Lightning; (b) Not owned by any insured;and d. Smoke resulting from such fire,explosion, (c) Not being used to carry any person or prop- or lightning;or arty for a charge. e. Water; B. DAMAGE TO PREMISES RENTED TO YOU unless Exclusion f. of Section I—Coverage A 1. The first paragraph of the exceptions In Ex- —Bodily Injury And Property Damage Liability clusion j., Damage To Property, in Para- is replaced by another endorsement to this graph Coverage Part that has Exclusion —All Poilu- COVERAGE A BODILY INJURY AND 2. of SECTION I — COVERAGES — tion Injury Or Damage or Total Pollution Ex- PROPERTY DAMAGE LIABILITY Is deleted, cluslon in its title. 2. The following replaces the last paragraph of A separate limit of insurance applies to Paragraph 2., Exclusions, of SECTION I - premises damage' as described In Para- COVERAGES — COVERAGE A. BODILY graph 6, of SECTION III — LIMITS OF IN. SURANCE. I CG D3 16 11 11 ©2011 The Travelers Indemnity Company.All fights rasarverr. Pagel of 6 R.W.Scott Construction Co. DTC066389130IND15 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- C. INCREASED SUPPLEMENTARY PAYMENTS TION III—LIMITS OF INSURANCE: 1. The following replaces Paragraph 1.b. of Subject to 5, above, the Damage To Prem- SUPPLEMENTARY PAYMENTS — COVER- ises Rented To You Limit is the most we will AGES A AND B of SECTION 1 — COVER- pay under Coverage A for damages because AGE: of"premises damage" to any one premises, b. Up to $2,500 for the cost of ball bonds The Damage To Premises Rented To You required because of accidents or traffic Limit will apply to all "property damage" law violations arising out of the use of any proximately caused by the same "occur- vehicle to which the Bodily Injury Liability rence , whether such damage results from: Coverage applies. We do not have to fur- fire; lightning;fire;ex explosion; smoke resulting from nish these bonds. such fire, explosion, or lightning; or water, or 2_ The following replaces Paragraph 1.d. of any combination of any of these causes. SUPPLEMENTARY PAYMENTS — COVER. The Damage To Premises Rented To You AGES A AND B of SECTION I — COVER- Limit will be: AGES: a. The amount shown for the Damage To d. All reasonable expenses Incurred by the Premises Rented To You Llmlt on the insured at our request to assist us in the Declarations of this Coverage Part;or investigation or defense of the claim or b. $300,000 if no amount is shown for the "suit", including actual loss of earnings up Damage To Premises Rented To You to $500 a day because of time off from Limit on the Declarations of this Coverage work. Part. D. INCIDENTAL MEDICAL MALPRACTICE 4. The following replaces Paragraph a. of the 1. The following Is added to the definition of"oc- definition of"Insured contract" In the DEFINI- currence"in the DEFINITIONS Section: TIONS Section: "Occurrence" also means an act cr omisslon a. A contract for a lease of premises. How- committed In providing or falling to provide ever, that portion of the contract for a "Incidental medical services", first aid or lease of premises that indemnifies any "Goad Samaritan services"to a person. person or organization for "premises 2. The following is added to Paragraph 2.a.(1)of damage"is not an"insured contract"; SECTION II—WHO IS AN INSURED; S. The following is added to the DEFINITIONS Paragraph (1)(d) above does not apply to Section: "bodily injury" arising out of providing or fall- "Premises damage" means "property dam- ing to provide: age"to (1) "Incidental medical services" by any of a. Any premises while rented to you or tem- your "employees" who is a nurse practi- porarily occupied by you with permission Honer, registered nurse, licensed practical of the owner;or nurse, nurse assistant, emergency medi- b. The contents of any premises while such cal technician or paramedic; or premises Is rented to you,if you rent such (11) First aid or"Good Samaritan services" by premises for a period of seven or fewer any of your "employees" or "volunteer consecutive days. workers", other than an employed or vol- 6. The following replaces Paragraph 4.b.(1)(b) unteer doctor. Any such "employees" or of SECTION IV—COMMERCIAL GENERAL "volunteer workers" providing or failing to LIABILITY CONDITIONS: provide first old or "Good Samaritan ser- (b) That is insurance for"premises damage"; vices" during their work hours for you will or be deemed to be acting within the scope 7. Paragraph 4.1 of SECTION IV — of their employment by you or performing COMMERCIAL GENERAL LIABILITY CON- duties related to the conduct of your busi- DiTIONS is deleted. ness. I '.. Page 2 of 6 8 2011 The Travelarz Indemnity awpany.All rights reserved. CG D3 16 1111 1. R.W,Scott Construction Co. DTC0863891301ND15 COMMERCIAL GENERAL LIABILITY 3. The following is added to Paragraph 5. of 4. Any organization you newly acquire or form, SECTION III—LIMITS of INSURANCE: other than a partnership, joint venture or lim- For the purposes of determining the appllca- iced liability company, of which you are the ble Each Occurrence Limit, all related acts or sole owner or in which you maintain the ma- emissions committed in providing or failing to jority ownership Interest, will qualify as a provide "Incidental medical services", first aid Named Insured if there Is no other insurance or"Good Samaritan services"to any one per- which provides similar coverage to that Or- son will be deemed to be one"occurrence". ganization. However: 4. The following exclusion Is added to Para- a. Coverage under this provision Is afforded graph 2., Exclusions, of SECTION i--COV- only: ERAGES—COVERAGE A BODILY INJURY (1) Until the 180th day after you acquire or AND PROPERTY DAMAGE LIABILITY: form the organization or the end of the Sale Of Pharmaceuticals policy period, whichever Is earlier, if you "Bodily injury" or "property damage" arising do not report such organization In writing out of the willful violation of a penal statute or to us within 180 days after you acquire or ordinance relating to the sale of pharmaceuti- form it; or calS Committed by, or with the knowledge or (2) Until the end of the policy period, when consent of,the insured. that date is later than 180 days after you 6. The following is added to the DEFINITIONS acquire or form such organization, if you Section: report such organization in writing to us "Incidental medical services"means: within 1 a0 days after you acquire or form a. Medical, surgical,dental, laboratory,x-ray it, and we agree in writing that It will con- or nursing service or treatment, advice or time to be a Named Insured until the end instruction, or the related furnishing of of the policy period; food or beverages;or b. Coverage A does not apply to "bodily injury" b. The furnishing or dispensing of drugs or or "property damage" that occurred before medical, dental, or surgical supplies or you acquired or formed the organization;and appliances. c. Coverage B does not apply to "personal in- "Good Samaritan services" means any emer- jury" or "advertising Injury' arising out of an gency medical services for which no compen- offense committed before you acquired or salion is demanded or received. formed the organization. 6. The following is added to Paragraph 4.b., Ex- F. WHO IS AN INSURED— BROADENED NAMED cess Insurance, of SECTION IV — COM- INSURED—UNNAMED SUBSIDIARIES MERCIAL GENERAL LIABILITY CONDI. The following is added to SECTION 11 —WHO IS TIONS: AN INSURED: The insurance is excess over any valid and collectible other insurance available to the in- Any of your r limited , other than a partnership, o sured,whether primary,excess, contingent or joint venture or lmited liability company, that is on any other basis, that is available to any of not shown as a Named Insured in the Declara- your "employees" or "volunteer workers" for tions is a Named Insured if you maintain an own- "bodily Injury" that arises out of providing or ership interest of more than 60% in such subsldl- failing to provide "incidental medical ser- ary on the first day of the policy period. vices', first old or"Good Samaritan services" No such subsidiary is an insured for"bodily injury" to any person to the extent not subject to or"property damage" that occurred, or"personal Paragraph 2.a.(1) of Section 11 — Who Is An injury" or "advertising injury" caused by an of- Insured, fense committed after the date, if any, during the E. WHO IS AN INSURED — NEWLY ACQUIRED policy period, that you no longer maintain an OR FORMED ORGANIZATIONS ownership interest of more than 50°/u in such sub- The following replaces Paragraph 4,of SECTION sidiary. 11—WHO IS AN INSURED: CG 03 16 11 11 0 2011 The Travelers Indemnity Company.Al rights reserved. Page 3 of 6 �I RW.Scoft Construction Co. DTC068389130IND15 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED—OWNERS, H. BLANKET ADDITIONAL INSURED—LESSORS MANAGERS OR LESSORS OF PREMISES OF LEASED EQUIPMENT The following is added to SECTION 11 —WHO IS The following Is added to SECTION 11 —WHO IS AN INSURED: AN INSURED: Any person or organization that is a premises Any person or organization that is an equipment owner, manager or lessor and that you have lessor and that you have agreed In a written con- agreed In a written contract or agreement to in- tract or agreement to include as an insured on clude as an additional insured an this Coverage this Coverage Part is an Insured, but only with re- Part is an Insured, but only with respect to liability spect to liability for"bodily injury", "property dam- :, for 'bodily injury 'property damage", "personal age","personal injury"or"advertising injury"that: injury"or"advertising injury"that: a. Is "bodily injury" or "property damage" that a. is "bodily injury" "property damage" that occurs, or is "personal injury" or"advertising occurs, or Is "personal injury" or "advertising injury" caused by an offense that is commit- injury" caused by an offense that Is commit- ted, subsequent to the execution of that! con- led, subsequent to the execution of that con- . q tract or agreement;and tract or agreement; and b. Is caused, in whole or in part, by your acts or b. Arises out of the ownership, maintenance or u remises leased to omissions in the maintenance, operation or use of that part of any P use of equipment leased to you by such you. equipment lessor. The insurance provided to such premises owner, The insurance provided to such equipment lessor manager or lessor is subject to the following pro- Is subject to the following provisions: visions' a. The limits of insurance provided to such a. The limits of Insurance provided to such equipment lessor will be the minimum limits premises owner, manager or lessor will be which you agreed to provide in the written the minimum limits which you agreed to pro- contract or agreement, or the limits shown on vide in the written contract or agreement, or the Declarations,whichever are less. the limits shown on the Declarations, which- b. The Insurance provided to such equipment ever are less. lessor does not apply to any"bodily injury" or b. The insurance provided to such premises "property damage" that occurs, or "personal owner, manager or lessor does not apply to: injury"or"advertising injury" caused by an of- (1) Any "bodily injury" or "property damage" fense that Is committed, after the equipment that occurs, or"personal injury"or"advery lease expires. tising Injury" caused by an offense that is c. The insurance provided to such equipment committed, after you cease to be a tenant lessor Is excess over any valid and collectible in that premises;or other Insurance available to such equipment (2) Structural alterations, new construction or lessor, whether primary, excess, contingent demolition operations performed by or on or on any other basis, unless you have behalf of such premises owner, lessor or agreed in the written contract or agreement manager. that this insurance must be primary to, or c. The insurance provided to such premises non-contrlbutory with, such other insurance, owner, manager or lessor is excess over any in which case this insurance will be primary valid and collectible other insurance available to, and non-contributory with, such other In- to such premises owner, manager or lessor, surance, whether primary, excess, contingent or on I. BLANKET ADDITIONAL INSURED — STATES any other basis, unless you have agreed in OR POLITICAL SUBDIVISIONS—PERMITS the written contract or agreement that this in- The following is added to SECTION 11 —WHO IS surance must be primary to, or non- AN INSURED: contributory with, such other insurance, in which case this insurance will be primary to, Any state or political subdivision that has issued a and non-contributory with, such other insur- permit in connection with operations performed by ante. you or on your behalf and that you are required Page 4 of 6 0 2011 The Travelers Indamnity Company.All rights reserved. CG D3 16 11 11 R.W.soon Construction Co. DTCOBB3891301ND15 COMMERCIAL GENERAL LIABILITY by any ordinance, law or building code to include (it) A manager of any limited liability as an additional insured on this Coverage Pan Is company: or an Insured, but only with respect to liabllity for (iiQ An executive officer or director of "bodily injury", "property damage', "personal in- any other organization; jury"or"advertising injury" arising out of such op- that is your partner, joint venture arations. member or manager;or The Insurance provided to such state or political (b) Any "employee" authorized by such subdivision does not apply to: partnership, Joint venture, limited li- a. Any "bodily injury," "property damage," "per- ability company or other organization sonal injury" or"advertising injury" arising out to give notice of an "occurrence" or of operations performed for that State or po- offense. Iffical subdivision; or (3) Notice to us of such"occurrence"or of an lb. Any "bodily Injury" or "property damage" In- offense will be deemed to be given as cluded in the "products-completed operations soon as practicable If It is given in good hazard". faith as soon as practicable to your work- J. KNOWLEDGE AND NOTICE OF OCCUR- arsil compensation insurer. This applies RENCE OR OFFENSE only If you subsequently give notice to Us The following is added to Paragraph 2., Duties In of the"occurrence" or offense as soon as practicable after any of the persons de- The Event of Occurrence, offense, Claim or scribed in Paragraphs a. (1) or (2) above Suit, of SECTION IV — COMMERCIAL GEN- discovers that the"occurrence" or offense ERAL LIABILITY CONDITIONS: may result in sums to which the insurance 9. The following provisions apply to Paragraph provided under this Coverage Part may a, above, but only for the purposes of the in- apply, surance provided under this Coverage Part to you or any insured listed In Paragraph 1.or 2. However. if this Coverage Part includes an en- dorsement that provides limited coverage for of Section 11—Who Is An Insured: "bodily injury" or "property damage" or pollution (1) Notice to us of such "occurrence" or of- costs arising out of a discharge, release or es- fense must be given as soon as practica- Cape of"pollutants"which contains a requirement ble only after the "occurrence" or offense that the discharge, release or escape of "pollut- is known by you (if you are an individual), ants" must be reported to us within a specific any of your partners or members who is number of days after its abrupt commencement, an Individual (if you are a partnership or this Paragraph e. does not affect that require- joint venture), any of your managers who ment, is an individual (if you are a limited liability K. UNINTENTIONAL OMISSION company), any of your "executive offi- cers" or directors (if you are an organiza- The following is added to Paragraph 6., RePre- tion other than a partnership,joint venture sentations, of SECTION IV — COMMERCIAL or limited liability company) or any "em- GENERAL LIABILITY CONDITIONS: ployee" authorized by you to give notice The unintentional emission of, or unintentional at an"occurrence"or offense. error in, any information provided by you which (2) If you are a partnership, joint venture or we railed upon in issuing this policy will not preju- limited liability company,and none of your dice your rights under this Insurance. However, partners, joint venture members or man- this provision does not affect our right to collect agers are Individuals, notice to us of such additional premium or to exercise our rights of "occurrence" or offense must be given as cancellation or nonrenewal in accordance with soon as practicable only after the"occur- applicable Insurance laws or regulations. rence"or offense Is known by: L. BLANKET WAIVER OF SUBROGATION (a) Any individual who is: The following is added to Paragraph Ill., Transfer (i) A partner or member of any part- Of Rights Of Recovery Against Others To Us, of SECTION IV—COMMERCIAL GENERAL LI- ABILITY CONDITIONS; CG D3 16 11 11 Q 2011 The Travelers Indemnity Company.All rights reserved. Page 5 of 6 R.W.Scott Construction Co. DTC06B3691301ND15 COMMERCIAL GENERAL LIABILITY If the insured has agreed In a contract or agree- 3. "Bodily injury" means bodily Injury, mental ment to waive that Insured's right of recovery anguish,mental injury,shock,fright, disability, against any person or organization, we waive our humiliation, sickness or disease sustained by right of recovery against such person or organiza- a person, Including death resulting from any ticn,but only for payments we make because of: of these at any time, a. "Bodily injury or "property damage" that oc- N. CONTRACTUAL LIABILITY—RAILROADS curs;or 1. The following replaces Paragraph c, of the b. "Personal injury" or "advertising Injury" definition of"insured contract" in the DEFINI- caused by an offense Section: ense that Is committed; i, subsequent to the execution of that contract or c. Any easement cr license agreement; agreement. 2. Paragraph f.(1) of the definition of "Insured M, AMENDED BODILY INJURY DEFINITION contract" In the DEFINITIONS Section is de- leted. The following replaces the definition of "bodily Injury"in the DEFINITIONS Section: ' III Page 6 of 6 O 2011 The Travelers Indemnity Company.All rlghlo reserved. CG D3 16 11 11 i R.W.Scott Construction Co. 03/31/2015 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT I This endorsement modifies insurance provided under the roliowingi COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project Designated Project(s): General Aggregate(s)I ANY DESIGNATED PROJECT(S) YOU ARE REQUIRED $GENERAL AGGREGATE TO INCLUDE A DESIGNATED PROJECT(S) GENERAL LIMIT SHOWN ON THE AGGREGATE LIMIT COVERAGE ON THIS POLICY BY A DECLARATIONS WRITTEN CONTRACT OR WRITTEN AGREEMENT IN EFFECT DURING THIS POLICY PERIOD AND SIGNED AND EXECUTED BY YOU PRIOR TO THE LOSS FOR WHICH COVERAGE IS SOUGHT. I I A. For all sums which the insured becomes legally 3. Any payments made under COVERAGE A. obtigaled to pay as damages caused by "occur- for damages or under COVERAGE C. for rences" under COVERAGE A. (SECTION 1), and medical expenses shalt reduce the Oesig- for all medical expenses caused by accidents on- noted Project General Aggregate Limit for der COVERAGE C (SECTION 1), which can be that designated "projed". Such payments attributed only to operations at a single desig- shall not reduce the General Aggregate Limit noted "project"shown in the Schedule above: shown in the Declarations nor shall they re- 1. A separate Designated Project General Ag- duce any other Designated Project General 2 gregate Limit applies to each designated "pro. Aggregate Limit for any other designated ject", and that limit is equal to the amount of "project"shown In the Schedule above. the General Aggregate Limit shown in the 4. The limits shown in the Declarations for Each Declarations, unless separate Designated Occurrence, Damage To Premises Rented Project General Aggregates) are sched- To You and Medical Expense continue to _M=� tiled above. apply. However, instead of being subject to 2. The Designated Project General Aggregate the General Aggregate Limit shown in the Limit is the most we will pay for the sum of all Declarations, such limits will be subject to the damages under COVERAGE A., except applicable Designated Project General Ag- damages because of "bodily Injury" or "prop- gregate Limit. erty damage" included in the "products- S. For all sums which the Insured becomes legally completed operations hazard", and for medi• obligated to pay as damages caused by "occur- cal expenses under COVERAGE C, regard- rences" under COVERAGE A. (SECTION 1), and V less of the number of: for all medical expenses caused by accidents un- a. Insureds; der COVERAGE C. (SECTION 1), which cannot b. Claims made or"suits" brought;or be attributed only to operations at a single desig- nated "project"shown in the Schedule above: c. Persons or organizations making claims or bringing "suits". CG 02 11 01 04 Copyright,The Travelers Indemnity Company,2004 Page 1 of 2 UIL"Tf i R.W.Scott Construction Co. 03/31/2015 COMMERCIAL GENERAL LIABILITY 1. Any payments made under COVERAGE A. vlded, any payments for damages because of for damages or under COVERAGE C. for "bodily injury" or "property damage" included in medical expenses shall reduce the amount the "products-completed operations hazard" will available under the General Aggregate Limit reduce the Products-Completed Operations Ag- or the Products-Completed Operations Ag- gregate Limit, and not reduce the General Aggre. gregate Limit, whichever is applicable; and gate Limit nor the Designated Project General 2. Such payments shall not reduce any Desig- Aggregate Limit. nated Project General Aggregate Limit, E. For the purposes of this endorsement the Deffni- C, Part 2. of SECTION III—LIMITS OF INSURANCE tions Section is emended by the addition of the is deleted and replaced by the following; following definition: 2. The General Aggregate Limit is the most we "Project" means an area away horn premises will pay for the sum of: owned by or rented to you at which you are per- forming operations pursuant to a contract or a. Damages under Coverage B; and agreement. For the purposes of determining the b. Damages from "occurrences" under applicable aggregate limit of insurance, each COVERAGE A (SECTION I) and for all "project" that includes premises involving the medical expenses caused by accidents same or connecting lots, or premises whose con- under COVERAGE C (SECTION I)which neclion is interrupted only by a street, roadway, cannot be attributed only to operations at waterway or right-of-way of a railroad shall be a single designated"project"shown in the considered a single "project". SCHEDULE above. F. The provisions of SECTION III — LIMITS OF 0. When coverage for liability arising out of the INSURANCE not otherwise modified by this en- "products-completed operations hazard" is pro- dorsement shall continue to apply as stipulated. Page 2 of 2 Copyright,The Travelers Indemnity Company, 2004 CG D2 11 01 04 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 an- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE— LOSS OF B. BLANKET ADDITIONAL INSURED USE—INCREASED LIMIT I. PHYSICAL DAMAGE — TRANSPORTATION C. EMPLOYEE HIRED AUTO EXPENSES—INCREASED LIMIT D. EMPLOYEES AS INSURED J. PERSONAL PROPERTY E. SUPPLEMENTARY PAYMENTS — INCREASED K. AIRBAGS LIMITS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR F. HIRED AUTO — LIMITED WORLDWIDE COV- LOSS ERAGE— INDEMNITY BASIS M. BLANKET WAIVER OF SUBROGATION G. WAIVER OF DEDUCTIBLE—GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED this insurance applies and only to the extent that The following is added to Paragraph A.1., Who Is person or organization qualifies as an "insured" An Insured, of SECTION II —COVERED AUTOS under the Who Is An Insured provision contained LIABILITY COVERAGE: n Section II. II, Any organization you newly acquire or farm dur- C. EMPLOYEE HIRED AUTO ing the policy period over which you maintain 1. The following is added to Paragraph A.1., li 50% or more ownership interest and that is not Who Is An Insured, of SECTION II — COV- separately insured for Business Auto Coverage. EREDAUTOS LIABILITY COVERAGE: Coverage under this provision is afforded only un- An "employee" of yours is an "insured" while til the 180th day after you acquire or form the or- operating an "auto" hired or rented under a ganization or the end of the policy period, which- contract or agreement In an "employee's" ever is earlier. name, with your permission, while performing duties related to the conduct of your busi- B. BLANKET ADDITIONAL INSURED ness. The following is added to Paragraph c, in A.1., 2. The following replaces Paragraph b. in B.5„ Who Is An Insured, of SECTION ll —COVERED Other Insurance, of SECTION IV — BUSI- AUTOS LIABILITY COVERAGE: NESS AUTO CONDITIONS; Any person or organization who is required under b. For Hired Auto Physical Damage Cover- a written contract or agreement between you and age, the following are deemed to be cov- that person or organization, that is signed and ered "autos"you own: executed by you before the "bodily injury" or (1) Any covered "auto" you lease, hire, "property damage" occurs and that is in effect rent or borrow; and during the policy period, to be named as an addi- (2) Any covered "auto" hired or rented by tional insured is an "insured" for Covered Autos your "employee" under a contract in Liability Coverage, but only for damages to which an "employee`s" name, with your CA T3 53 02 15 (02015 The Travelers Indemnity Company.All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office,Inc.with its permission. i COMMERCIAL AUTO permission, while performing duties (a) With respect to any claim made or "suit" 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 sured"against, and investigate orset- tle any such claim or "suit" and keep The following 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. E. SUPPLEMENTARY PAYMENTS — INCREASED (iii) We may, at our discretion, participate in defending the "insured against, or LIMITS in the settlement of, any claim or 1. The following replaces Paragraph A.2.a.(2), "suit". of SECTION II— COVERED AUTOS LIABIL- (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 "bodlly 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 of SECTION II — COVERED AUTOS LIABIL- SECTION II — COVERED AUTOS 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 of the "insured" against any such F. HIRED AUTO — LIMITED WORLDWIDE COV- "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 11 — 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 ritories and possessions, Puerto Rico and (if you are a limited liability company) or Canada. members of their households. i Page 2 of 4 Q 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 i i You agree to maintain all required or (2) In or on your covered "auto', compulsory insurance in any such coun- This coverage applies only in the event of a total try up to the minimum limits required by theft of your covered "auto local law. Your failure to comply with No deductibles apply to this Personal Property compulsory insurance requirements will not invalidate the coverage afforded by coverage. this policy, but we will only be liable to the K. AIRBAGS same extent we would have been liable The following is added to Paragraph B.3., Exclu- had you complied with the compulsory in- sions, of SECTION III — PHYSICAL DAMAGE surance requirements. COVERAGE: (d) It is understood that we are not an admit- Exclusion 3.a. does not apply to "loss" to one or ted or authorized insurer outside the more airbags in a covered "auto" you own that in- United States of America, its territories flate due to a cause other than a cause of 'loss" and possessions, Puerto Rico and Can- set forth in Paragraphs A.1.b. and A.1.c., but ada. We assume no responsibility for the only: furnishing of certificates of insurance, or a. If that "auto" is a covered "auto" for Compre- for compliance in any way with the laws hensive Coverage under this policy; of other countries relating to insurance. b. The airbags are not covered under any war- G. WAIVER OF DEDUCTIBLE—GLASS ranty; and The following is added to Paragraph D., Deducti- c. The airbags were not intentionally inflated. ble, of SECTION III — PHYSICAL DAMAGE We will pay up to a maximum of $1,000 for any COVERAGE: one "lass". No deductible for a covered "auto' will apply to L. NOTICE AND KNOWLEDGE OF ACCIDENT OR glass damage if the glass is repaired rather than LOSS replaced. The following is added to Paragraph A.2.a., of H. HIRED AUTO PHYSICAL DAMAGE— LOSS OF SECTION IV—BUSINESS AUTO CONDITIONS: USE—INCREASED LIMIT Your duty to give us or our authorized represents- The following replaces the last sentence of Para- five prompt notice of the "accident" or "loss" ap- graph A.4.b., Loss Of Use Expenses, of SEC- plies only when the "accident' or "loss" is known TION III— PHYSICAL DAMAGE COVERAGE: to: However, the most we will pay for any expenses (a) You (if you are an individual); for loss of use is $65 per day, to a maximum of (b) A partner(if you are a partnership), $750 for any one "accident". (c) A member (if you are a limited liability com- I. PHYSICAL DAMAGE — TRANSPORTATION pany), EXPENSES —INCREASED LIMIT (d) An executive officer, director or insurance The following replaces the first sentence in Para- manager(if you are a corporation or other or- graph AA.a., Transportation Expenses, of ganization); or SECTION III — PHYSICAL DAMAGE COVER- (e) Any "employee" authorized by you to give no- AGE: tice of the "accident" or"loss", We will pay up to $50 per day to a maximum of M. BLANKET WAIVER OF SUBROGATION $1,500 for temporary transportation expense in- The following replaces Paragraph A.5., Transfer curred by you because of the total theft of a cov- Of Rights Of Recovery Against Others To Us, ered "auto'of the private passenger type. of SECTION IV — BUSINESS AUTO CONDI- J. PERSONAL PROPERTY TIONS: The following is added to Paragraph A.4„ Cover- 5. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any right of recovery we may have Personal Property against any person or organization to the ex- tent required of you by a written contract We will pay up to $400 for loss" to wearing ap- signed and executed prior to any "accident" parel and other personal property which is: or"loss", provided that the"accident" or"loss" (1) Owned by an "insured", and arises out of operations contemplated by CA T3 53 02 15 ©2015 The Travelers Indemnity Company.All rights reserved. Page 3 of 4 Includes copyrighted material or Insurance Services Office,Inc.with Its permisslon. COMMERCIAL AUTO such contract. The waiver applies only to the The unintentional omission of, or unintentional person or organization designated In such error in, any information given by you shall not contract, prejudice your rights under this insurance. How- N. UNINTENTIONAL ERRORS OR OMISSIONS everthis provision does not affect our right to col- The following is added to Paragraph B.2., Con- lect additional premium or exercise our right of cealment, Misrepresentation, Or Fraud, of cancellation or non-renewal. SECTION IV— BUSINESS AUTO CONDITIONS: Page 4 of 4 ®2016 The Travelers Indemnity Company-All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office,Inc,with its permission. i ill TRAVELERS J� One Tower Square, Hartford, Connecticut 06183 TRAVELERS CORP. TEL! 1-800-328-2189 STREET & ROAD CONTRACTORS COMMON POLICY DECLARATIONS ISSUE DATE: 04/04/14 POLICY NUMBER: DT-CO-6B389130-IND-14 INSURING COMPANY: THE TRAVELERS INDEMNITY COMPANY 1. NAMED INSURED AND MAILING ADDRESS: R.N. SCOTT CONSTRUCTION CO. SCOTT SALES, LLC j 4005 WEST VALLEY HWY N. AUBURN, WA 98001 2. POLICY PERIOD: From 03/31/14 to 03/31/15 12:01 A.M. Standard Time at your mailing address. 3. LOCATIONS Premises Bldg. Loc. No. No. Occupancy Address SEE IL TO 03 4. COVERAGE PARTS FORMING PART OF THIS POLICY AND INSURING COMPANIES: COMMERCIAL GENERAL LIABILITY COV PART DECLARATIONS CG TO 01 11 03 IND EMPLOYEE BENEFITS LIABILITY COV PART DECLARATIONS CG TO 09 09 93 IND 5. NUMBERS OF FORMS AND ENDORSEMENTS FORMING A PART OF THIS POLICY: SEE IL T8 01 10 93 6. SUPPLEMENTAL POLICIES: Each of the following is a separate policy containing its complete provisions: Policy Policy No. Insuring Company DIRECT BILLI'I 7. PREMIUM SUMMARY: Provisional Premium Due at Inception $ Due at Each $ NAME AND ADDRESS OF AGENT OR BROKER: COUNTERSIGNED BY: PROPEL INSURANCE-TAC (F1691) PO BOX 2940 TACOMA, WA 984012940 Authorized Representative DATE: '.. IL TO 02 11 89(REV, 09-07) PAGE 1 OF 1 OFFICE: SEATTLE i Adlbk TRAVELERSJ POLICY NUMBER; DT-CO-63389130-IND-14 EFFECTIVE DATE: 03-31-14 ISSUE DATE: 04-04-14 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS THIS LISTING SHOWS THE NUMBER OF FORMS, SCHEDULES AND ENDORSEMENTS BY LINE OF BUSINESS. IL TO 02 11 89 COMMON POLICY DECLARATIONS IL T8 01 10 93 FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS IL TO 05 06 10 COMMON POLICY CONDITIONS-WASHINGTON IL TO 03 04 96 LOCATION SCHEDULE GENERAL LIABILITY - CONTRACTORS CG TO 01 11 03 COML GENERAL LIABILITY COV PART DEC CG F3 07 11 08 DEDUCTIBLE LIAB INSURANCE - WASHINGTON CG TO 07 09 87 DECLARATIONS PREMIUM SCHEDULE CO TO 08 11 03 KEY TO DECLARATIONS PREMIUM SCHEDULE CG TO 34 11 03 TABLE OF CONTENTS CG 00 01 10 01 COMMERCIAL GENERAL LIABILITY COV FORM CG D3 73 11 05 ADD'L INSURED,OWNERS,LESSEES,CONTRACTORS CG D4 20 07 08 AMEND OTHER INS COND MEAN OTHER INS/INSR CG D4 71 02 09 AMEND COVERAGE B - PERS & ADV INJURY CG 20 10 10 01 ADDL INSD-OWNER/LESSEE/CONTRACTOR B CG 21 70 01 08 CAP ON LOSSES-CERTIFIED ACTS-TERRORISM GN O1 13 11 03 EMPLOYERS OVERHEAD LIABILITY CG D2 03 12 97 AMEND-NON CUMULATION OF EACH OCC CG D2 11 01 04 DESIGNATED PROJECT(S) GEN AGGR LIMIT CG D2 46 08 05 BLANKET ADDITIONAL INSURED (CONTRACTORS) CG D3 16 11 11 CONTRACTORS XTEND ENDORSEMENT CG D2 93 11 03 EXCL-CONSTRUCT MANAGE ERRORS & OMISSIONS CG D3 22 01 04 EXCLUSION-SUITS BY ONE NAMED INSURED CG D3 26 10 11 EXCLUSION - UNSOLICITED COMMUNICATION CG D3 56 01 05 MOBILE EQUIP/EXCL VEHICLES SUB TO MV LAW CG D3 91 08 13 EXCL-PROD SUBJ TO WRAP-UP-LTD EXCEPTIONS CG D4 21 07 08 AMEND CONTRAC LIAR EXCL-EXC TO NAMED INS CG D5 46 10 11 EXCL - ARCHITECT/ENG/SURVEY PROF SERV CG D6 18 10 11 EXCL-VIOLATION OF CONSUMER FIN PROT LAWS CG DO 76 06 93 EXCLUSION-LEAD CG D1 42 01 99 EXCLUSION-DISCRIMINATION CG D1 73 11 03 AMEND-POLL EXCL-INCL LTD COV POLL COSTS CG D2 04 06 01 EXCL-EXTERIOR INSULATION & FINISH SYSTEM CG D2 40 06 01 EXCLUSION - SILICA j CG F2 45 07 02 EXCLUSION - WAR - WASHINGTON CG T4 78 02 90 EXCLUSION-ASBESTOS CG T4 81 11 88 EXC-HAZARD-CONNECTED DESIGNATE➢ EXPOSURE CG F2 66 11 03 WA CHANGES EMPLOY RELATED PRACTICES EXCL CG F4 66 01 OB WASHINGTON CHANGES-WHO IS AN INSURED CG F2 41 05 02 WASHINGTON - FUNGI OR BACTERIA EXCLUSION CG TO 09 09 93 EMPLOYEE BENEFITS LIAR COV PART DEC ',.. CG TO 43 11 88 EMPLOYEE BENEFITS LIAB TABLE OF CONTENTS CG T1 01 07 86 EMPLOYEE BENEFITS LIABILITY COV FORM '..... IL T8 01 10 93 PAGE: 1 OF 2 AWW TRAVELERSJ POLICY NUMBER: DT-CO-68389130-IND-14 EFFECTIVE DATE: 03-31-14 ISSUE DATE: 04-04-14 GENERAL LIABILITY - CONTRACTORS (CONTINUED) CG TS 30 06 89 AMENDMENT-EBL CG DO 38 03 95 EXCLUSION-IRC VIOLATIONS CG T4 85 11 8B ADDITIONAL EXCLUSION-EBL '.. INTERLINS ENDORSEMENTS IL T3 68 05 10 FEDERAL TERRORISM RISK INS ACT DISCLOSE IL T3 76 10 10 CAP ON LOSSES CERTIFIED ACT OF TERRORISM IL 01 98 09 08 NUCLEAR ENERGY LIABILITY EXCLUSION IL T8 01 10 93 PAGE: 2 OF 2 Aftk 1 RAVELERSJ One Tower Square, Hartford, Connecticut 06183 TRAVELERS CORP. TEL: 1-800-328-2189 COMMON POLICY DECLARATIONS ISSUE DATE: 04/15/15 POLICY NUMBER: DT-810-6B389130-PHX-15 INSURING COMPANY: THE PHOENIX INSURANCE COMPANY 1. NAMED INSURED AND MAILING ADDRESS: R.W. SCOTT CONSTRUCTION CO. '.. SCOTT SALES, LLC 4005 WEST VALLEY HWY N. ',. AUBURN, WA 98001 2. POLICY PERIOD: From 03/31/15 to 03/31/16 12:01 A.M. Standard Time at your mailing address. '.... 3. LOCATIONS Premises Bldg. Loc. No. No. Occupancy Address 4. COVERAGE PARTS FORMING PART OF THIS POLICY AND INSURING COMPANIES: COMMERCIAL AUTOMOBILE COV PART DECLARATIONS CA TO 01 02 07 PHX 5. NUMBERS OF FORMS AND ENDORSEMENTS FORMING A PART OF THIS POLICY: SEE IL T8 01 10 93 I 6. SUPPLEMENTAL POLICIES: Each of the following is a separate policy containing its complete provisions: Policy Policy No. Insuring Company SEE CALCULATION OF PREMIUM COMPOSITE RATES ENDORSEMENT 7. PREMIUM SUMMARY: Provisional Premium $ Due at Inception $ Due at Each $ SEE IL TO 30 NAME AND ADDRESS OF AGENT OR BROKER: COUNTERSIGNED BY: PROPEL INSURANCE-TAC (F1691) P 0 BOX 2940 TACOMA, WA 98402 Authorized Representative i DATE: I IL TO 02 11 89(REV. 09-07) PAGE 1 OF 1 OFFICE: SEATTLE i I i TRAVELERSJ POLICY NUMBER: DT-810-6B389130-PHX-15 ! EFFECTIVE DATE: 03-31-15 L. ISSUE DATE: 04-15-15 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS THIS LISTING SHOWS THE NUMBER OF FORMS, SCHEDULES AND ENDORSEMENTS BY LINE OF BUSINESS, IL TO 02 11 B9 COMMON POLICY DECLARATIONS IL T8 01 10 93 FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS IL TO 05 06 10 COMMON POLICY CONDITIONS-WASHINGTON IL TO 30 12 90 NON-STANDARD PAYMENT SCHEDULE IL T3 02 07 B6 CALCULATION OF PREMIUM-COMPOSITE RATE(S) IL TO 25 GENERAL PURPOSE ENDORSEMENT COMMERCIAL AUTOMOBILE CA TO 01 02 15 BUSINESS AUTO COV PART ITEMS 1, 2 CA TO 03 02 15 HA COVERAGE PART DECS (ITEMS 4 & 5) CA T3 95 04 06 DEDUCTIBLE COVERAGE CA TO 30 02 15 BA/AD/MC COV PART BCH-ITEM 2-UM & VIM CA TO 31 02 15 TABLE OF CONTENTS-BUSINESS AUTO COV FORM CA 00 01 10 13 BUSINESS AUTO POLICY MCS 90 END FOR MC POL OF INS FOR PUBLIC LIAR '.. CA T4 59 02 15 AMENDMENT OF EMPLOYEE DEFINITION CA 01 35 10 13 WASHINGTON CHANGES CA 20 01 10 13 LESSOR - ADDL INSURED AND LOSS PAYEE CA 21 34 10 13 WA UNDERINSURED MOTORISTS COVERAGE CA 99 03 10 13 AUTO MEDICAL PAYMENTS COVERAGE CA 99 48 10 13 POLL LIAB-BUS AUTO/MOTOR CARRIER COV FRM CA T3 53 02 15 BUSINESS AUTO EXTENSION ENDORSEMENT 18230 UNIFORM MOTOR CARRIER END-18230- FORM F CA TO 00 POLLUTION LIABILITY INTERLINE ENDORSEMENTS IL 01 23 11 13 WASHINGTON CHANGES - DEFENSE COSTS IL 01 98 09 08 NUCLEAR ENERGY LIABILITY EXCLUSION '... IL TO 10 12 86 LENDER'S CERTIFICATE OF INS FORM A IL TO 01 10 93 PAGE; 1 OF 1 TRAVELERS J One Tower Square, Hartford, Connecticut 06183 ',. POLICY DECLARATIONS POLICY NO.: DTSM-CUP-6B389130-TIL-14 COMMERCIAL EXCESS LIABILITY ISSUE DATE:04-07-14 (UMBRELLA) INSURANCE POLICY INSURING COMPANY: TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA 1. NAMED INSURED AND MAILING ADDRESS: THIS POLICY DOES NOT R.W. SCOTT CONSTRUCTION CO. RISR LIABILITY ARI SCOTT SALES, LLC ASING OUT OF 4005 WEST VALLEY HWY N. SEE MATERIAL .. ENDONDORSBMSNT AUBURN WA 98001 UM 01 96 07 96 ''.. 2. THE NAMED INSURED IS A: '............ XX CORPORATION SOLE PROPRIETOR ❑ PARTNERSHIP OR JOINT VENTURE [] OTHER 3. POLICY PERIOD: From 03-31-14 to 03-31-15 12:01 A.M. Standard Time at your mailing address. 4. PREMIUM: * Q Flat Charge ❑ Adjustable(See premium schedule) * DIRECT BILL 5. LIMITS OF INSURANCE: COVERAGES LIMITS OF LIABILITY AGGREGATE LIMITS OF LIABILITY 51000,000 Products/Completed Operations Aggregate 5,000,000 General Aggregate COVERAGE A-Bodily Iniury and 51000,000 any one occurrence subject to the Products/ Property bDamage Completed Operations and the General Liability Aggregate Limits COVERAGE B-Personal and 5,000,000 any one person or organization subject to Advertising Injury the General Aggregate Limit of Liability '.. Liability RETAINED LIMIT 10,000 any one occurrence or offense 6. SCHEDULE OF UNDERLYING INSURANCE: POLICY LIMITS (000 omitted) COVERAGE COMPANY SEE ENDORSEMENT CG DO 23 04 96 '.. 7. On the effective date shown In Item 3, the Commercial Excess Liability (Umbrella) Insurance Policy numbered above Includes this Declarations Page and the Policy Jacket(Form UM OD 76 which contains the Nuclear Energy Liability Exclusion)and any endorsements listed hereafter: SEE END. IL TO O1 01 01 NAME AND ADDRESS OF AGENT OR BROKER: COUNTERSIGNED BY: PROPEL INSURANCE-TAC P1691 PO BOX 2940 Authorized Representative TACOMA WA 98401-2940 DATE: CG TO 14 04 96 Page 1 of 1 OFFICE: SEATTLE POLICY NUMBER: DTBM-CUP-0389130-TIL-14 EFFECTIVE DATE: 03-31-14 ISSUE DATE: 04-07-14 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS THIS LISTING SHOWS THE NUMBER OF FORMS, SCHEDULES AND ENDORSEMENTS BY LINE OF BUSINESS. CG TO 14 04 96 COML EXCESS LIABILITY (UMBRELLA) DEC '.. IL T8 01 01 01 FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS UMBRELLA / EXCESS '! CG DO 23 04 96 UNDERLYING POLICIES AND LIMITS END UM 00 01 11 03 COML EXCESS LIAB (UMBRELLA) INSURANCE '.. UM 03 81 01 08 CAP ON LOSSES-CHAT ACTS OF TERRORISM '... UM 03 92 11 03 EMPLOYERS LIABILITY-FOLLOWING FORM UM 04 04 11 03 AMDMT OF COV-ADVRTSING INJURY AND PROPER UM 04 69 04 08 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY UM 04 75 07 08 AMEND DEF CLAIMS OR SUITS-REAS EXP INCUR '.. UM 04 77 07 08 AMEND OF DUTIES IN EVENT OF OCCURRENCE UM 04 79 07 08 AMEND OTHER INS COND MEAN OTHER INS/INSR UM 05 11 02 09 AMEND OF COVERAGE B - PI AND Al LIAR UM 06 03 11 10 CRISIS MANAGEMENT SERVICES EXPENSES CO TO 00 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY UM 00 94 08 86 AMENDMENT OF COVERAGE-NAMED INSURED UM 01 52 11 03 EMPLOYEE BENEFITS LIABILITY UM 00 30 03 12 AMEND OF DMG TO PROP EXCL - CONTRACTORS UN 00 76 01 86 NUCLEAR ENERGY LIAB SXCL ENDT(BROAD FORM UM 01 16 11 03 EXCL-CONST MGMT ERRORS AND OMISSIONS UN 01 66 08 91 EXCL-LEAD INCL PRODUCTS-COMPLETED OPS HA UM 01 96 07 96 EXCLUSION-ASBESTOS ON 02 07 07 96 EXCL-ALL HAZARDS IN CONNECTION WITH A DE UM 02 55 11 03 AMENDMENT-AIRCRAFT/WATERCRAFT ON 03 24 02 01 EXCL-EXTERIOR INSULATION AND FINISH SYST UM 03 60 06 01 EXCLUSION SILICA UM 03 72 05 02 WASHINGTON - FUNGI OR BACTERIA EXCLUSION UM 03 76 07 02 WAR EXCLUSION - WASHINGTON UM 04 09 01 04 EXCL-SUITS BY ONE NAMD INS AGNST ANOTHER UM 04 15 10 11 EXCLUSION - UNSOLICITED COMMUNICATIONS UM 04 56 08 13 EXCL-ALL PROJ SUBJ TO WRAP-UP-LTD EXCEPT UM 05 30 03 09 EXCLUSION - DISCRIMINATION UM 05 65 12 09 EXCL - ARCHITECT/ENGINEER/SURV PROP SERV UM 06 09 10 11 EXCL - VIOLATION CONSUMER FIN PROT LAWS UM 00 98 11 03 WASHINGTON AMENDATORY ENDORSEMENT INTERLINE ENDORSEMENTS IL T3 68 05 10 FEDERAL TERRORISM RISK INS ACT DISCLOSE I IL TB 01 0101 PAGE: 1 OF 1 UMBRELLA POLICY NUMBER: DTSM-CUP-611389130-TIL-14 ISSUE DATE: 04-07-14 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. SCHEDULE OF UNDERLYING INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY (UMBRELLA) INSURANCE Item 6 of the Declarations to include: '.. POLICY LIMITS (000 OMITTED) COVERAGE COMPANY CO 6B389130 14 1000 EACH OCCURRENCE CGL IND 1000 EACH PERSON OR ORG 2000 GEN. AGG. 2000 PROD/COMP OPS AGO. CO 613389130 14 2000 AGGREGATE LIMIT EBL IND 10DO EACH EMPLOYEE LIMIT 810 6B389130 14 1000 CSL HAP PHX THE POLICIES SHOWN ABOVE ARE ISSUED IN ONE OR MORE OF THE TRAVELERS COMPANIES. THE ABOVE COMPANY(S) TRANSLATES AS FOLLOWS, IND: THE TRAVELERS INDEMNITY COMPANY PHX: THE PHOENIX INSURANCE COMPANY (If you have any employee exposure in the State of New York, the Employers Liability Limits are applicable only to bodily injury to your 1'non-subject employees" as defined under Rule VIII - Limits of Liability, A.2., of the WC/EL Manual of the State 01! New York) i PRODUCER: PROPEL INSURANCE-TAC OFFICE: SEATTLE 199 ! CG DO 23 04 96 Page 1 of 1 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1-01 Definitions and Terms...................................................... 1-1 1 -02 Bid Procedures and Conditions.......................................... 1-2 1-03 Award and Execution of Contract....................................... 1-5 1-04 Scope of the Work .......................................................... 1-6 1-05 Control of Work .............................................................. 1-8 1-06 Control of Material .......................................................... 1-15 1-07 Legal Relations and Responsibilities to the Public................. 1 -18 1-08 Prosecution and Progress ................................................. 1 -22 1-09 Measurement and Payment .............................................. 1-26 1-10 Temporary Traffic Control ................................................ 1 -28 DIVISION 2 EARTHWORK.......................................................... 2-1 2-01 Clearing, Grubbing, and Roadside Cleanup ......................... 2-1 2-02 Removal of Structures and Obstructions..................... ....... 2-1 2-03 Roadway Excavation and Embankment .............................. 2-5 2-06 Subgrade Preparation ...................................................... 2-6 2-07 Watering ....................................................................... 2-6 DIVISION 4 BASES.................................................................... 4-1 4-04 Ballast and Crushed Surfacing .......................................... 4-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-04 Hot Mix Asphalt .............................................................. 5-1 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS............... 7-1 7-04 Storm Sewers ................................................................ 7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells...................... 7-2 7-08 General Pipe Installation Requirements ...... ........ 7-7 7-12 Valves for Water Mains .................................................... 7-12 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-02 Roadside Restoration....................................................... 8-9 8-04 Curbs, Gutters, and Spillways........................................... 8-13 8-09 Raised Pavement Markers ................................................ 8-13 8-12 Chain Link Fence and Wire Fence ...................................... 8-15 8-14 Cement Concrete Sidewalks ..............................-............. 8-16 8-18 Mailbox Support ............................................................. 8-17 8-20 Illumination, Traffic Signal Systems, and Electrical .............. 8-18 8-21 Permanent Signing.......................................................... 8-23 8-22 Pavement Marking .......................................................... 8-24 8-23 Temporary Pavement Markings......................................... 8-26 Kent Kangley Pedestrian Improvements/Inouye October 21, 2015 Project Number: 11-3006 KENT SPEC I AL PROV I S I ONS TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-24 Rock Wall ...................................................................... 8-27 8-28 Pothole Utilities .............................................................. 8-28 8-30 Project Signs.................................................................. 8-29 DIVISION 9 MATERIALS............................................................ 9-1 9-03 Aggregates .................................................................... 9-1 9-13 Riprap, Quarry Spalls, Slope Protection, and Rock For Erosion and Scour Protection and Rock Walls ...................... 9-3 9-14 Erosion Control and Roadside Planting ............................... 9-3 9-16 Fence and Guardrail ........................................................ 9-6 9-28 Signing Materials and Fabrication ...................................... 9-7 9-29 Illumination, Signal, Electrical........................................... 9-8 KENT STANDARD PLANS ................................................................. A-1 WSDOT STANDARD PLANS.............................................................. A-2 PREVAILING WAGE RATES.............................................................. A-3 Kent Kangley Pedestrian Improvements/Inouye October 21, 2015 Project Number: 11-3006 i i � . i SPECIALKENT PROVISIONS I The following Kent Special Provisions ("Kent Special Provisions") modify and supersede any conflicting provisions of the 2014 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to the particular work and may include references which do not apply to this particular project. D I V I S I ON 1 - GENERAL REQU I REMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01 ," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: Kent Kangley Pedestrian Improvements/Inouye 1 - 1 October 21, 2015 Project Number: 11-3006 1 . What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications, Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1 . Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1 -04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its solejudgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). Kent Kangley Pedestrian Improvements/Inouye 1 - 2 October 21, 2015 Project Number: 11-3006 i SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use; five (5) copies of the plans and specifications. Additional copies can be purchased from the City at the price specified by the City or in the Invitation to Bid. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www,kentwa.gov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download documents through City's internet connection, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BYADD/NG THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Kent Kangley Pedestrian Improvements/Inouye 1 - 3 October 21, 2015 Project Number: 11-3006 Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.8(2) LOBBYING CERTIFICATION IS REVISED WITH THE FOLLOWING CLARIFICATION: THIS SECTION ONLYAPPLIES TO FEDERAL-AID CONTRACTS. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02. 11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BYDELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. Kent Kangley Pedestrian Improvements/Inouye 1 - 4 October 21, 2015 Project Number: 11-3006 i SECTION 1-02. 14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BYREPLACING "45 CALENDAR DAYS" WITH 1160 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in two (2) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4 of the WSDOT Standard Specifications. If the successful bidder fails to provide these documents within this 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one working day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside Kent Kangley Pedestrian Improvements/Inouye 1 - 5 October 21, 2015 Project Number: 11-3006 such areas and for any materials ordered before the contract is executed by the City. No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04. 1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1 (2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1 . Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). Kent Kangley Pedestrian Improvements/Inouye 1 - 6 October 21, 2015 Project Number: 11-3006 SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.7 IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-04.7 Differing Site Conditions (Changed Conditions) Upon written notification, the Engineer will investigate the conditions and if he/she determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any Work under the Contract, an adjustment will be made and the Contract modified in writing accordingly. No claim for loss of anticipated profits will be allowed when determining this adjustment. The Engineer will notify the Contractor of his/her determination whether or not an adjustment of the Contract is warranted. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations are part of the Project and must be properly permitted for that use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. It is the Contractor's sole responsibility to obtain all necessary permits/approvals prior to using the private property for staging and storage, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the Kent Kangley Pedestrian Improvements/Inouye 1 - 7 October 21, 2015 Project Number: 11-3006 property is not subject to other regulatory requirements or that the Contractor has obtained all necessary permits/approvals needed to use the property as the Contractor intends. Upon vacating the private property the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. The Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04. 11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, or paving. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.5 City Provided Construction Staking 1-05.5(1) General As used in this Section 1-05.5, the words, "stake," "mark," "marker," or ,'monument" will be deemed to include any kind of survey marking, whether or not set by the City. The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.5(2) through 1-05.5(6) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.5(6) of the Kent Special Provisions). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required Kent Kangley Pedestrian Improvements/Inouye 1 - 8 October 21, 2015 Project Number, 11-3006 depending on work load for the city survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.5. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified, and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of $150/hr for a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor's line and grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.5(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal lines, grades and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1 . Cut or fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet as set forth in Section 1-05.5(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. Kent Kangley Pedestrian Improvements/Inouye 1 - 9 October 21, 2015 Project Number: 11-3006 On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.5(4) Control Stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagginq tape. It will be the responsibility of the Contractor to inform its employees and subcontractors of the importance and necessity to preserve the stakes. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by its construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $150/hr for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby or "down" time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.5(5) Staking Services Work requests must be made at least 3 working days in advance of the required staking. The City will furnish the following stakes and reference marks: 1 . Storm Sewers Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 2. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, driveways, and sufficient mid-curve points to establish proper alignment. 3. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required. One set of stakes for vaults,junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking for vaults, junction boxes, and conduits will be provided at an additional expense to the Contractor. When deemed appropriate by the Engineer, cut sheets will be supplied for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. Kent Kangley Pedestrian Improvements/Inouye 1 - 10 October 21, 2015 Project Number: 11-3006 The Contractor, at its own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $150/hour. 1-05.5(6) Survey Requests I It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Illumination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. 1-05.8 City's Right to Correct Defective and Unauthorized Work 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, the Engineer may correct and remedy that work as may be identified in the written notice, by any means that the Engineer may deem necessary, including the use of City forces or other contractors. 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 the work the Contractor refuses to perform completed by using City or other forces. An emergency situation is any situation which, in the opinion of the Engineer, could be potentially unsafe if its remedy is delayed, or might cause serious risk of loss or damage to the public. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, Kent Kangiey Pedestrian Improvements/Inouye 1 - 11 October 21, 2015 Project Number: 11-3006 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 City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05. 11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.11 Final Inspection 1-05.110) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall notify the Engineer and request in writing that the Engineer establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1 . The City must have full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. Kent Kangley Pedestrian Improvements/Inouye 1 - 12 October 21, 2015 Project Number: 11-3006 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. However, 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, notify the Contractor giving the reasons for the Engineer's determination. Upon receipt of written notice from the Engineer 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. This process shall be repeated until the Engineer establishes the Substantial Completion Date. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and the Engineer agrees that the work is ready for Final Inspection, the Contractor, by written notice, shall request that the Engineer 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, if necessary, 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 all necessary corrective measures to remedy the listed deficiencies. The Contractor shall allocate the necessary resources to pursue completion of all corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within seven (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take all necessary steps to correct those deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to become due the Contractor. Upon correction of all deficiencies, the Engineer will notify the Contractor, 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 that all the obligations of the Contractor under the contract have been fulfilled. Kent Kangley Pedestrian Improvements/Inouye 1 - 13 October 21, 2015 Project Number: 11-3006 1-05.11 (3) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-05.13 Superintendents, Labor, and Equipment of Contractor Whenever the City evaluates the Contractor's qualifications pursuant to Section 1-02.1 , the City may take these or other Contractor performance reports into account. Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. Kent Kangley Pedestrian Improvements/Inouye 1 - 14 October 21, 2015 Project Number: 11-3006 SECTION 1-05. 14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: N/A SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.6 Submittals 1-06.6(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1 . Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. Kent Kangley Pedestrian Improvements/Inouye 1 - 1s October 21, 2015 Project Number: 11-3006 3. Each new submittal shall be sequentially numbered (1 , 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1 A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.6(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1 -08.0) of the Kent Special Provisions. The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.6(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1 . Each submittal shall include all of the items required for a complete assembly or system. Kent Kangley Pedestrian Improvements/Inouye 1 - 16 October 21, 2015 Project Number: 11-3006 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1 . Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" — Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Kent Kangley Pedestrian Improvements/Inouye 1 - 17 October 21, 2015 Project Number: 11-3006 Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.6(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SECTION 1-07.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.1 Laws to be Observed The Contractor shall always comply with all Federal, State, or local laws, codes, rules and regulations that affect work under the contract. The Contractor shall also be responsible for the safety of its workers and shall comply with all applicable safety and health standards and codes. In cases of conflict between different laws, codes, rules, or regulations, the most stringent law, code, rule, or regulation shall apply. The City will not adjust payment to compensate the Contractor for changes in legal requirements unless those changes are specifically within the scope of RCW 39.04.120. For changes under RCW 39.04.120, the City will compensate the Contractor by negotiated change order as provided in Section 1 -04.4. SECTION 1-07.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.2 State Taxes 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor shall contact the Washington State Department of Revenue for answers to questions in this area. The City 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 bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The City will pay the retained percentage 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 City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department Kent Kangley Pedestrian Improvements/Inouye 1 - 18 October 21, 2015 Project Number: 11-3006 i of Revenue, whether the amount owed is related to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) 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 they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax 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(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules apply to the construction and repair 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; sewers and sewage disposal systems unless those 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 the street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price. The City 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 City 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(4) Services The Contractor shall not collect retail sales tax from the City on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 224). Kent Kangley Pedestrian Improvements/Inouye 1 - 19 October 21, 2015 Project Number: 11-3006 SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.6 Permits and Licenses Contractor shall obtain, at its sole cost, all other permits required to complete this project. A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract with the laws, ordinances, rules, regulations, and orders. SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid Opening Date. SECTION 1-07.13(3) IS DELETED /N ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic SECTION 1-07. 13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by other means; however, the Contractor shall pay for these repairs and the City may deduct these repair costs from monies due or to become due the Contractor. No payment will be made for delay or disruption of work. SECTION 1-07. 17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. Kent Kangley Pedestrian Improvements/Inouye 1 - 20 October 21, 2015 Project Number: 11-3006 SECTION 1-07. 17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturyLink Comcast Victor Novelo Jerry Steele (253) 372-5363 (253) 288-7532 (206) 380-1007 (cell) (206) 391-1763 (cell) Kent Kangloy Pedestrian Improvements/Inouye 1 - 21 October 21, 2015 Project Number: 11-3006 Puget Sound Energy Verizon Anita Yurovchak Brad Landis (253) 476-6304 (425) 201-0901 (253) 381-6714 (cell) (425) 766-1740 (cell) SECTION 1-07. 18 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.18 Public Liability and Property Damage Insurance Refer to the insurance requirements in the project Contract, which constitute the Contractor's insurance requirements for this project. SECTION 1-07,24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. SECTION 1-07,26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to five copies of the Contract. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: Kent Kangley Pedestrian Improvements/Inouye 1 - 22 October 21, 2015 Project Number: 11-3006 1 . To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1 . A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 9-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. Kent Kangley Pedestrian Improvements/Inouye 1 - 23 October 21, 2015 Project Number: 11-3006 If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 1 . If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030, the City will bill the Contractor for the work. Such billing may be at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum Kent Kangley Pedestrian Improvements/Inouye 1 - 24 October 21, 2015 Project Number: 11-3006 tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control The original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH AND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended, for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension, if (1) the performance would have been suspended, by any other cause, including the fault or negligence of the Kent Kangley Pedestrian Improvements/Inouye 1 - 25 October 21, 2015 Project Number: 11-3006 Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended, for an unreasonable period of time and such suspension, is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1- 05.1 . ITEM 1 IN PARAGRAPH 7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1 . Failure to obtain all materials and workers. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BY REPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING: 1-09.2(1) General Requirements for Weighing Equipment Kent Kangley Pedestrian Improvements/Inouye 1 - 26 October 21, 2015 Project Number: 11-3006 I Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contractor shall provide tickets for self printing scales. All tickets shall, at a minimum, contain the following information: I 1 . Ticket serial number (this is already imprinted on the tickets). 2. Identification number of truck/truck trailer. 3. Date and hour of weighing. 4. Type of material. 5. Weight of load. The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net weight can be read directly. In such case, only net weight need be recorded on the ticket. 6. Weighman's identification. 7. Contract number. 8. Unit of measure. 9. Legal gross weight in Remarks section. 10. Location of delivery. The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City'sjudgment, may be necessary to cover the following: 1 . The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. Kent Kangley Pedestrian Improvements/Inouye 1 - 27 October 21, 2015 Project Number: 11-3006 SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11 (3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09. 13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations that may occur on highways, roads, streets, Kent Kangley Pedestrian Improvements/Inouye 1 - 28 October 21, 2015 Project Number: 11-3006 sidewalks, pedestrian paths, or bicycle paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place in accordance with Traffic Control Plans. SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 (800) 521-0778 or (206) 382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 1-10.3(3) Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(3)A Construction Signs Payment for setup and take down of construction signs will be under the contract price for "Traffic Control Labor" and will be limited to the work described in Section 1-10.3(1) of the WSDOT Standard Specifications, and for transportation described in Section 1 -10.3(2) of the WSDOT Standard Specifications when there is a contract price for "Traffic Control Vehicle." SECTION 1-10.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1 . Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and Kent Kangley Pedestrian Improvements/Inouye 1 - 29 October 21, 2015 Project Number: 1 1-3006 3. Removal from the project site when they are no longer on the project. SECTION 1-10,5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1 -04.1 , for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1 -10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1 -10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1 -10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1 . When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow Sign (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1-10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." Kent Kangley Pedestrian Improvements/Inouye 1 - 30 October 21, 2015 Project Number: 11-3006 When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1 . The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the WSDOT Standard Specifications. Kent Kangley Pedestrian Improvements/Inouye 1 - 31 October 21, 2015 Project Number: 11-3006 DIVISION 2 - EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP SECTION 2-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-01.1 Description The Contractor shall clear, grub, clean up, remove and dispose of all material and miscellaneous items within the work area which are necessary, but for which no specific bid item is provided. Clearing and grubbing on this project shall be performed within the following limits: Within the right of way as shown on the plans as necessary for project construction — only remove trees identified by the Engineer. The Contractor shall notify the Engineer of any trees that require removal that are not already shown on the plans. The Contractor shall not remove any trees without prior approval by the Engineer. The Contractor shall protect all adjacent property and utilities during tree removal. SECTION 2-01.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.4 Measurement "Remove Existing Landscape Tree" shall be measured per each. Landscaping trees are defined as trees greater than 4" DBH (diameter breast height, defined as 4'-0" above ground) located adjacent to developed properties. Other trees requiring removal shall be considered incidental to the clearing and grubbing bid item. SECTION 2-01.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-01.5 Payment The unit price for "Remove Existing Landscape Tree" per each shall be full pay for all labor, equipment, supplies, materials, and tools required to remove and dispose of existing landscape trees, tree stumps and roots as directed by the Engineer. This bid item also includes backfilling and compacting any void. Trees will be removed as required to allow for a 2(H) :1 (V) channel side slope. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02. 1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. Kent Kangley Pedestrian Improvements/Inouye 2 - 1 October 21, 2015 Project Number: 11-3006 i SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements The City has identified the following materials that are marked for removal, but that will be salvaged as part of this project: 1 . Pedestrian Signal Pole 2. Pedestrian Pushbutton Assembly and Signal Head The salvaged materials listed above shall be removed, hauled and stored at the following site(s): 1 . City of Kent Storage Facility — 12700 block of SE 248"' Street All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1 . Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions, 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1 -foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the Kent Kangley Pedestrian Improvements/Inouye 2 - 2 October 21, 2015 Project Number: 11-3006 cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 2-02.3(4) Removal of Traffic Islands, and/or Traffic Curbs When Pavement Surface Integrity is to be Maintained In removing traffic islands and/or traffic curbs the Contractor shall: 1 . Haul broken-up pieces and complete sections of traffic curbs and all waste materials town off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Completely remove all block traffic curbs, pre-cast traffic curbs, connecting dividers, nose pieces and remaining adhesive. 3. Remove all island materials, including asphalt pavement, crushed rock, and topsoil, between the traffic curbs to the depth of the compacted subgrade, or to the surface of the underlying pavement where such pavement exists under the island. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, and fill any surface voids caused by the removal work. 5. Repair any damage to adjacent traffic curbs that were designated to remain, but that was caused by the removal of the traffic curbs. 6. Remove and dispose of all waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. SECTION 2-02,5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: The unit contract price per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: (Encountered thickness - 6 inches) x unit bid price -6 inches additional compensation For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/SY then its additional compensation for the extra thickness would be: Kent Kangley Pedestrian Improvements/Inouye 2 - 3 October 21, 2015 Project Number: 11-3006 (8 — 6) x $Z'00= $0.67/SY in addition to the unit price. No other 6 compensation shall be allowed. "Remove Cement Concrete Sidewalk" "Remove Thickened Edge Cement Concrete Sidewalk" The unit contract price per square yard for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk and cement concrete sidewalk ramp as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Cement Concrete Curb and Gutter" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete curb and gutter as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Cement Concrete Type A Traffic Curb or Extruded Curb" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete extruded curb as shown on the plans and described in the specifications. "Remove Existing Catch Basin Frame and Grate" "Remove Existing Thru-Curb Catch Basin Frame. Grate and Risers" The unit contract price per each for the above items constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing structure as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling, with gravel borrow and compaction. Any frames, grates, or risers shall be hauled and disposed of by the Contractor unless deemed salvageable as determined by the Engineer. "Saw Cut Existing Asphalt Concrete Pavement" "Saw Cut Existing Cement Concrete Pavement" The unit price contract price per lineal foot for the above items constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: (Encountered thickness — 6 inches) x unit bid price 6inches additional compensation Kent Kangley Pedestrian Improvements/Inouye 2 - 4 October 21, 2015 Project Number: 11-3006 For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/1-F then its additional compensation for the extra thickness would be: (8 — 6) x $26 0= $0.67/1-F in addition to the unit bid price. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. The unit contract price per each for "Remove and Reinstall Flag Pole with Foundation" shall be complete compensation for all labor, materials, tools, supplies, and equipment required to remove and reinstall the flag pole as shown on the plans and described in the specifications. This bid item shall include but not be limited to: removal and disposal of the existing flag pole location, removal of the existing flag pole, construction of the new foundation, excavation, backfilling, compacting, reinstallation of the flag pole and all other items required for a complete system. The unit contract price per each for "Remove Existing Catch Basin or Manhole" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing structure as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling, with gravel borrow and compaction. Any frames, grates, or risers shall be hauled and disposed of by the Contractor unless deemed salvageable as determined by the Engineer. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03.3(7)C IS SUPPLEMENTED BYADD/NG THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. Kent Kangley Pedestrian Improvements/Inouye 2 - 5 October 21, 2015 Project Number: 11-3006 SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. 2-06 SUBGRADE PREPARATION SECTION 2-06.3(9) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street (253) 856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. Water shall be obtained from a City of Kent hydrant located near the construction site. A meter shall be placed on the hydrant by the Contractor prior to obtaining water from the hydrant. The meter shall be taken off the hydrant at the end of each day to protect against water and/or meter theft. Kent Kangley Pedestrian Improvements/Inouye 2 - 6 October 21, 2015 Project Number: 11-3006 The bid item for watering will be measured per hour for each full hour the water truck is operating on site or traveling directly between the site and the hydrant (including installation and removal of the meter). Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street (253) 856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. SECTION 2-07.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-07.5 Payment The unit contract price per hour for "Watering" shall be complete compensation for all labor, equipment, supplies, tools, and materials to haul, deliver, and distribute water on the construction site as required to control dust, street cleaning, or as directed by the Engineer for other work. Kent Kangley Pedestrian Improvements/Inouye 2 - 7 October 21, 2015 Project Number: 11-3006 DIVISION 4 ® BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements I SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BYADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment "Crushed Surfacing Top Course, 5/8 Inch Minus" "Crushed Surfacing Base Course, 1 -1/4 Inch Minus" The unit contract price per ton for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. Kent Kangley Pedestrian Improvements/Inouye 4 - 1 October 21, 2015 Project Number: 11-3006 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-04 HOT MIX ASPHALT SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.2 Materials Recycled materials such as Recycled Asphalt Pavement (R.A.P.) for the pavement sections shall not be allowed. SECTION 5-04.3(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(7)A Mix Design The City at its option may approve a current WSDOT approved mix design, Class 112" in place of performing a mix design, provided, however, that such mix design shall include a minimum asphalt content of 5% by total mix weight and anti-stripping compound. Anti-stripping compound shall be added to the asphalt material in accordance with Section 9-02.4. If the City is not satisfied with the mix submitted, a full mix design will be performed. The City is not required to justify to the Contractor its decision to perform a mix design. The City reserves the right to adjust the asphalt cement content based on mix design or approval of alternate mix designs submitted by the Contractor. SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A Acceptance Sampling and Testing Acceptance Sampling and Testing shall be as follows: 1 . Asphalt Cement and Gradation: Extraction tests shall be taken every 500± tons as determined by the Engineer or each day whichever is less. 2. The Engineer is not precluded from taking more tests above if deemed necessary. 3. The Contractor is responsible to meet the required compacting asphalt cement content and gradation requirements. Averaging of test results will not be considered. Any deviation from the specification will be considered on a case-by-case basis by the Engineer and may require a credit to the City. The Engineer, however, is not obligated to accept out of specification work and has the authority to require the removal and repaving of material Kent Kangley Pedestrian Improvements/Inouye 5 - 1 October 21, 2016 Project Number: 11-3006 that does not meet the contract specifications at the Contractor's expense. SECTION 5-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing Asphalt concrete Class 1/2" shall be compacted in lifts not to exceed 3 inches except that the final lift shall not exceed 2 inches unless approved by the Engineer. The minimum compacted depth of Class B asphalt concrete shall be 1-112 inch. Reference Section 8-20.3(14)C of the Kent Special Provisions for the placement of traffic signal detection loops. SECTION 5-04.3(10) IS SUPPLEMENTED BYADDING THE FOLLOWING: 5-04.3(10) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. SECTION 5-04.3(10)B IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(10)B Control For Asphalt Concrete, where paving is in the traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum 92 percent of the maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non-complying material may be accepted at a reduced price. Cores used to check density will be approved only when designated by the Engineer. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compactibility of the mix design. Compactibility shall be based on the ability of the mix to attain the specified minimum density (92 Kent Kangley Pedestrian Improvements/Inouye 5 - 2 October 21, 2015 Project Number: 11-3006 percent of the maximum density determined by WSDOT Test Method 705). HMA Class 3/8 inch PG 64-22 preleveling mix shall be compacted to 92 percent of the maximum density. In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot. SECTION 5-04.3(92) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(12) Joints The HMA overlay and widening shall be feathered to produce a smooth riding connection to the existing pavement where planing is not specified. HMA utilized in the construction of the feathered connections 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. The full depth end of each lane of planing shall be squared off to form a uniform transversejoint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5-04.3(12)A 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. SECTION 5-04.3 IS SUPPLEMENTED BYADD/NG THE FOLLOWING NEW SECTIONS: 5-04.3(21) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for "HMA Class 1/2", PG 64-22" shall be full pay for all casts of material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt for driveways, permanent utility patches, sidewalk ramps, and other areas at the locations shown on the plans, as specified herein and as directed by the Kent Kangley Pedestrian Improvements/Inouye 5 - 3 October 21, 2015 Project Number: 11-3006 Engineer. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. The unit contract price per ton for "Cold Plant Mix for Temporary Pavement Patch" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, maintaining, removing and disposing of Cold Plant Mix as required to provide temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. SECTIONS 5-04.5(1), 5-04.5(1)A AND 5-04.5(1)B ARE DELETED IN THEIR ENTIRETY. 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Kent Kangley Pedestrian Improvements/Inouye 5 - 4 October 21, 2015 Project Number: 11-3006 DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7-04 STORM SEWERS THE FIRST PARAGRAPH OF SECTION 7-04.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-04.2 Materials The following pipe types and materials are accepted for drains, culverts, and storm sewers for this project. The Contractor has the option of choosing the material except for those pipes specified on the plans to be a specific material. Reinforced Concrete Pipe (RCP) Class IV ........ 9-05.7(2) PVC Pipe.................................................... 9-05.12(1) Ductile Iron Pipe Class 50 (Unlined) ............... 9-05.13 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing SECTION 7-04.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-04.3(1)A General All storm drain pipe including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. The Contractor shall be responsible to insure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system. SECTION 7-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-04.3(1)G Television Inspection All new City storm drain extensions, 24-inch diameter and smaller shall be TV camera inspected by the City Utility Department and accepted prior to placing final crushed rock surfacing and pavement. All construction except final casting adjustments must be completed and approved by the Inspector prior to the TV inspection. The manholes and catch basins must be set to grade, channeled, and grade rings set in place prior to TV inspection. Castings must be removed for paving, and fully grouted in place after paving. Kent Kangley Pedestrian Improvements/Inouye 7 - 1 October 21, 2015 Project Number: 11-3006 SECTION 7-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.5 Payment The unit contract price per lineal foot for "Ductile Iron Storm Sewer Pipe, 12 Inch Diameter" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, tees, couplings, gaskets, connection to new or existing storm pipes, catch basins, or ditches, testing, coordination for TV inspection, and additional costs for overtime work when working on weekends. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3 Construction Requirements All manholes and catch basins shall be precast concrete units and shall conform to Kent Standard Plans 4-1 , 4-2, 5-1 and 5-2 unless specified otherwise. Minimum height for Type 1-48 inch, 54 inch, and 60 inch manholes shall be 5 feet. Manholes under 5 feet in height shall conform to Kent Standard Plan 4-2. All manholes and Type I I and I I I CB structures shall be equipped with the drop rung type manhole steps and ladders in accordance with Kent Standard Plan 4-5. The ladder shall be secured from top to bottom, inside the structure wall. No 4 foot hanging ladder sections are allowed, The sanitary sewer manholes shall be fully channeled to conform to the inside diameter of the sewer line from invert to spring line, then the channel shall be vertical to the top of the pipe. The top edge of the channel shall have a radius of 1/2 to 3/4 inch. The shelves shall slope at 2 percent to the top of the channel. All manhole section joints and pick holes shall be filled with grout and smooth finished outside and inside after installation. All manhole penetrations, lifting holes, barrel joints (interior or exterior), risers, frames, and any other location determined by the Engineer, shall be sealed to prevent infiltration. The Contractor shall submit proposed sealing product literature to the Engineer for acceptance, prior to use. Manhole frame and covers shall be cast gray or ductile iron and shall comply with the following Kent Standard Plans as applicable: 4-3 Standard Manhole Frame and Locking Cover Kent Kangley Pedestrian Improvements/Inouye 7 - 2 October 21, 2015 Project Number: 11-3006 Catch basin grates and solid covers shall be ductile iron and of the locking type unless indicated otherwise on the plans and shall be in accordance with Kent Standard Plans 5-4 through 5-16 as applicable. Miscellaneous catch basin details shall be in accordance with Kent Standard Plan 5-3. Care must be taken to insure that pressures exerted on the soils beneath the manholes and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at manholes. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. PVC pipe adaptors shall be KOR-IN-SEAL type flex joints or sand collars or other materials as approved by the Engineer to permit slight differential movement. All pipe materials other than the above shall be mudded directly into the manholes and catch basins using a smooth forty five (45) degree bevel from the pipe to the structure meeting ASTM D-303-H-78 SDR35. The allowable protrusion is two (2) inches inside the structure unless approved otherwise by the Engineer. Block lettering is required on the top surfaces of storm drain castings, and shall read as follows: "OUTFALL TO STREAM, DUMP NO POLLUTANTS" SECTION 7-05.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(l) Adjusting Manholes and Catch Basins to Grade All construction in performing adjustments of existing or new utilities shall conform to the WSDOT Standard Specifications, Standard Plans, Kent Standard Plans and the Kent Special Provisions. Locating all new and existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities including traffic loops prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City. No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. Kent Kangley Pedestrian Improvements/Inouye 7 - 3 October 21, 2015 Project Number: 11-3006 i All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. NOTE: The use or presence of wood, asphalt, expansion joint material or other non-approved product for catch basin or manhole adjustment shall be cause for immediate rejection. On asphalt concrete paving and/or asphalt resurfacing projects, manholes, catch basins and similar structures shall not be adjusted until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the cover. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks and fully mortared to the desired grade. The base materials and crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within, but not to exceed 1-1/2 inches of the finished pavement surface. Note: casting adjustments shall be made with cementatious materials only. Wood, plastic, iron, aluminum, bituminous or similar materials are prohibited. On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. SECTION 7-05.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(2) Abandon Existing Manholes Manholes being abandoned shall have the top four feet removed and the remainder of the structure filled with bankrun gravel for trench backfill or gravel borrow as included in the proposal and shall otherwise be in accordance with Section 7-05.3(2) of the WSDOT Standard Specifications. SECTION 7-05.3(3) IS SUPPLEMENTED BYADDING THE FOLLOWING. 7-05.3(3) Connections to Existing Manholes It shall be the Contractor's sole responsibility to protect the existing sewer system from any damage and/or debris resulting from the Kent Kangley Pedestrian Improvements/Inouye 7 - 4 October 21, 2015 Project Number: 11-3006 construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. SECTION 7-05.3(4) IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-05.3(4) Drop Manhole Connection Drop manhole connections shall be in accordance with Kent Standard Plan 4-6. Inside drop connections are not allowed. SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-05.3(5) Manhole Installation on Existing Sewer The manhole will be placed on and channeled for the existing lines in their existing location. It shall be the Contractor's sole responsibility to protect the existing sewer from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. 7-05.3(6) Storm Drain Stenciling The pavement adjacent to all catch basins and inlets within the project limits shall be marked with a standard pollution prevention thermoplastic form such as the example following: No DUMPING ! . —_ . " DRAINS To STRE�\ M The wording shall be placed so that it can be read from the sidewalk or shoulder of the road. Contractor is responsible for purchase and installation of the thermoplastic material. 7-05.3(7) Relocate Existing Catch Basin The existing catch basin assemblies indicated to be relocated shall be carefully removed to avoid damage. The Contractor will then install the catch basin at the location indicated on the plans so that the assembly will function as shown on the plans. Kent Kangley Pedestrian Improvements/Inouye 7 - 5 October 21, 2015 Project Number: 11-3006 SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.5 Payment The unit contract price per each for "Catch Basin. Type 1" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and storm drain stenciling. The unit contract price per each for "Adjust Existing Catch Basin Frame and Grate/Lid to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and storm drain stenciling. Adjusting the grade by adding or removing risers, grade rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for "2-Way Vaned Catch Basin Frame and Grate" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new frame and grate as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and grate to match final grades, and supplying and install risers to reposition the frame and grate to flowline. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for "Solid Locking Catch Basin Frame and Cover" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new frame and cover or grate as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for "Thermoplastic Storm Drain Stenciling" constitutes complete compensation for furnishing all labor, tools, equipment, supplies and materials necessary or incidental to the installation of the thermoplastic storm drain pollution markers and other work as specified. Also see Section 7-05.3(6) and 8-22 of the Kent Special Provisions. Kent Kangley Pedestrian Improvements/Inouye 7 - 6 October 21, 2015 Project Number: 11-3006 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS SECTION 7-08.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.2 Materials All pipe shall be of the type and material specified in the bid proposal, shown on the plans or specified herein. All materials used for construction of sanitary sewer and storm drainage systems and appurtenances shall be new and undamaged. All materials used shall be subject to inspection by the City prior to use. The Contractor shall provide the City with shop drawings, manufacturer's specifications and certificates of materials as requested. The materials referred to herein, shall conform to the applicable provisions of the WSDOT Standard Specifications, the Kent Special Provisions and the manufacturer's recommended installation procedures. See the following Sections of the WSDOT Standard Specifications and the Kent Special Provisions: Storm Sewers ................................. 7-04.2 Manholes, Inlets and Catch Basins...... 7-05.2 Crushed Surfacing ........................... 9-03.9(3) Gravel Backfill for Pipe Zone Bedding.. 9-03.12(3) Gravel Borrow ................................. 9-03.14(1) Foundation Material Class I and II ...... 9-03.17 Bank Run Gravel for Trench Backfill .... 9-03.19 SECTION 7-08.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)A Trenches If well points are used for dewatering pipe trenches, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the sub-surface. A continual check by the Contractor shall be maintained to insure that the sub-surface soil is not being removed by the dewatering operation. Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump shutdown shall be accomplished in an approved gradual manner. The Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. In the event of damage to the trench foundation as determined by the Engineer, or to the ditch walls, or other operations resulting from the failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. Kent Kangley Pedestrian Improvements/Inouye 7 - 7 October 21, 2015 Project Number: 11.-3006 It shall be the sole responsibility of the Contractor to dispose of all waters resulting from its dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the following conditions will apply. 1 . Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the WSDOT Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Backfill unsuitable material excavations with Foundation Material Class I or I I meeting the requirements of Section 9-03.17 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. SECTION 7-08.3(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)C Bedding the Pipe Bedding shall be placed in accordance with Standard Plan B-55.20-00. Bedding material shall be in accordance with Section 9-03.12(3) of the Kent Special Provisions. Bedding material shall be tamped in layers under, around and above the pipe to adequately support and protect the pipe. The Contractor Kent Kangley Pedestrian Improvements/Inouye 7 - 8 October 21, 2015 Project Number: 11-3006 shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to mean to at least 95 percent of the maximum density measured in accordance with ASTM D-1557. The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy compaction equipment. SECTION 7-O8.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-O8.3(2)B Pipe Laying - General At locations of pipe crossing between new or existing pipes the minimum vertical clearance shall be one and one-half foot unless otherwise approved by the Engineer. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1-2 PSF Styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the minimum clearances. External or internal grouting or repair by use of collars on the new sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary. All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer's recommendations. SECTION 7-O8.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-O8.3(2)G Jointing of Dissimilar Pipe Connections of Ductile or Cast Iron Pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). SECTION 7-O8.3(2)H IS SUPPLEMENTED BYADD/NG THE FOLLOWING: 7-O8.3(2)H Sewer Line Connections Where indicated on the plans or where directed by the Engineer, connections shall be made to the existing storm drain/sewer systems by the Contractor in accordance with applicable portions of the WSDOT Standard Specifications and Kent Special Provisions in a workmanlike manner satisfactory to the Engineer. Kent Kangley Pedestrian Improvements/Inouye 7 - 9 October 21, 2015 Project Number: 11-3006 SECTION 7-08.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-08.3(2)J Pipe Laying - PVC For PVC pipe, the Contractor shall maintain a cover over the pipe to prevent temperature deformation caused by the sun and shall remove such cover only for a sufficient time to allow the pipe to be installed. When making field cuts of PVC pipe, a new reference line shall be marked on the spigot and a distance of 4-5/8 inches from said end. Said end will provide a visual means of determining whether full insertion of the spigot into the bell has been made during installation. SECTION 7-08.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(4) Plugging Existing Pipe Existing pipes being plugged shall be plugged with concrete at both ends and shall otherwise be in accordance with Section 7-08.3(4) of the WSDOT Standard Specifications. SECTION 7-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-08.3(5) Street Restoration Unless otherwise shown on the plans, street restoration shall be in accordance with the following requirements: Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 2 inch thickness of crushed surfacing top course over a 4 inch thickness of crushed surfacing base course or as directed by the Engineer in the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct the trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 2 inches of crushed surfacing top course over 4 inches crushed surfacing base course. In all cases, the asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2 inches greater than the existing section. Kent Kangley Pedestrian Improvements/Inouye 7 - 10 October 21, 2015 Project Number: 11-3006 Where cuts have been made in cement concrete pavement, the Contractor shall reconstruct the trench area with a 6 inch thick cement concrete patch placed on a 6 inch thickness of crushed surfacing top course. In all cases, the cement concrete and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Where there is an existing asphalt overlay over cement concrete pavement, the cement concrete shall be patched to original grade as above and then overlaid with an asphalt concrete patch to existing grade. All gravel shoulders shall be restored to their original condition and shape. The Contractor shall spread a 2 inch thick layer of crushed surfacing on the shoulder. The shoulder shall be finished with a grader after backfilling and compacting and before spreading the crushed surfacing. Permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. SECTION 7-08.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 7-08.4 Measurement Gravel backfill for foundation and gravel backfill for pipe zone bedding shall be measured by the ton, including haul. SECTION 7-08.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.5 Payment The unit contract price per ton for "Pipe Zone Bedding" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. Reference WSDOT Standard Plan B-55.20-00. The unit contract price per ton for "Foundation Material, Class I and I I" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place foundation material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. Kent Kangley Pedestrian Improvements/Inouye 7 - 11 October 21, 2015 Project Number: 11-3006 The unit contract price per ton for "Bank Run Gravel for Trench Backfill" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The actual quantity for bank run gravel for trench backfill is unknown since selected materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. The unit contract price per each for "Abandon Existing Storm Sewer Pipe" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to abandon the existing pipe as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to concrete plugging the pipe at both ends, backfilling with gravel borrow, and compaction. 7-12 VALVES FOR WATER MAINS SECTION 7-12.3(f) IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.3(1) Installation of Valve Marker Posts Valve marker posts conforming to Kent Standard Plan 3-4 shall be located opposite each valve as directed by the Engineer. The 18 inches of exposed post shall be painted with two coats of approved white concrete paint, and then the size of the valve, the type of valve, and the distance in feet from the post to the valve shall be painted on the face of the post, using approved black paint and stencils which produce letters 2-inches high. SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-12.3(2) Replace Existing Valve Box Top Section and Lid See Section 9-30.3(4) of the Kent Special Provisions for material specifications. Where shown in the plans or where directed by the Engineer, the Contractor shall furnish and install new Valve Box Top Section and Lid on existing water valves in accordance with the details shown in the plans, these Kent Special Provisions or as directed by the Engineer. Lid shall be the locking type. On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed, at which time the center of each structure shall be relocated from referenced previously established Kent Kangley Pedestrian Improvements/Inouye 7 - 12 October 21, 2015 Project Number: 11-3006 , by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. 7-12.3(3) Adjusting Valve Boxes to Grade On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed, at which time the center of each structure shall be relocated from referenced previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.4 Measurement Measurement of valve marker posts shall be incidental for new valve installations, and per each for valve marker post installed opposite an existing valve. Relocation and remarking of existing valve marker posts shall be incidental to the project. SECTION 7-12.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: The unit contract price per each for "Adjust Existing Valve Box Top Section and Lid to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the valve box top to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Any adjustments made prior to the final finished elevation shall be considered incidental to this bid item. Reference Kent Standard Plan 3-7. Kent Kangley Pedestrian Improvements/Inouye 7 - 13 October 21, 2015 Project Number: 11-3006 The unit bid price per each for "Replace Existing Water Valve Box Top Section and Lid" constitutes complete compensation for all labor, materials and equipment required to furnish and install the valve box top and lid and adjust the top to final grade after the final lift of asphalt is placed. The cost of excavating, removing and disposing of the existing valve box top and lid are included in the unit bid price replacing the valve box top and lid. Reference Kent Standard Plan 3-7. Kent Kangley Pedestrian Improvements/Inouye 7 - 14 October 21, 2015 Project Number: 11-3006 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION B-01. 1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. The TESCP measures shown on the plans and described in the specifications shall only apply to work performed within the project limits and does not apply to the Contractor's staging area. The Contractor shall be responsible for providing TESCP at any staging area(s). All TESCP used at the staging area(s) shall be incidental to the project. The Contractor shall be responsible for any fines imposed by Ecology or any other regulatory agency for any violation at their staging area(s). The Contractor shall also be responsible for any cost of cleanup, delays, and down time to correct any deficiencies at the staging area(s). SECTION B-01.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed ....................................8-01 .3(2)B and 9-14.2 Fertilizer ...............................8-01 .3(2)B and 9-14.3 Mulch and Amendments ..........8-01 .3(2)D and 9-14.4 Tackifier ...............................8-01 .3(2)E and 9-14.4(7) 8-01.3 Construction Requirements SECTION B-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Kent Kangley Pedestrian Improvements/Inouye 8 - 1 October 21, 2015 Project Number: 11-3006 Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION B-01.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING: B-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1 . Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor's CESCL Kent Kangley Pedestrian Improvements/Inouye 8 - 2 October 21, 2015 Project Number, 11-3006 SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS_ 8-01 .3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1 . WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48,080 Discharge of pollutants prohibited 3. City of Kent 2002 Surface Water Design Manual 4. Construction Stormwater General Permit — WA Department of Ecology 8-01 .3(1)G Water Quality Monitoring Sampling of site Stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. 8-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING.- 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work Kent Kangley Pedestrian Improvements/Inouye 8 - 3 October 21, 2015 Project Number: 11-3006 shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas where hydroseeding is not practical must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1 . Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified Section 9-14.2 of the Kent Special Provisions. Seed shall be applied at the rate of 120 pounds per acre. Kent Kangley Pedestrian Improvements/Inouye 8 - 4 October 21, 2015 Project Number: 11-3006 The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01 .3(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1 ,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 Ibs/acre of "Mix A" unless otherwise directed by Engineer. Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre Kent Kangley Pedestrian Improvements/Inouye 8 - 5 October 21, 2015 Project Number: 11-3006 SECTION 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)D Mulching Wood cellulose fiber mulch conforming to Section 9-14.4 of the WSDOT Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8-01 .3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(2)E IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)E Soil Binders and Tacking Agents Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.4(2) of the WSDOT Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the WSDOT Standard Specifications. When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations, SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: Kent Kangley Pedestrian Improvements/Inouye 8 - 6 October 21, 2015 Project Number: 1 1-3006 West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1 . Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-01.3(2)H IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be Kent Kangley Pedestrian Improvements/Inouye 8 - 7 October 21, 2015 Project Number: 11-3006 dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION B-01.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.5 Payment The unit contract price per square feet for "Seeding, Fertilizing, and Mulching" shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 1 . All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 4. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price, The unit bid price per lineal foot for "Filter Fabric Fence" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This bid item also includes: maintenance throughout the project; and removal and disposal of the fence and accumulated sediment as directed by the Engineer. The unit contract price per each for "Inlet Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The unit bid price per square yard for "Straw Mulch" constitutes complete compensation for all materials, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air-dried condition, and free of noxious weeds and other materials detrimental to plant life. Kent Kangley Pedestrian Improvements/Inouye 8 - 8 October 21, 2015 Project Number: 11-3006 The unit price per square yard for "Clear Plastic Covering" (6 mil polyethylene sheets) shall constitute complete compensation for furnishing, staking, maintaining and protecting, the material in place (including sand bags and stakes) on all exposed soils per the WSDOT Standard Specification and as directed by the Engineer. 8-02 ROADSIDE RESTORATION SECTION B-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION B-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.1 (1) Submittals The Contractor shall submit within 20 days after Notice to Proceed date a list of all plant material indicating source of supply, order invoice, size and quantity for such species or variety. All plant materials shall meet requirements of State and Federal laws with respect to inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plant material and submitted to the Engineer. SECTION B-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, Type B, and Type C............. 9-14.1 (1), (2), (3) Seed ....................................................... 9-14.2 Fertilizer....... ...... ................................... 9-14.3 Mulch and Amendments............................. 9-14.4 Kent Kangley Pedestrian Improvements/Inouye 8 - 9 October 21, 2015 Project Number: 11-3006 Wood Cellulose Fiber ................................. 9-14.4(2) Special Planting Mixture............................. 9-14.4(9) Erosion Control Devices ............................. 9-14.5 Plant Materials.......................................... 9-14.6 Street Trees............................................. 9-14.6(1)A Stakes, Guys and Wrapping ....................... 9-14.7 Tree Ties ................................................. 9-14.7(1) Water for Plants........................................ 9-25.2 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.3(3) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand. SECTION 8-02.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(5) Planting Area Preparation The Contractor shall excavate planting pits to a depth of three feet below the top of adjacent sidewalks, or adjacent ground if trees are not being planted in sidewalk cutouts. Tree pits shall be about three feet in diameter, and shall be neat and uniform basins around each tree. The Contractor shall then place special planting mixture into the tree basins, bringing to grade about one and one-half foot below the top of the planter by compaction by repeated watering. Refer to Section 8-02.3(4) of the WSDOT Standard Specifications. Kent Kangley Pedestrian Improvements/Inouye 8 - 10 October 21, 2015 Project Number: 11-3006 !, SECTION 8-02.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(7) Layout of Planting The location of plantings shall be according to the landscaping details, unless otherwise directed by the Engineer. The Contractor shall layout tree, shrub and herbaceous plant locations and receive the approval of the Engineer before planting begins. SECTION 8-02.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(8) Planting All plants shall be carefully placed in excavated holes to prevent damage to fibrous root systems during placement and backfilling operations, with burlap or container removed. Plants shall be set vertically in the center of the pits, backfilled with native soil, watered and settled so that the crown of the root ball will have the same relation to finished grade as it bore to the grade of the ground from which it was dug. All street trees shall be planted in general conformance to Kent Standard Plan 6-55. SECTION 8-02.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(9) Pruning, Staking, Guying, and Wrapping Pruning shall be limited to the minimum amount necessary to remove injured twigs and branches. Only cut injured limbs to the nearest lateral bud. Do not apply tree wound paint or petroleum product to tree cuts. The Contractor shall use rootball bracing (triangle method) rather than staking or guying to support new trees. SECTION 8-02.3(11) IS REVISED AS FOLLOWS: 8-02.3(11) Bark or Wood Chip Mulch Revise all references in this section from bark or wood chip mulch to "compost or xylem wood chips". SECTION B-02.3(13) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(13) Plant Establishment The Contractor is responsible for maintaining all trees and shrubs in a clean and thriving condition for a period of not less than two calendar years. The period of maintenance shall begin upon final installation and inspection of work, and subsequent written notification by the Engineer. Maintenance shall include all necessary cleaning, weeding, pruning, watering, and one supplemental feeding with approved fertilizer. Kent Kangley Pedestrian Improvements/Inouye 8 - 11 October 21, 2015 Project Number: 11-3006 The Contractor shall water all trees and shrubs a minimum of once per week during the months of June through September to establish the vegetation during the dry summer months. Maintenance of this watering schedule is critical to the survival of the trees and shrubs. t SECTION 8-02.3(14) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(14) Plant Replacement The Contractor shall replace all trees and shrubs which, in the opinion of the City Nursery Supervisor, have failed to establish themselves during the maintenance period at its sole expense. All replacement planting shall be conducted in conformance to these specifications. SECTION 8-02,3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.3(17) Plant and Site Protection During Entire Construction Period The Contractor shall: 1 . Protect existing trees to remain and new plants against injury and damage, including but not limited to: cutting, breaking, or skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines of all existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as approved by the Engineer. SECTION 8-02.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per cubic yard for "Bark or Wood Chip Mulch: constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to supply and spread the bark or mulch. The unit contract price per square yard for "Topsoil Type A" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. Kent Kangley Pedestrian Improvements/Inouye 8 - 12 October 21, 2015 Project Number: 11-3006 8-04 CURBS, GUTTERS, AND SPILLWAYS SECTION 8-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.30) Cement Concrete Curbs, Gutters and Spillways The City will provide control staking in accordance with Section 1- 05.5(6) of the Kent Special Provisions. If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new section meeting specifications. The removal and replacement shall be at no cost to the City. SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment Add the following to Section 8-04.5 of the WSDOT Standard Specifications: "Precast Concrete Sloped Mountable Curb" "Pedestrian Curb" "Cement Concrete Curb and Gutter" "Cement Concrete Extruded Curb" The unit contract price per linear foot for the above items shall be considered complete compensation for all materials, labor, tools, paint new curbing at islands and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. 8-09 RAISED PAVEMENT MARKERS SECTION 8-09. 1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.1 Description This work shall consist of furnishing, and installing new pavement markers of the type specified in the plans upon the roadway surface in accordance with applicable Kent Standard Plans and/or WSDOT Standard Plans at locations shown in the Contract or as directed by the Engineer. Removal of existing pavement markers shall be included in the unit bid price for this item unless otherwise specified. Unless otherwise noted, pavement markings shall be installed in strict conformance to Kent Standard Plans 6-73 and/or 6-74. Kent Kangley Pedestrian Improvements/Inouye 8 - 13 October 21, 2015 Project Number: 11-3006 SECTION 8-09.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.3(1) Preliminary Spotting The Engineer will provide control points at the locations and intervals determined necessary by the City to assist in preliminary spotting of the lines before the placement of raised pavement markers begins. The Contractor shall be responsible for preliminary spotting of the lines to be marked. Approval by the Engineer is required before the placement of raised pavement markers begins. Preliminary spotting to guide the placement of raised pavement markers is required for all longitudinal lines. Preliminary spotting for each lane of raised pavement markers shall be provided at transition points required by Kent Standard Plan 6-73, RPM Substitution Patterns. SECTION 8-09.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.3(2) Surface Preparation In removing raised pavement markers and plastic traffic buttons, the Contractor shall: 1 . Haul broken-up pieces of raised pavement markers, plastic traffic buttons and all waste material to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Remove all sand, or other waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. 3. Install temporary lane markings at their sole expense, unless the street is going to be remarked, or overlaid immediately after the completed removal of raised pavement markers and/or plastic traffic buttons. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, including the complete removal of all remaining adhesive, and fill any surface voids caused by the removal work. SECTION 8-09.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.4 Measurement When shown as lump sum in the plans or in the Proposal as removal of raised pavement markers and plastic traffic markings, no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete removal of the subject items. Kent Kangley Pedestrian Improvements/Inouye 8 - 14 October 21, 2015 Project Number: 11-3006 SECTION 8-09.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-09.5 Payment The lump sum contract price for "Removal of Raised Pavement Markers and Painted and/or Thermoplastic Traffic Markings" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove and dispose of the raised pavement markers and painted and/or thermoplastic traffic markings as described in the specifications or as directed by the Engineer. 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-12.1 Description This work shall consist of installing, adjusting, removing, relocating, replacing or restoring existing property fences of all types specified in accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. SECTION B-12.3(9) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-12.3(1) Chain Link Fence and Gates Existing fences and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall meet the requirements shown in the plans or as directed by the Engineer. Security fence shall meet WSDOT Standard Plan L-40.20-01 ; Glare Screen Type 2 (black, vinyl coated chain link with slats) with 3 strands of black vinyl coated wire with galvanized barbs. Includes 18" wide, 6" thick, concrete mow strip with medium brush finish. SECTION 8-12.3(2) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-12.3(2) Wire Fence and Gates Existing wire fence and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall be in general conformance to the requirements of Section 8-12 of the WSDOT Standard Specifications. SECTION 8-12.4 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-12.4 Measurement Remove and relocate fence shall be measured by the linear foot of relocated fence, along the ground line, exclusive of openings. Gates shall be included in the fence measurement. Kent Kangley Pedestrian Improvements/Inouye 8 - 15. October 21, 2015 Project Number: 11-3006 Temporary fencing shall be measured by the linear foot of temporary fence, along the ground line exclusive of openings. Gates shall be included in the fence measurement. Remove and restore fence shall be measured along that portion of the fence which must be removed in order to perform necessary work. Measurement for payment will be between the closest posts which remain undisturbed by the work. Restoration of fence beyond the stated limits is incidental to and included in the measured length defined above. If the Contractor removed additional fence for its convenience, restoration of the additional length of fence shall be at its sole expense. SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.5 Payment "Remove Existing Fence," per linear foot. "Install New Chain Link Fence," per linear foot. 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.1 IS SUPPLEMENTED BYADD/NG THE FOLLOWING: 8-14.1 Description This work shall also consist of constructing wheel chair ramps at all street intersections, curb return driveways, or other locations in accordance with these specifications and in reasonable close conformity to the dimensions and cross-sections shown in the plans and to the lines and grades as staked by the Engineer. SECTION 8-14.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-14.3(3) Placing and Finishing Concrete The concrete shall be placed in the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall be troweled smooth with a steel trowel. After trowling and before installing the contraction joints or perimeter edging, the walking surfaces of the sidewalk and ramps shall be brushed in a traverse direction with a stiff bristled broom, The curb face and top on the monolithic cement concrete curb and sidewalk and the cement concrete sidewalk with raised edge shall be smooth. Expansion and contraction joints shall be constructed as shown in the Standard plans. When the sidewalk abuts a cement concrete curb or curb and gutter, the expansion joints in the sidewalk shall have the same spacing as the curb. The expansion joint shall be filled to full cross-section of the sidewalk with 3/8-inch premolded joint filler. Kent Kangley Pedestrian Improvements/Inouye 8 - 16 October 21, 2015 Project Number: 11-3006 Sidewalk ramps shall be of the type specified in the plans. The detectable warning pattern shall have the truncated dome shape shown in the Standard Plans and may be formed by either embossing the wet concrete, adding a manufactured material after the concrete has cured, or installing masonry or ceramic tiles. When masonry or ceramic tiles are used, the Contractor shall block out the detectable warning pattern area to the depth required for installation of the tiles and finish the construction of the concrete ramp. After the concrete has set and the forms have been removed, the Contractor shall install the tiles using standard masonry practices. The two-foot wide detectable warning pattern area on the ramp shall be yellow and shall match the color of "Standard Interstate Yellow" paint as specified in Formula K-2-83. Yellow masonry paint for precast curbs, Formula H-3-83, may be used for truncated dome patterns embossed into the concrete surface. SECTION 8-14.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-14.5 Payment Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the Proposal: "Cement Concrete Sidewalk," per square yard "Cement Concrete Sidewalk with Thickened Edge," per square yard "Cement Concrete Sidewalk Ramp Type Perpendicular A," per reach "Cement Concrete Sidewalk Ramp Type Parallel A," per each "Cement Concrete Sidewalk Ramp Type Single Direction A," per each The unit bid per square yard or per each for the above items constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk and wheelchair ramps as shown on the drawings and in accordance with the Kent Special Provisions. The unit price shall include but not be limited to: restoration of areas adjacent to sidewalks and ramps that are disturbed from sidewalk forms; and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation and Gravel Borrow as required shall be paid for under separate bid items. Unit price shall also include all work necessary to discontinue sidewalk panels at locations of existing power poles. 8-18 MAILBOX SUPPORT SECTION 8-18.3 IS REVISED AS FOLLOWS: 8-18.3 Construction Requirements THE SECOND PARAGRAPH IS REPLACED WITH THE FOLLOWING; The existing mailboxes are to be relocated to accommodate the new construction. Within 24 hours of being removed, existing mailboxes shall be reset at a temporary or permanent location. See Kent Standard Plan 6-70. Kent Kangley Pedestrian Improvements/Inouye 8 - 17 October 21, 2016 Project Number, 11-3006 THE THIRD PARAGRAPH IS REPLACED WITH THE FOLLOWING: New mailbox supports which are not to be installed within sidewalks or walkways, shall be backfilled with adjacent native material and compacted to the satisfaction of the Engineer. Mailbox supports which are to be installed within sidewalks or walkways shall be enclosed within 8 inch diameter PVC sleeves and then backfilled with adjacent native material and compacted to the satisfaction of the engineer. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL SECTION B-20. 1 IS REVISED AS FOLLOWS: 8-20.1 Description THE SECOND PARAGRAPH IS REVISED TO READ AS FOLLOWS: Unless otherwise noted in the plans, the locations of traffic signal poles, controller cabinets, and street light standards are exact. The locations of junction boxes, conduits and similar appurtenances shown in the plans are approximate; and the proposed locations will be staked or similarly marked by the Contractor and approved by the Engineer. SECTION B-20.2(7) IS REVISED BYADD/NG THE FOLLOWING TO PARAGRAPH 3, FOLLOWING ITEM2: 8-20.2(1) Equipment List and Drawings 3. Photometric curve data provided in electronic format I ES format files provided on a 3 1/2 inch diskette or CD-ROM disk. 4. Photometric calculations showing that the proposed Iuminaire meets the minimum street lighting requirements of the City. 5. Catalog Cuts and/or ordering information clearly showing selected Iuminaire options. 8-20.3 Construction Requirements SECTION B-20.3(5) IS REVISED AS FOLLOWS: 8-20.3(5) Conduit THE SECOND PARAGRAPH IS REPLACED /N ITS ENTIRETY WITH THE FOLLOWING: The size of conduit used shall be that size shown in the plans. Conduits smaller than 2-inch electrical trade size shall not be used. No conduit run shall exceed 225 degree total bends in any run without prior approval of the Engineer. Kent Kangley Pedestrian Improvements/Inouye 8 - 18 October 21, 2015 Project Number: 11-3006 THE FOLLOWING PARAGRAPH IS ADDED AFTER THE SECOND PARAGRAPH: The Contractor shall install 1/4 inch diameter nylon pull rope in all conduit runs. A tracer wire terminating within Junction boxes shall be installed in all conduits intended for future use. The tracer wire shall be uninsulated #8 AWG stranded copper. THE FOLLOWING CHANGES APPLY TO THE NUMBERED ITEMS FOLLOWING THE WORDS"Galvanized steel conduit shall be installed at the following locations:" Item 1. Change to read "All State highway roadbed crossings" Item 3. Contents are deleted, leaving it BLANK THE THIRD PARAGRAPH OF SECTION 8-20.3(8) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-20.3(8) Wiring All splices in underground illumination circuits and induction loops circuits shall be installed withinjunction boxes. The only splice allowed in induction loop circuits shall be the splice connecting the induction loop lead in conductors to the shielded home run cable. Splices for illumination circuits, including two way, three way, four way and aerial splices, and splices for induction loop circuits shall be spliced with copper crimped solder-less connectors installed with an approved tool designed for the purpose to securelyjoin the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Sections 9-29.12(1) and 9-29.12(2) of the Kent Special Provisions to seal each splice individually, unless otherwise specified by the Engineer. In no case shall epoxy splice kits be permitted. SECTION 8-20.3(10) IS REVISED AS FOLLOWS: 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets THE LAST PARAGRAPH OF THIS SECTION IS DELETED /N ITS ENTIRETY, SECTION 8-20.3(94)C IS REVISED AS FOLLOWS: 8-20.3(14)C Induction Loop Vehicle Detectors THE LAST SENTENCE IN ITEM 2 IS REVISED TO READ: Each additional loop installed in the lane shall be on 12 foot centers. ITEM 4 IS REVISED AS FOLLOWS: 4. All content after the first sentence is DELETED. I TEM 9 AND I TEM 10 CONTENTS ARE DELETED, LEAVING THEM BLANK Kent Kangley Pedestrian Improvements/Inouye 8 - 19 October 21, 2015 Project Number: 11-3006 I SECTION 8-20.3(14)C IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THIS SECTION: Loop sealant shall be CrafcoTm Loop Detector Sealant 271, or approved equal. Installation shall conform to the manufacturer's recommendations. SECTION 8-20.3(14)D IS REVISED AS FOLLOWS: 8-20.3(14)D Test for Induction Loops and Lead-In Cable SPECIFIED TESTS ARE REVISED AS FOLLOWS: Test B — A megger test at 500 volts DC shall be made between the cable shield and grounding, prior to connection to grounding. The resistance shall equal or exceed 200 megohms. Test C — A megger test shall be made between the loop circuit and grounding. The resistance shall equal or exceed 200 megohms. SECTION 8-20.3(14)E IS REVISED AS FOLLOWS: 8-20.3(14)E Signal Standards ITEM 8 IS REVISED AS FOLLOWS: B. All tenons shall be field installed using Astro-BracTm AB-3008 Clamp Kits, or pre-approved equal. SECTION 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment The unit contract price per each for "Adiust Existing Junction Box to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Adjusting the grade by adding or removing risers, rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for "Removing Existing Pedestrian Signal Pole and Foundation" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing pedestrian signal pole and foundation. This work includes but shall not be limited to: removal of the existing pedestrian signal pole and delivery of the pole to the City of Kent Storage Facility, excavation, backfilling, and removal and disposal of the existing pedestrian signal pole foundation. Kent Kangley Pedestrian Improvements/Inouye 8 - 20 October 21, 2015 Project Number: 11-3006 The unit contract price per each for "Remove Existing Pedestrian Pushbutton Assembly and Signal Head" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing pedestrian pushbutton assembly and signal head. This work includes but shall not be limited to: removal of the existing pushbutton assembly and pedestrian signal head, delivery of the assembly and signal head to the City of Kent Storage Facility, and disconnection of all wiring to remove the assembly and signal head. The unit contract price per each for "Pedestrian Signal Standard Type PS with Foundation" constitutes complete compensation for all labor, tools, materials, supplies and foundation necessary to install the pedestrian signal standard as shown on the plans. This bid item shall include but shall not be limited to: concrete foundation, supplying and installing the pedestrian signal standard, excavation, backfilling, compacting and other items as specified. Also included in this bid item is the trenching, conduit, and trench backfill. The unit contract price per each for "Countdown Pedestrian Signal Head with Pushbutton Assembly" constitutes complete compensation for all labor, tools, materials, supplies and foundation necessary to install the pedestrian signal head with pushbutton assembly. This bid item shall include but shall not be limited to: remove existing pedestrian signal head, supplying and installing the countdown pedestrian signal head, pushbutton assembly with audible tone locator, information placards with tactile arrow, and speech walk message, wiring, connection to the existing signal cabinet, modifying of the existing system, labor and industry inspection, and all other items required for a fully functional system. "Roadside Rectangular Rapid Flashing Beacon" "Median Rectangular Rapid Flashing Beacon" The unit contract price per each for the above items shall constitute complete compensation for all supplies, labor, tools, materials and equipment necessary to supply and install the rectangular flashing beacon as shown on the plans. This bid item shall include but not be limited to: supplying and installing the rectangular flashing beacon, wiring, connection to the existing signal cabinet, modifying of the existing system, labor and industry inspection, and all other items required for a fully functional system. The unit contract price per each for "Pedestrian Pushbutton with Curb Base, Type PPB" shall constitute complete compensation for all labor, tools, materials, supplies and foundation necessary to install the pedestrian pushbutton with curb base as shown on the plans. This bid item shall include but not limited to: installing the concrete curb base, supplying and installing the pedestrian pushbutton, wiring, connection to the existing signal cabinet, modifying of the existing system, labor and industry inspection, and all other items required for a fully functional system. Kent Kangley Pedestrian Improvements/Inouye 8 - 21 October 21, 2015 Project Number: 11-3006 The unit contract price per each for "6' Diameter Traffic Loop" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide and install a traffic loop to the size and location shown on the drawings and in accordance with the Kent Special Provisions and WSDOT Standard Specifications. The unit bid shall include but not be limited to: saw cutting the pavement; the first 30 lineal feet of lead-in wire, sealing; connect new wiring to existing home run cable; testing and any additional labor, grinding to open and re-welding to close lids on junction boxes, materials, tools, supplies and equipment necessary for the satisfactory completion of said item. Bid item shall also include any concrete curb and gutter cutting, sealing, and restoration needed for loop and wire installation. Note: The Contractor shall vacuum up all slurry produced during saw cutting for traffic loops and dispose of offsite in accordance with applicable regulations. The unit contract price per lineal foot for "Additional Lead-In Wire" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the additional lead-in wire at the location shown on the plans and described in the specifications, The unit bid shall include but not be limited to: saw cutting the pavement; wiring; sealant; connect new wiring to existing home run wire; testing and any additional labor, grinding to open and re-welding to close lids on junction boxes, materials, tools, supplies and equipment necessary for the satisfactory completion of said item. Bid item shall also include any concrete curb and gutter cutting, sealing, and restoration needed for loop and wire installation. NOTE: This bid item will be paid based on the lineal footage of saw cutting, regardless of the lineal footage or number of lead-in wire. Measurement begins after the first 30' of individual loop home run cable and saw cut or after two or more loop wire/cuts are combined together to form a lead in. "Junction Box. Type 1 " "Junction Box, Type 2" "Junction Box, Type 8" The unit contract price per each for the above items shall include all costs for the work required to furnish and install the junction box, including dewatering if necessary, backfill, compaction and adjustment to final grade. Junction box lid shall be welded shut after acceptance. This bid item shall be used for the tracer wire and spare conduit systems. Junction boxes used for the signal systems shall be paid for under the traffic signal modification bid items. The unit contract price per each for "Remove Existing Junction Box" constitutes complete compensation for labor, materials, and equipment necessary to remove the junction box as shown on the plans. The price also includes but is not limited to excavation, shoring, dewatering, backfilling, compacting, and removal and disposal of the conduit and wire. Kent Kangley Pedestrian Improvements/Inouye 8 - 22 October 21, 2015 Project Number: 11-3006 The unit contract price per lineal foot for "2 Inch Diameter Schedule 80 Conduit" constitutes complete compensation for all materials, labor, tools, supplies and equipment required to install the spare conduit as shown on the plans and described in the specifications. The bid item price shall include but is not limited to: trenching, excavation, hauling, supplying and installing the conduit and fittings, backfill, compaction, pull rope, and connection to the junction boxes. 8-21 PERMANENT S I GN I NG SECTION B-21.3(4) IS REVISED BY DELETING THE 4TH SENTENCE AND BY ADDING THE FOLLOWING: 8-21.3(4) Sign Removal Wood signs, wood sign posts, wood structures, metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. Aluminum signs shall remain the property of the City. The Contractor shall bundle and band the signs, and deliver the signs to the Sign Shop at the City Maintenance Facility located at 5821 South 2401h Street (a.k.a. West James Street.) All signs shall be delivered to the Sign Shop prior to physical completion of the project. The Contractor shall be charged $2.00 per square foot for any signs that are lost or are rendered unusable as signs by the Contractor's operation. Also see Section 2-02.3 of the Kent Special Provisions. SECTION B-21.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3(5) Sign Relocation Relocated signs shall be installed on new wood posts unless otherwise specified on the plans, or by the Engineer. SECTION B-21.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.5 Payment The unit contract price per each for "Traffic Sign with Post and Foundation" constitutes complete compensation for all tools, labor, materials, supplies and equipment necessary to construct the sign foundation, supply and install the new metal sign post and traffic sign. The unit contract price per each for "Remove and Reinstall Traffic Sian with Foundation" constitutes complete compensation for all tools, labor, materials, supplies and equipment necessary to remove, dispose, salvage, reinstall, and deliver the traffic signs shown on the plans and described in the specifications. This bid item also includes constructing the new sign foundation with sleeves and supplying and installing the new metal sign post. Kent Kangley Pedestrian Improvements/Inouye 8 - 23 October 21, 2015 Project Number: 11-3006 The lump sum contract price for "Remove and Reinstall Traffic Sian" constitutes complete compensation for all tools, labor, materials, supplies and equipment necessary to remove, dispose, salvage, reinstall, and deliver the traffic signs shown on the plans and described in the specifications. This bid item also includes supplying and installing new metal posts. 8-22 PAVEMENT MARKING i SECTION 8-22. 1 IS REVISED AS FOLLOWS: 8-22.1 Description THE TEXT UNDER CROSSWALK STRIPE IS REPLACED WITH THE FOLLOWING: A series of pairs of parallel SOLID WHITE lines, 8-feet long, 8 inches wide, aligned parallel with the direction of traffic, with an 8 inch space between the lines. Pairs are located as shown in Kent Standard Plan 6-75, THE TEXT UNDER TWO WAYLEFT TURN STRIPE IS REPLACED WITH THE FOLLOWING: A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4 inch space. The broken or "skip" pattern shall be based upon the City's 12-foot line and a 30-foot space, except where the existing paint markings use a different pattern in which case the existing pattern will be used. The solid line shall be installed to the right of the broken line in the direction of travel. THE FOLLOWING NEW PAVEMENT MARKING IS ADDED: Yellow Painted Curb A SOLID YELLOW stripe,just wide enough to completely cover the concrete curbing. SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Material for pavement and curb markings shall be white or yellow paint as noted in the Proposal and Bid Item Descriptions. All paint, including the paint for the concrete curbs, shall be described in the Qualified Products List as "Temporary Pavement Marking Paint — Low VOC Solvent Based." Paint and sprayed material shall be applied with a top dressing of glass beads. All Paint shall comply with the specifications for no heat, instant dry pavement markings. Glass beads shall be AC-110 Highway Street Spheres, or pre-approved equal. Kent Kangley Pedestrian Improvements/Inouye 8 - 24 October 21, 2015 Project Number: 11-3006 Material for pavement markings shall be paint, plastic or Raised Pavement Markings (RPMs) as noted in the bid item. Paint and plastic shall be selected from materials listed in the Qualified Products list (QPL). Material for RPMs shall meet the requirements for Section 8- 09.2. SECTION 8-22.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 8-22.3(2) Preparation of Roadway Surfaces The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. SECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(5) Installation Instructions RPMs shall be installed per the requirements of Section 8-09.3(4). SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. Kent Kangley Pedestrian Improvements/Inouye 8 - 25 October 21, 2015 Project Number: 11-3006 Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8-09.3(1) of the Kent Special Provisions. The City has not shown the existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type of items to be removed. SECTION 8-22.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement Painted yellow curb, white edge line paint stripe, double yellow center paint stripe, and two way left turn stripe shall be measured by the completed linear foot. The measurement for all painted stripes will be based upon a marking system capable of simultaneous application of two 4-inch lines with one 4-inch space between the two lines. No deduction will be made for the unmarked area when the pavement marking includes a skip stripe; and no additional measurement will be allowed when more than one line can be installed on a single pass of the marking system. Measurement of raised pavement markers will be units of one hundred for each type of marker furnished and set in place. SECTION 8-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.5 Payment Payment will be made in accordance with Section 1-04.1 , for each of the following bid items that are included in the Proposal: "Plastic Stop Line," per linear foot. +"Plastic White Edge Line." per linear foot. "Plastic Crosswalk Line." per linear foot. "Plastic Yellow Edge Line," per linear foot. The unit contract price per lump sum for "Permanent Channelization" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install permanent channelization at the locations shown on the plans and described in the specifications. 8-23 TEMPORARY PAVEMENT MARKINGS I THE FIRST PARAGRAPH OF SECTION 8-23. 1 IS DELETED AND REPLACED WITH THE FOLLOWING: Kent Kangley Pedestrian Improvements/Inouye 8 - 26 October 21, 2015 Project Number: 11-3006 8-23.1 Description The work shall consist of furnishing, installing and removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the plans and for all lane shifts and detours resulting from construction activities. Temporary pavement markings shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Edge lines shall be installed unless otherwise specified in the Contract. SECTION 8-24 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-24 ROCK WALL 8-24.1 Description Where shown on the plans or where directed by the Engineer, the Contractor shall construct the rock wall, gravity block wall or gabion cribbing in accordance with the details shown on the plans and as specified herein. Exact limits shall be determined in the field during construction. SECTION 8-24.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-24.3 Construction Requirements Rock walls shall be started by excavating the existing ground as staked by the Engineer and digging a trench for the bottom rocks not less than 1 .5-feet below the subgrade. Gravity block walls or gabion cribbing shall be started in accordance with the approved plans. All excavation for the rock wall shall be completed before beginning placement of rock. Rock selection and placement shall be such that at least 80 percent of the exposed face of the wall is rock. A six-inch tolerance will be permitted for the exterior slope plane and grade in the finished surface of the structure. The overall slope of the face of the wall shall be 6V:1 H. The wall shall be constructed of rock ranging in size from 300 pounds to 900 pounds and shall have a uniform range of size in between. The minimum rock weight shall increase from top to bottom with the top three (3) feet consisting of rock having a minimum weight of 300 pounds and with a minimum rock weight for each succeeding three (3) foot zone increasing by an additional 300 pounds over the zone above. The stones shall be selected rocks approximately rectangular in shape. Before placing the rock wall, the slopes of the embankments shall be dressed true to the lines and grades required by the plans. Kent Kangley Pedestrian Improvements/Inouye 8 - 27 October 21, 2015 Project Number, 11-3006 Each horizontal row of rocks shall be seated and bedded by tamping and compacting the backfill material behind the rock to provide a stable condition for the entire wall. Each rock shall rest firmly on previously placed courses and shall be keyed into adjacent rocks by utilizing the natural irregular shape of the rocks. Rocks shall be individually placed. Placement by dumping will not be permitted. No payment shall be made for improperly placed rock. Shoulder ballast shall be used for backfill directly behind the rock wall. Underdrain pipe and gravel backfill for drains shall be placed in accordance with the plans. The Contractor shall follow the construction requirements as stated in this section and in the Construction Guide notes on construction plans. SECTION 8-24.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-24.5 Payment The contract price per lump sum for "Rock Retaining Wall" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to install the rock wall in accordance to the plans and specifications. The cost for excavation, backfill with quarry spalls, fabric, and under drain pipes, shall be included in this bid item, 8-28 POTHOLE UTILITIES 8-28.1 Description This work shall consist of potholing utilities at the locations shown on the plans and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with Kent Kangley Pedestrian Improvements/Inouye 8 - 28 October 21, 2015 Project Number: 11-3006 designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: The contract price per each for "Pothole Utilities" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. 8-30 PROJECT SIGNS 8-30.1 Description This work shall consist of providing all posts, braces, and hardware and installation and maintenance of City-furnished project signs where shown in the plans or where directed by the Engineer. Contractor shall pick up signs at the City Maintenance Shop on West James Street, telephone (253) 856-5600. Contractor shall provide two weeks notice to the Shops prior to installation to schedule pickup. All project signs become the property of the City at the end of the project, and the Contractor shall return project signs to the same facility when so directed by the Engineer. 8-30.2 Materials Sign posts shall be 4 inch x 6 inch Fir. 8-30.3 Construction Requirements 8-30.3(1) Erection of Posts All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-30.3(2) Design A Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top, the bottom, and in the middle. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.3 Installation Fasten two (2) vertical 4 inch x 6 inch Fir posts evenly spaced at the back of the sign board. Posts shall be of break-away design with no more than 12.25 square inches of drilled shear area at a point 2 inches Kent Kangley Pedestrian Improvements/Inouye 8 - 29 October 21, 2015 Project Number: 11-3006 above the ground, or as directed by the Engineer. Attachment of posts and bracing shall meet with the approval of the Engineer. I 8-30.4 Measurement Project signs will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project signs—as determined by the Engineer—shall be deemed noncompliance with this Specification. 8-30.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when they are included in the Proposal: The unit contract price per each for "Project Sign Installation" constitutes complete compensation for furnishing all labor and materials, to pick up sign(s) from the City Shops, installation and maintenance of project sign(s) for the life of the project and removal and delivery of sign(s) back to the City Shops. Failure to adequately maintain and return project signs to the City Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer's discretion. I Kent Kangley Pedestrian Improvements/Inouye 8 - 30 October 21, 2015 Project Number: 11-3006 DIVISION 9 - MATERIALS 9-03 AGGREGATES SECTION 9-03.12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING: 9-03.12(3) Gravel Backfill for Pipe Zone Bedding Pipe bedding shall be 5/8 inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: Sieve Size Passing 3/4 Inch 100% 5/8 Inch 95 - 100% 1/4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. % Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. SECTION 9-03.14(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passing 3 Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to five percent (5%) based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. Where additional materials are required to formulate the street sub- base to the cross section denoted in the plans, said additional material shall be Gravel Borrow. Kent Kangley Pedestrian Improvements/Inouye 9 - 1 October 21, 2015 Project Number: 11-3006 i * The maximum size of stone for geosynthetic reinforced walls or slopes shall be 100 percent passing 1 1/4 inch square sieve and 90 to 100 percent passing 1 inch square sieve. All other sieve values continue to apply. SECTION 9-03.1% IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.17 Foundation Material Class I and Class 1 I Foundation Material Class I and Class I I shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class I I shall conform to the following gradations: Percent Passing Sieve Size Class I Class II 6" square 100 --- 4" square --- 100 2" square 0 65-85 1" square --- 40-70 1/4" square --- 20 max All percentages are by weight. In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max Soundness 5% max loss Density (solid volume) 155 pcf min Specific Gravity 2.48 min SECTION 9-03.21(1)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-03.21 (1)D Recycled Steel Furnace Slag Steel Furnace Slag shall not be used for any purposes. Kent Kangley Pedestrian Improvements/Inouye 9 - 2 October 21, 2015 Project Number: 11-3006 9-13 RIPRAP. QUARRY SPALLS, SLOPE PROTECTION. AND ROCK FOR EROSION AND SCOUR PROTECTION AND ROCK WALLS SECTION 9-13 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-13.8 Rock for Ditches Rocks for ditches shall meet the following requirements for grading: Sieve Size Percent Passing 12" 95 to 100 6" 40 to 60 3" 10 to 20 3/4" 0 to 5 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14. 1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING; 9-14.1 (1) Topsoil Type A Topsoil Type A shall be free of weeds and consist of the Special Planting Mixture per Section 9-14.4(9) of these Kent Special Provisions with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. SECTION 9-14. 1(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 9-14.1(1)A Rotted Manure Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. 9-14.1 (1)B Peat Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. 9-14.1 (1)C Sandy Loam Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) ......... 100% Passing 1 mm sieve .................................. 80% minimum Passing 0,15 mm sieve .............................. 15% maximum Kent Kangley Pedestrian Improvements/Inouye 9 - 3 October 21, 2015 Project Number: 11-3006 I SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix A (Roadside and Erosion Control Grass): Weight Seed Mix "A" Min. % Min. % Max. Proportion Ingredient Pure Seed Germination Weed Seed 40% Perennial R e rass 98% 90% 0.5% 40% Creeping Red Fescue 98% 85% 0.5% 10% Colonial Bent grass 98% 90% 0.5% 10% White Dutch Clover 98% 90% 0.5% Pre-inoculated) Mix B (Landscaped Area Grass): Weight Seed Mix "B" Min. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewin s Fescue 95% 90% 0.5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual R e rass 95% 90% 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Kent Kangley Pedestrian Improvements/Inouye 9 - 4 October 21, 2015 Project Number: 11-3006 Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium ......... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ........... 21% (Analyzed as N) Available phosphorous............. 0% (Analyzed as P205) Available potassium ................ 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.4 Mulch and Amendments SECTION 9-14,4(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4(8) Compost Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS, 9-14.4(9) Special Planting Mixture Special planting mixture shall consist of three-way mix consisting of one part rotted manure, one part sandy loam, and one part peat by volume with commercial fertilizers added as specified herein and having a pH range of5.0to6.0. Rotted manure shall consist of well-rotted, unleashed cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. Kent Kangley Pedestrian Improvements/Inouye 9 - 5 October 21, 2015 Project Number: 11-3006 Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) 100% Passing 1 mm sieve ......................... 80% minimum Passing 0.15 mm sieve ..................... 15% maximum The sandy loam shall be free from subsoil, noxious weed seed and other foreign substances and shall have a pH factor of between 5.0 and 6.0. Maximum Electrical Conductivity shall be 2.0 milliohms. 9-14.4(12) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586, The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. 9-16 FENCE AND GUARDRAIL SECTION 9-16. 1(1)B IS DELETED AND REPLACED WITH THE FOLLOWING: 9-16.1 (1)B Chain Link Fence Fabric Chain link fabric shall consist of 9 gage wire (0.148-inch diameter) for all fences unless specified otherwise. The fabric wire shall be: Galvanized steel wire conforming to ASTM A 392. Galvanizing shall be Class I performed by the hot dip process. The wire shall be woven into approximately 2-inch diamond mesh. The width and top and bottom finish of the fabric shall be as shown in the plans. Kent Kangley Pedestrian Improvements/Inouye 9 - 6 October 21, 2016 ',.. Project Number: 11-3006 9-28 SIGNING MATERIALS AND FABRICATION SECTION 9-28. 1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-28.1 General All signs shall be reflectorized except for City Project Signs. ALL PERMANENT SIGNS, EXCEPT "NO PARKING ANYTIME" SIGNS SHALL HAVE VIP SIGNS AND CLASS A TEMPORARY DIAMOND GRADE RETRO- REFLECTORIZED SHEETING, UNLESS NOTED OTHERWISE IN THE PLANS. "NO PARKING ANYTIME" signs shall have engineer grade retro- reflectorized sheeting. SECTION 9-28. 14(2) IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-28.14(2) Steel Structures and Posts Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall thickness shall be as specified in the plans or Standard Plans. All other structural steel for sign bridge structures and cantilever sign structures shall conform to ASTM A 36. Truss member connection hardware shall conform to Section 9-06.5(3). Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural steel for bridge mounted sign brackets shall conform to ASTM A 36. U bolts, and associated nuts and washers, shall be stainless steel conforming to Section 9-28.11 , and shall be fabricated hot. Anchor rods, nuts and washers for sign bridge structure foundations shall conform to Section 9-06.5(4). Anchor rods for cantilever sign structure foundations shall conform to ASTM F 1554 Grade 104, including the appropriate supplemental requirements for grade and manufacturer's identification, and charpy impact testing (15 foot- pounds minimum at 40F). Nuts and washers for cantilever sign structure foundations shall conform to AASHTO M 291 Grade DH and AASHTO M 293, respectively. Anchor rods for sign bridge structures and cantilever sign structures shall be galvanized after fabrication a minimum of 1'-0" at the exposed end in accordance with AASHTO M 232. Anchor rod templates shall conform to ASTM A 36, but need not be galvanized. Steel sign structures and posts shall be galvanized after fabrication in accordance with AASHTO M 111, unless noted otherwise in the plans. All bolts, nuts, and washers shall be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise specified in the plans or Kent Special Provisions, metal surfaces shall not be painted. Kent Kangley Pedestrian Improvements/Inouye 9 - 7 October 21, 2015 Project Number: 11-3006 Minor fabricating and modifications necessary for galvanizing will be allowed if not detrimental to the end product as determined by the Engineer. If such modifications are contemplated, the Contractor shall submit to the Engineer, for approval six copies of the proposed modifications, prior to fabrication. 9-29 ILLUMINATION, SIGNAL, ELECTRICAL SECTION 9-29. 1 IS SUPPLEMENTED BYADDING THE FOLLOWING PARAGRAPH TO THE BEGINNING OF THIS SECTION: 9-29.1 Conduit, Innerduct, and Outerduct Unless otherwise specified on the Street Lighting or Traffic Signal Plans, all conduits for street lighting, traffic signals and traffic signal interconnect cables for projects within the city limits of Kent shall be Schedule 80 PVC conduit, minimum size 2 inches. 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes SECTION 9-29.2(l) IS SUPPLEMENTED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THIS SECTION. 9-29.2(1) Standard Duty and Heavy-Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. SECTION 9-29.3 IS REVISED AS FOLLOWS: 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable SECTION 9-29.3(2)1 IS REVISED AS FOLLOWS: 9-29.3(2) 1 Twisted-Pair Communication Cable Replace "AWG 22" with "#AWG 19". THE LAST SENTENCE IN THE FIRST PARAGRAPH HAS BEEN REVISED TO READ AS FOLLOWS: This cable shall be filled with a gel compound to resist water penetration and migration unless otherwise specified by the plans. 9-29.12 Electrical Splice Materials SECTION 9-29,72(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(2) Traffic Signal Splice Material Induction loop splices shall be made with solderless crimp connectors to securelyjoin the wires both mechanically and electrically. Equipment and methods shall be as recommended by the manufacturer of the splicing materials. Each solderless crimp connector splice shall be Kent Kangley Pedestrian Improvements/Inouye 9 - 8 October 21, 2015 Project Number: 11-3006 wrapped with Scotchl"#06147 Electrical Moisture Sealant, or approved equal. 9-29.13 Traffic Signal Controllers SECTION 9-29. 13(2) IS REVISED AS FOLLOWS: 9-29.13(2) Flashing Operations ADD THE FOLLOWING TO THE END OF THE FIRST PARAGRAPH: When the cabinet is commanded to Flashing mode, the DC supply voltage shall be removed from all loadswitches. The flash transfer relays shall be de-energized during flashing operations. REPLACE THE LAST SENTENCE IN ITEM 2 WITH THE FOLLOWING: When the flash-automatic switch is changed to the automatic position, the controller shall resume normal automatic operation with the display and timing as it existed before the flash mode was enabled. DELETE THE SECOND SENTENCE IN ITEM 3. DELETE ITEM 4 /N ITS ENTIRETY. REVISE ITEM 5 BY DELETING "at the beginning of major street green" IN THE LAST SENTENCE. 9-29.13(3) Emergency Preemption SECTION 9-29. 13(3) IS REVISED BY DELETING THE FOURTH SENTENCE. SECTION 9-29.13(7) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.13(7) Traffic-Actuated Controllers The traffic-actuated controller for all City traffic signals shall be a US Traffic MultisonicsTM 820A-VMS. SECTION 9-29. 13(7)B IS REVISED AS FOLLOWS: 9-29.13(7)B Auxiliary Equipment for NEMA Controllers ITEM 2 IS REPLACED WITH THE FOLLOWING: 2. Type P-1 controller cabinets shall include a fully-wired 16-position back panel / load bay. Printed circuit-type load bay design is not acceptable. The load bay shall be of the tilt down style requiring no tools to swing it down; giving access to the back of the load switches and all wiring behind the load bay. The cabinet shall include the following additional components: twelve solid- state load switches that conform to NEMA TS-2 specifications, eighteen 2 channel detectors (Reno A+ET"" Model C-1200-R or Kent Kangley Pedestrian Improvements/Inouye 9 - 9 October 21, 2015 Project Number: 11-3006 approved equal), two 24 VDC regulated detector power supplies (Detector SystemsTM Model 201 or approved equal), twelve red outputjumpers to short pin 1 to pin 3 on the loadswitch sockets and auxiliary accessories to provide a complete and functional traffic signal control system. ITEM 3c. IS SUPPLEMENTED AT THE END WITH THE FOLLOWING: A minimum of twenty AC neutral termination points shall be available for field wire termination in the lower portion of the cabinet. ITEM 3f. IS SUPPLEMENTED AT THE END WITH THE FOLLOWING: A minimum of ten earth ground unused termination points shall be available for field wire termination in the lower portion of the cabinet. ITEM 4 IS REPLACED WITH THE FOLLOWING: 4. A police panel located behind the police panel door shall be equipped with a flash-automatic switch. See Section 9-29.13(2) (above) for operational requirements. ITEM 5 IS REPLACED WITH THE FOLLOWING: 5. An auxiliary control panel located inside the controller cabinet with a Flash-Automatic switch, a Controller On-Off switch, and a Stop Time switch. The Flash-Automatic switch shall put the signal on Flash without applying Stop Time. The Stop Time switch shall provide for application of stop time or disabling ALL other stop time inputs. A ground fault interrupter-protected double outlet shall also be provided on the panel. The panel shall be side or bottom-hinged. ITEM 6 IS REPLACED WITH THEFOLLOWING: 6. The conflict monitor shall be a Solid State DevicesTM Model LCD12P, or approved equal. See Section 9-29.13(2) of the Kent Special Provisions for operational requirements. The unit shall monitor conflicting signal indications at the field connection terminals. The unit shall be wired in a manner such that the signal will revert to Flash if the conflict monitor is removed from service and the cabinet door is closed. Supplemental resistor loads, not to exceed 10 watts per monitored circuit, shall be provided to prevent monitor actuation caused by dimming or lamp burnout. Supplemental loads shall be installed on the control side of the field terminals, for the odd numbered phases only, i.e. 1 , 3, 5, 7. ITEM S IS REPLACED WITH THE FOLLOWING: 8. Detector switches with separate operate, test, and off positions shall be provided. The switches shall provide a spring loaded momentary contact that will place a call to the controller. When in the OFF position, respective detector circuits will be disconnected. Kent Kangley Pedestrian Improvements/Inouye 9 - 10 October 21, 2015 Project Number: 11-3006 '.. In the OPERATE position, each respective detector circuit shall operate normally. Switches shall be provided for eight vehicle phase inputs, eight pedestrian phase inputs and eight system detector inputs. All switches on the panel shall be marked with the function they control. All marked numbers shall be permanent. ITEM 11 15 REPLACED WITH THE FOLLOWING: 11 . A fluorescent interior cabinet light mounted at the top of the enclosure with a door switch to automatically energize when the door opens. The light shall be installed a minimum of 12 inches from the vent fan thermostat. The switch shall be labeled "LIGHT." ITEM 12 IS SUPPLEMENTED WITH THE FOLLOWING: 12. No more than one wire shall be permitted per crimped terminal lug. All terminals shall be identified in conformance to the cabinet wiring diagram. All equipment input and output functions shall be terminated on terminal blocks for easy access. The cabinet shall contain a spare door indicator switch (normally closed contacts) which will be wired to a terminal block for future use. ITEM 15 IS ADDED TO THIS SECTION TO READ AS FOLLOWS: 15. Emergency preemption equipment shall be 3MTm 700 series. The lead in cable, from the optical detectors to the controller cabinet shall be 3MTm Type 138 cable. ITEM 16 IS ADDED TO THIS SECTION TO READ AS FOLLOWS: 16. The cabinet shall have a 15 ampere GFI-protected double outlet receptacle mounted on the right side, between the upper and lower equipment shelves. This same GFI will provide protection to outlet receptacles mounted on the Auxiliary Panel. SECTION 9-29.13(7)D IS REVISED AS FOLLOWS: 9-29.13(7)D NEMA Controller Cabinets ITEM 1 IS REPLACED WITH THE FOLLOWING: 1 . Cabinets shall be constructed of aluminum. Cabinets shall be finished inside with an approved finish coat of exterior white enamel. The inside of the main cabinet door does NOT have to be coated. The outside of the aluminum cabinet shall be unfinished. ITEM 3 IS SUPPLEMENTED WITH THE FOLLOWING: 3. The controller cabinet shall be a 44-inch wide Type P-1 aluminum cabinet. Kent Kangley Pedestrian Improvements/Inouye 9 - 11 October 21, 2015 Project Number: 11-3006 9-29.16 Vehicular Signal Heads, Displays, and Housing SECTION 9-29.16(2)A IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.16(2)A Optical Units 1 . Light emitting diode (LED) light sources are required for all signal displays. a. Wattage (maximum): 35 watts. b. Voltage: The operating voltages shall be between 85 VAC and 130 VAC. C. Temperature: Temperature range shall be —35 C to +70 C. d. LED Types: Red balls shall be Dialite TM, part number 433- 1210-003, or approved equal; red arrows shall be DialiteT" part number 432-1314-001 , or approved equal; green balls shall be Dialite TM, part number 433-2220-001, or approved equal; green arrows shall be DialiteTM, part number 432- 2374-001, or approved equal; yellow balls shall be DialiteT"" part number 433-3230-805, or approved equal; yellow arrows shall be DialiteT"", part number 431-3334-001 or approved equal. e. Enclosure: The enclosure for the LEDs and associated circuitry shall be dust and water-resistant. f. Lens: The lens shall be a polycarbonate lens. The lens shall be free from bubbles, flaws, and other imperfections and shall not be diffused. g. Warranty: A five-year written manufacturer's warranty from date of installation on parts and materials will be provided. h. Label: A label shall be provided on the LED housing. The Contractor shall mark the label with a permanent marker to note the installation date. SECTION 9-29. 16(2)B 3RD AND 4TH SENTENCES IN PARAGRAPH 5 HAVE BEEN MODIFIED AS FOLLOWS: 9-29.16(2)B Signal Housing In the third sentence of paragraph 5, all words following the words "stabilized polycarbonate plastic" shall be deleted. The fourth sentence in paragraph 5 is replaced with "Visors shall be flat black in color inside and shall be dark green on the outside". SECTION 9-29. 16(3) POL YCARBONA TE TRAFFIC SIGNAL HEADS IS DELETED IN ITS ENTIRETY. SECTION 9-29. 19 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.19 Pedestrian Push Buttons Where noted in the contract, pedestrian push buttons of substantially tamper-proof construction shall be furnished and installed. They shall be ADA compliant and the actuator shall operate a mechanical switch. Kent Kangley Pedestrian Improvements/Inouye 9 - 12 October 21, 2015 Project Number: 11-3006 The pedestrian push button assembly shall be constructed as shown in the plans. The assembly shall be constructed so that it will be impossible to receive an electrical shock under any weather conditions. SECTION 9-29.20 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.20 Pedestrian Signals Pedestrian signals shall be (filled in) Hand/Man with Countdown Displays containing LED type optics only. Pre-approved is Gelcore part number PS7-CFF1 -27A-J. Audible pedestrian signals shall be Campbell Company AGS with 5 x 7 3/4 sign, or approved equal, when audible pedestrian signals are specified on the Traffic Signal Plans. SECTION 9-29.21 IS REVISED AS FOLLOWS: 9-29.21 Flashing Beacon Delete the words "12 inch yellow displays shall be dimmed 50% after dark'. SECTION 9-29.24 IS REVISED AS FOLLOWS: 9-29.24 Service Cabinets ITEM I. IS REPLACED WITH THE FOLLOWING: I. All service enclosures shall be fabricated from 0.125 inch (minimum) 5052 H 32 ASTM designator or B209 aluminum. The exterior of the aluminum service panel shall be unfinished. SECTION 9-29.24(2) IS REVISED AS FOLLOWS: 9-29.24(2) Electrical Circuit Breakers and Contactors REPLACE THE SECOND PARAGRAPH WITH THE FOLLOWING: Mercury contactors shall not be permitted. SUPPLEMENT THE END OF THIS SECTION WITH THE FOLLOWING THREE PARAGRAPHS: Electrical service will be 120 / 240 volts, 60 Hz. AC where and as noted on the Street Lighting and/or Traffic Signal Plans, and include a meter base to allow installation of a power meter. Service conductors shall be stranded copper wires. The smallest service wire shall be #2 AWG USE from the Puget Sound Energy (PSE) connection to the service cabinet. The electrical service cabinet and service point shall be installed by the Contractor where shown on the Street Lighting and/or Traffic Signal Kent Kangley Pedestrian Improvements/Inouye 9 - 13 October 21, 2015 Project Number: 11-3006 Plans. The service panel shall consist of a 2 pole, 240 VAC, 150 amp Main Breaker for control of all power. The panel shall be equipped with a single 1 pole, 120V, 40 amp branch breaker for a traffic signal, four 2 pole, 240 VAC, 20 amp branch breakers for the lighting circuits, a single 1 pole, 120 VAC, 15 amp lighting control breaker, and a single 1 pole, 120 VAC, 20 amp breaker for the GFI receptacle. See Kent Standard Plan 6-96 for service cabinet information. The service panel shall include a switch to bypass the photocell for street light testing. The electrical service cabinet shall be weather tight. The cabinet shall be equipped with a blue core Bestr"' lock in the cabinet door. See Kent Standard Plans 6-96 for additional information. SECTION 9-29 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 9-29.26 Street Light Lamps Street light lamps shall be Lumalux PIuSTM Plus / ECO high pressure sodium (HPS) lamps, or approved equal, unless otherwise specified on the Street Light Plans. Street light lamps shall: have an average rated life of 24,000 hours; be non-cycling; and contain no more than 5.0 mg/I for lead, and 0.2 mg/I for mercury. 9-29.27 Traffic Signal Battery Backup Power Unit 1 . Features: 1 .1 . All traffic signal battery back-up power units shall employ a 12Volt DC parallel battery system. 24 and 48 Volt battery configurations will not be accepted. 1 .2. All battery backup power units shall utilize the Xantrex@ ProSiner" 2.0 2000 Watt Inverter/Charger unit, complete with associated remote control display panel. 1 .3. Batteries shall be individually connected to the battery bus utilizing approved quick-connect modular battery connectors. Battery connection scheme must provide a "Hot-Swap" capability during operation. Battery cable sizing shall be appropriate for the type and quantity of batteries supplied. 1 .4. Batteries shall be 12 Volts DC, Absorbed Glass Mat type, Group 27. Batteries shall meet or exceed Specification MIL B-8565J (Sec 4.6.22). The quantity of batteries to be supplied shall be specified in the contract, or by the project engineer. 1 .5, All battery backup power units shall possess an AC voltage bypass/disconnect switch or relay. The bypass/disconnect method shall couple the normal AC power source directly to the signal controller cabinet, while completely isolating the inverter/charger unit from the circuit. 1 .6. All battery backup power units shall possess a 0-4 hour Time Delay Relay, with both "delay on make" and "delay on break" Kent Kangley Pedestrian Improvements/Inouye 9 - 14 October 21, 2015 Project Number: 11-3006 contact sets. This relay shall be energized upon loss of AC input power, or "Inverter On" condition. Relay contacts must be easily accessible, and clearly labeled. 1 .7. Cabinets shall be equipped with thermostatically controlled fan ventilation. 1 .8. Equipment supplied shall be one of the pre-approved models listed below, or approved equal. Manufacturer/Vendor Model/Type Advanced Traffic Products, SH12000R Traffic UPS Inc. Brownfield Manufacturing, BMI-7000 Traffic Light Backup Power Inc. Unit 2. Installation/Cabinet Mounting Style: 2.1 Traffic UPS Cabinets shall not exceed 24 inches in width and 18 inches in depth. 2.1 .1 Cabinet height shall be sufficient to accommodate the quantity of batteries required by the contract, or specified by the project engineer. 2.2 Installation shall be performed in accordance with City Construction Standards. Kent Kangley Pedestrian Improvements/Inouye 9 - 15 _ October 21, 2015 Project Number: 11-3006 KEN Y STANDARD The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. WATER 3-7 Valve Box and Operating Nut Extender STORM 5-4 18" x 24" Catch Basin Frame 5-6 18" x 24" 2-Way Vaned Grate STREET 6-33 Cement Concrete Curbs 6-75M Plastic Crosswalk Markings 6-82 Sign Installation 6-82aM Sign Post Installation Type A 6-82bM Sign Post Base Plate Installation Type B 6-83M Street Name Sign Post Installation 6-84M Ground-Mounted Street Name Signs 6-85M Mast Arm Mounted Street Name Sign 6-93 Standard Junction Box Types 1 & 2 (2 sheets) 6-95 Light Duty Junction Box Types 7 * 8 (3 sheets) 6-99 Induction Loop Installation Notes 6-100 Induction Loop Placement Kent Kangley Pedestrian Improvements/Inouye A - 1 October 21, 2015 Project Number: 11-3006 OLYMPIC FOUNDRY VB 940 WITH TWO(2)INCH "DEEP SKIRT" COVER. THE COVER SHALL BE MARKED "WATER". 3 c 4" z¢ En o 4 ,i m I m m- e. d EXTENSION M WATER AS NEEDED d d ' V) _I I_ 3'x3'x4"THICK CONCRETE(3,000 PSI)PAD AROUND VALVE COVER IN UNPAVED AREAS BASE SECTION: RICH 24" PLAN VALVE BOX BOTTOM, OLYMPIC NO.VBIC OR 2" SQUARE PRE-APPROVED EQUAL AND OPERATING SHALL BE COMPATIBLE NUT WITH TOP SECTION 4 ROCK GUARD, 4 1/4" DIA. 1/8" MIN.THICK 0 = w F a VALVE BOX WITH z z OPERATING NUT EXTENDER a i 3/4"SOLID STEEL ROD. NOTES 1. EXTENSIONS SHALL BE A MINIMUM OF ONE(1)FOOT LONG. 2. EXTENSIONS SHALL BE SIZED AS OPERATING NUT EXTENDER NEEDED,AND PAINTED WITH TWO(2) NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT COATS OF METAL PAINT. 5OSEP.� AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 3. EARS,LUGS OR STAINLESS CAP �� of WASN �.� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. SCREWS ON COVER SHALL BE ALIGNED �P0 cz CITY OO DEPARTMENT WITH DIRECTION OF WATER FLOW. + v, 4. FOR ADDITIONAL REQUIREMENTS AND Cam' KENT VALVE BOX AND USE SEE WSDOT STD. SPECIFICATIONS -o ,p 21493 a W..„...,.. OPERATING NUT EXTENDER SECTION 3.19 �D,(. FGISTER� \<;,�' DESIGNED DMW SCALE NONE STANDPRD PLAN5, VALVE BOX SHALL BE CENTERED OVER VJ/ONAL E� DMWN BB CHECKED DATE 3-7 2"SQUARE OPERATING NUT. APPROVED September 2009 i j I 5/8"-11 UNC-2B HOLE (2 PLCS,TYP,) A A I N N N 3/8" ^� I TYP, i 3/4" TOP VIEW 18" 7/8"TYP, 1 S/8"TYP. MIN, 1" 1171 4 1/2" F71//1 16" 3/4" 17 3/4" 25" SECTION A-A NOTES: 1. MATERIAL USED FOR THE FRAME SHALL BE CAST IRON ONLY, (PER ASTM A48 CL30 H-20 LOADING). 2. TOP OF FRAME SHALL BE ADJUSTED EVEN WITH ROADWAY SECTION, NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT '.. � w nI AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE '.. l ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT �" pF W ASH �.4 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. v� co O CITY KENT ENGINEERING DEPARTMENT �r KENT 18"X 24" o� PF21493 E� �� "..HI.a, N CATCH BASIN FRAME O,� OfSTER \� FS-�N (^\G\ DESIGNED_ OWH 5CALE NONE SATDARD PLANrV `P� DRAWN BB AL CHECKED PATE p_4 APPROVED..__. wcwm< J A II DUMP NO POUIRANIS OUTLET TO STREAM � I Tr- 1 1/4" '. g - B � 3/4` I Li J- 1/2" SLOT DETAIL SLOT FORMED AND RECESSED FOR 5/8"- 11 NC x 2"S.S.SOCKET HEAD(ALLEN HEAD)CAP SCREW. A � 1 5/8" 17 3/4" �1 5/8" � -- T. INSET li HEX SOCKET SECTION A-A HEX 2 1/4" 15/16" 23 3/4 zo " /8 N 3 R � — SECTION B•B 5/16" R.R. NOTES: STAINLESS SS STEEL STAINLESS STEEL 1. PROVIDE FRAME SHOWN STANDARD PLAN 5-4. SECURING BOLT 2. FOR THRU CURB INLETS AT LOW POINTS, USE 2-WAY VANED GRATE. 3. GRATE SHALL BE STAMPED"DUMP NO POLLUTANTS", "OUTLET TO STREAM". NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT ()SE AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 4, ALL LETTERING SHOWN SHALL BE 1/2" S f7 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT AND SHALL BE RECESSED. ,S� of WASy THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 5. DUCTILE IRON A AT 7-A-536 GRADE O �Q� \ co O CITY KENT 80-55-06 H-20 RATED. ,� � � ENGINEERING DEPARTMENT 6. GRATE SHALL BE LOCKING. �' �(']' 18"x 24" -o qFG 1493 �� .... ..•= 2—WAY VANED GRATE 7. PROVIDE 2-5/8" DIAMETER STAINLESS of /STE ��� oEsicneo__own " scuE NONE srANOARo PUN STEEL ALLEN TYPE BOLTS COUNTER SS/�n��� �' DRawn DW SUNK FLUSH WITH COVER. CHECKED DATE nwm 5-6 APPROVED__._ Srp-ienlL,er%009 I 12" 6" 5 1/2 T. 10" 2 1/2" 5" 2 1/2° PI - 1/2"R w z P ti ®. 'G 0 �D .y COMBINED CURB AND GUTTER CONCRETE EXTRUDED CURB EXPANSION JOINT 1 10" 2" 3 1/2" 1%MIN. 2%MAX. NOTES: �011 — — 2% MAX,1%MIN. - - 1. CONCRETE CLASS 300D IS REQUIRED. � � a. a �`a 'T2< 2. ROLLED CURB MAY ONLY BE USED WITHIN A CUL-DE-SAC. •y 5"SIDEWALK `a a 3. IN ROADWAY SECTIONS WITH SUPER ELEVATION, ea de THE GUTTER PAN WILL MATCH THE ADJACENT e. 12" PAVEMENT SLOPE. 0 i 4. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. ROLLED CURB COMBINED CEMENT CONCRETE CURB AND GUTTER NOTE: T FACE OF CURB SHALL NOT EXTEND BEYOND THE FACE OF GUARDRAIL I/ TOWARD THE TRAFFIC LANE 1/z" I 3 yLF qN0 VARIES M 1 III II coN R MFNrf04, CEMENT CONCRETE �NcR F�G�c PAVEMENT ROLLED CURB U TRANSITION C RB EXTRUDED CONCRETE CURB UNDER GUARDRAIL S(SEP17 NOTE:THIS PLAN IS NOT LEGAL ENGINEERING DOCUMENT BUT �"� of INAsy AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT tiP THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. = 3 CITY KENT ENGINEERING DEPARTMENT' �PoF �Fc, EaE° �� KENT CEMENT CONCRETE F �� .... .,... CURBS �a�lFlL E� DRAWN ----DESWN g---- —_ SAS NONE STANDARD PLAN CHECKED DATE - 6-33 APPROVED vmwcw i i � a it o w —24"WHITE EQUALLY z CROSSWALK BAR . SPACED n (TYP) g t� Lo ....L.... 24n I I I � I oI l I I 3 I oI 1 I :( B. I 0 4'(TYP) I r I I I 'i I ,� I d 12"-24"WHITE STOP LINE. TIRE TRACKS(TYP,) WIDTH AS SPECIFIED IN THE CONTRACT a TYPICAL 4 LANE ROADWAY CONFIGURATION IS SHOWN . GENERAL NOTES: ' 1. FOR ROADWAYS WITH MORE OR LESS LANES,THE SAME CONFIGURATION APPLIES, CENTER CROSSWALK BARS ON THE LANE LINES,AND IN THE CENTER OF THE TRAVELED PORTION OF THE LANE TO MINIMIZE TIRE WEAR ON THE CROSSWALK BARS. '.. 2. THE CENTERLINE OF THE CROSSWALK SHALL GO FROM THE CENTERLINE OF THE CURB RAMP ON ONE SIDE OF THE STREET TO THE CENTERLINE OF THE CURB RAMP ON THE OTHER SIDE OF THE STREET UNLESS OTHERWISE SHOWN ON THE PLANS, 3, ALL MARKINGS SHALL BE WHITE PLASTIC MATERIAL AS SPECIFIED IN THE CONTRACT AND IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION 9-34. 4. GLASS BEADS(PER WSDOT STANDARD SPECS.SECTION 9-34)SHALL 6E ADDED TO ALL PLASTIC CROSSWALKS AND STOP BARS. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE '.. S� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 0 WAs�tf THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. �0 CITY OF KENT fi? rf. ENGINEERING DEPARTMENT Z KEPI•T PLASTIC CROSSWALK MARKINGS 3B296 w.exxa.ox ISTEg �'�� oEs�cNEo own ._ scAiE NONE _ STANDARD Pw �SSIONAL E DCHECKED.AW00 Dare - _ APPRDVEO EANEEK ��� I J 0 ti Uq N w Q O 0 K Q '� Q V Q 2 V) U• O N U U Y a w a N W d a ¢V¢ p Zpm Z .>¢. U) m O � i O p ¢ w w ¢ w a z ZO Q w ¢ x � o w Q � m 0 u~im mQ m V v lDa ul D 00 t w i^ V• O j i ¢ w m z ¢ w u F m F p x = w O O g F F z g In IL j m 0 W C z . K K Q Q O w cc W z ¢ f 0 OU rwil a < O O O ro m Q N O r O K 0 w LLO w m ¢ O N = paw xoO 2: Z W Z ¢ Z w m W J J' 'nw > O 0 ti O W V K < J x LL LL Z w ¢w Q- ¢ ¢ N Z r V F- V J Z O V CQ K d V z 7 N ¢ o Z I j wJ off p w p O p xzoo x > i ¢ awz ow � d�I2�n Zp0 om mmc 1Z�Ow Fn' Ni¢Npw.w y o Q O a � w 0py z000000 0 000 o 0 ¢ Wm ow \/\/ / /\ Jm wO - O > rV ON ZT F a ' ¢ mc � n ¢ `1pWWp J W O l6i w 0 \j ��bZ F o ¢ 0 m u l M N d Q W � x �ry # a F EO F � OLLQ doulm O w � W U S OSET) NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT WASly �,q AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. y CITY KENT ENGINEERING DEPARTMENT o e 10 ,p 21493 O lz�- �0� FGISTe KENT SIGN INSTALLATION So M ECG e DESIGNED DWH SCALE NONE STANDARD PLAN DRAWN BB CHECKED. DATE - C_p q APPROVED wcixrm V UL i ATTACH SIGNS 30"AND UNDER WITH 2 DRIVE RIVETS,SEE NOTE 5 _ ATTACH SIGNS 11"AND OVER WITH CORNER BOLTS,SEE NOTE 6 SEE NOTES 9 AND 10 kZ3R 030 BAND-IT BRACKET PPROVED EQUAL - 0 SIGN POST SQUARE 2"X 2", 0 14 GAGE,ALL HOLES o PRE-PUNCHED 0 ° o 3' CORNER BOLT, 0 SEE NOTE 6 FINISHED GRADE a� 00 5/16"X i"55 BOLTS WITH <i ' 0 - \/ ),/i��/�i�; S5 WASHERS ° 0 .� SET FOUNDATION ON j 0 UNDISTURBED NATIVE SOIL 0 \ OR COMPACTED MATERIAL j ' ' ° e , SET ANCHOR PLUMB AND 3 ° TRUE,SEE NOTE 3 � 0 o CONCRETE BASE SHALL BE MOUNTING ON STREET LIGHT (' 0 POURED IN PLACE AROUND STANDARD OR SIGNAL POLE 0 . ?� ANCHOR WHILE PREVENTING ',7 CONCRETE FROM ENTERING 6" THE ANCHOR MIN. NOTES: 1. METAL POSTS SHALL BE TELESPAR POST STEEL PIPE TYPE,OR S. DRIVE RIVETS TO BE TL3806 3/8"DIAMETER APPROVED EQUIVALENT. 6. CORNER BOLTS TO BE T1_070M.JAMNUTS TLO62 2. FOR IN-SIDEWALK INSTALLATIONS,CORE AN 8"DIAMETER HOLE PRIOR TO EXCAVATION, 7, SEE STANDARD PLAN 6-83M AND 6-84M FOR STREET NAME SIGN DETAILS, 3. ANCHOR LENGTH SHALL BE 30",LENGTH MAY BE REDUCED TO 24'OR SIGN POST BASE PLATE INSTALLATION TYPE B MAY BE 8. PRIVATE STREET NAME SIGNS AND PRIVATE SIGN POSTS ARE USED;ONLY IF APPROVED BY THE CITY OF KENT,ANCHOR MAINTAINED BY THE PROPERTY OWNERS. SHALL HAVE 4 EACH 7/16"DIAMETER HOLES ONE EACH SIDE 2"FROM TOP.FINISH SHALL BE ZINC HOT DIPPED 9. ALUMINUM SIGN BLANK THICKNESS; GALVANIZED MATERIAL TO MEET ASTM A500 GRADE 8, 7 WARNING AND REGULATORY 30"AND UNDER-0.080". GAUGE,2 1/2"x 2 1/2"TELESPAR ANCHOR OR APPROVED WARNING AND REGULATORY 36"AND OVER -0.125" EQUIVALENT. 10, SHEETING MATERIAL: 4. POST SHALL BE ROLLED CARBON SHEET STEEL,ASTM 1011 WARNING AND REGULATORY-3M HIGH INTENSITY PRISMATIC GRADE 50 AND BE HOT DIPPED GALVANIZED AASHTO M-120 SCHOOL SIGNS-3M DIAMOND GRADE DG3 YIELD STRENGTH 60,000 PSI MIN.SQUARE POST SHALL HAVE LEGENDS,SYMBOLS AND BORDERS-3M ELECTROCUT FILM 7/16"DIAMETER PRE-PUNCHED HOLES ON 1"CENTERS FULL LENGTH,FOUR SIDES. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT fr+FREy AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE NEER AND VED FOR PUBLICATION �'rrl WA�Skr� S KEPT ON FILE AT A�� THE ICITY OF KENT•AOCOPY MAY BE OBTAINED IUPON REQUEST, ~ C TY niO oErKENT v �• SIGN POST INSTALLATION IN,r TYPE A 0 '�QISTE ' . �S^SIONCOR AL ���+,$ DRAWNE COK SCALE. NONE sraNDARO PUN CHECKED DATE 08.012M 6-82aM M A APPROVED_ 1" 3/4"DIAMETER HOLES IT — 7"x7"xl/4"STEEL BOTTOM PLATE(ASTM A1101 SS GRADE 33) ' 21 I PRE-GALVANIZED LOW CARBON 12 GA(ASTMA653 ' GRADE 33)PERFORATED SQUARE TUBING CENTERED ON BASE PLATE O O PLAN 7/16"ON 1"CENTER DIA.HOLES PRE-GALVANIZED LOW CARBON 12 GA(ASTMA653 O GRADE 33)PERFORATED SQUARE TUBING CENTERED 0 ON BASE PLATE 0 0 WELD ALL AROUND 0 0 7"x7"xl/4"STEEL BOTTOM PLATE(ASTM A1101 SS GRADE 33) 0 1/2"x5 1/2"SS WEDGE ANCHORS, SS WASHERS AND NUTS NOTE: ELEVATION 1, CITY OF KENT APPROVAL REQUIRED PRIOR TO USING THIS STANDARD PLAN. 2. SEE STANDARD PLAN 6-82aM FOR SIGN POST AND SIGN NOTES AND DETAILS. S F R NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT S�0 WA AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BYTHE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 0 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, - CITY OF KENT ENGINEERING DEPARTMENT SIGN POST BASE PLATE �vp0� � ISTE8F9 �� KENT INSTYPETALLAT BION �'s' ONAL E DESfGNED GOK c SCALE NONE STANDARD PLAN j DRAWN DDK CHECKED_. _. _.__ DATE __ 0`2015 6-82bM W ft APPROVED i CANTILEVER MOUNTING DRIVE RIVET 6"LEGEND HEIGHT CORNER BOLT �` FOR SPEED LIMITS O4ve DRIVE RIVET UP TO 35MPH O 110 ) 0 0 CORNER BOLT NOTES: 0 0 DRIVE RIVET 8"LEGEND HEIGHT 1. SEE STANDARD PLAN 6-84M FOR FOR SPEED LIMITS 0 0 STREET NAME SIGN DETAILS. DRIVE RIVET O 40MPH AND GREATER 0 0 2, PRIVATE STREET NAME SIGNS CORNER BOLT AND PRIVATE SIGN POSTS ARE SQUARE METAL O 0 MAINTAINED BY THE PROPERTY POST,SEE OWNERS, STANDARD PLAN 0 O 6-82aM 3. "NO OUTLET'SIGNS SHALL HAVE 0 O AN ARROW SHOWING WHICH w DIRECTION DOES NOT OUTLET. 0 0 a 4. CORNER BOLTS TO BE PART# O o N TL070M WITH PART#TL062 JAM a NUTS. DRIVE RIVETS TO BE PART 0 0 o #TL3806. m H SIDEWALK 0 O o FINISHED 2'MIN,CLEARANCE GRADE 0 0 FROM FACE OF CURB (10'MIN.CLEARANCE IF NO CURB) 0 0 TO EDGE OF SIGN 0 0 0 e . 0 0 Y Y 0 p / 0 0 ANCHOR AND FOUNDATION, O 0 \� SEE STANDARD PLAN 6-82aM :N a O 0 , CONCRETE BASE SHALL 8E POURED IN PLACE AROUND ANCHOR WHILE PREVENTING CONCRETE FROM ENTERING THE ANCHOR �\ 0 Oa \�\ j\ as O O O o � NOTE THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT '.. X T AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE O 0 jj '�� ` WA$�1.�Tf. ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT —' ENGINEERING DEPARTMENT � 7—r STREET NAME SIGN' POST �P 3B29r6.p �Q KT INSTALLATION 0 ISTP+>'�S�� DESIGNED._..COOK— SSIONAL G�� DRAWN COK SCALE NONE STANDARD PLAN CHECKED DATE 06.01.2015 L+_p z APPROVED FNCiNEFx V C7J _. . __.. __....._ .. A[ B 2"MIN.SPACE FOR CANTILEVER MOUNT(TYP.) Ar .. .. B PUBLIC STREET NAME SIGNS 2" MIN,SPACE FOR CANTILEVER MOUNT(NP.) dAL PRIVATE STREET NAME SIGN SPEED LIMIT DIMENSIONS MPH A B 35 AND BELOW 6" Y. MATERIALS: ABBREVIATIONS: 40 AND ABOVE B" 12" AVENUE= Ave BLANK MATERIAL:0.125' GAUGE ALUMINUM SIGN BLANK. BOULEVARD= Blvd CIRCLE= Cir '. BACKGROUND: COURT= Ct WHITE,3M HIGH INTENSITY PRISMATIC REFLECTIVE DRIVE= Dr LANE= Ln LEGEND: PARKWAY= Pkwy GREEN(PUBLIC STREET)OR BLUE(PRIVATE STREET) PLACE= PI 3M ELECTROCUT FILM; REVERSE CUT TO REVEAL WHITE LEGEND PRIVATE= Rvt ,SERIES C-NUMBERS AND LETTERS;UPPER AND LOWER CASE;UNLESS OTHERWISE NOTED ON PLANS ROAD= Rd STREET= St NOTE: - WAY= Wy ALL GROUND MOUNTED STREET NAME SIGNS SHALL HAVE THE SAME LEGEND ON BOTH SIDES OF THE SIGN BLANK, r NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT FREY AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE wOF SH�f. ENGINR A WAEE AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT GROUND-MOUNTED �v �E 39296 '�' KENT STREET SIGNS AME .t� GISTD�IGN DRAWN LD COK SCALE NONE STANOARO PWJ CHLCKEO DATE 06,01,2015 _�C APPROVGO V ENGINEER 4M SIGN MATERIALS: ABBREVIATIONS: VARIES_ ._. ....._____....._..........__._ 14" BLANK MATERIAL: AVENUE= Ave 1SE12Q1St 0.126' GAUGEALUMINUM BOULEVARD= Blvd SIGN BLANK. CIRCLE= CIr COURT= Ct BACKGROUND: DRIVE= Or WHITE,REFLECTIVE LANE= Ln 3M DIAMOND GRADE PARKWAY Pkwy SIGN CORNERS SHALL BE SQUARE(TYP.) j VIP DG3 PLACE= PI PRIVATE= Pvt 14" LEGEND. ROAD= Rd GREEN 3M ELECTROCUT STREET= St ` 12" 18" I FILM; REVERSE CUT yygy= Wy �xr TO REVEAL WHITE LEGEND :... ...SERIES C-NUMBERS AND LETTERS; UPPER AND LOWER CASE; UNLESS OTHERWISE NOTED ON PLANS ' � LEGEND SHALL HAVE 3/4"(TYP.) CITY OF KENT LOGO: ROUNDED•EDGES(TYP.) DIGITALLY PRINTED ON CLEAR AND APPLIED TO DG3. OVERLAY WITH 3M 1160 GRAFFITI FILM FOR UV PROTECTION. I (A):X=4'-0"OR LESS; 2 WINDBEAM ATTACHMENTS NOTES: (B):X=MORE THAN 4'-0"BUT NOT MORE THAN B'-0"; 3 WINDBEAM ATTACHMENTS _ (C):X=MORE THAN 8'-0";4 WINDBEAM ATTACHMENTS 1. MOUNTING BRACKETS (B):X/2 (C): WITH STEEL STRAPS SHALL EQUALLY SPACED BE A STAINLESS STEEL (A): X/4 EQUALLY (A): X/4 BAND AND BUCKLE SYSTEM SIGNAL HEAD (B): 1'-0" (B): 1'-0" PRODUCT OR AN APPROVED BACK PLATE 6„ (C): 1'-0" (C): V-0" 1'-0'MIN. EQUAL.MOUNTING MIN. - 2'-6"MAX BRACKETS SHALL BE I UNIVERSAL CHANNEL —AL MINU LUMINUM CLAMPS;STEEL STRAPS `I WINDBEAM SHALL BE 3/4"(IN)WIDE _ I (TYP.) AND 0.030"(IN)THICK, 2. ALL SIGNS INSTALLED ON — MAST ARMS OR I I STANDARDS(POLES) LEVEL REQUIRE WIN DBEAMS.ALL SIGNAL SIGNS SHALL BE j STANDARD INSTALLED WITH BACK OF SIGN PANEL A MAST ARM BASE 1 _I HORIZONTAL EDGES LEVEL. A SKEWED WINDBEAM IS REQUIRED ONLY WHEN THE d %RA SIGN IS MOUNTED WITHIN 6°SEE NOTE 2 RSAL CHANNEL 12"(IN)OF THE MAST ARM T - ,SEE NOTE 1 BASE(SEE DETAIL"A") r 3. THE STREET NAME SIGN BACK OFINDBEAM - SHALL BE A MAXIMUM OF SIGN PANEL 36 SQUARE FEET AND THE SIGN HEIGHT IS A 3/16"(IN)ALUMINUM SMAXIMUM OF 3' (FT); RIVET(TYP.)-4"(IN) SIGNS LARGER THAN 36 MAX.SPACINGACK OF SQUARE FEET REQUIRE A TYPICAL MA57 ARM IIGN PANEL SPECIAL DESIGN MAST ARM I AND SIGNAL POLE. '.. NOTE:THIS PLAN IS NOTA LEGAL ENGINEERING DOCUMENT BUT FREY AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE 'S OF WAS Z>' ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT DETAIL AF�,(TYP.)FOR EACH CONNECTION �I THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. y, � ) ti CITY OF KENT — ENGINEERING DEPARTMENT MAST ARM MOUNTED 38296 a KENT STREET NAME SIGN ISTER'�l�'R'� DRAWN COK oesicNeD caK `rSIQAi(�1, S'��G SCALE__ NONE 9(PNDARb PI?N CHECKED,___._—_______ WE 05.29.2015 APPROVED 6-85M GINEE Y Z w I iVi Og ZZp J�Oa � z w z g p U H m Q O O Z a J E m j p E cy m Z a Z pLL fMCK H� Fo �N OV w~na V]Fzri 4� , r }LL M X O ~ O _ O m p p Z W O O 2 LL >p p p¢ a J~ az .Z.`_c Jp Z^ W FV a roe N tMp M�p MM S.0 ¢ OO EZ2J.Oc -g,.V=nz ox ZO#a mg N z] NWF(FF¢J--WUrYpWW+UNUZrrI�KNWN �JWpQJ�O a Wm Z�Om M"Uz�~WOwN' Om �OmW MZMzp Op UQ U o ¢ ZWF 0 1¢ W Q aJE No DO x(D 0 z uwaw Gzz N0r Ci �wx= O M0':JU OwZ ¢ Q FWQZ umo—i r�¢OLL QQrzr 0 O O "' O O m ' �x LL= 0x ry 0 4�u F-m ww O 1- WWN �C9 ZK Z U 2iUX� lw Z� O ... 0, LL' 0 O�C9 apt m- CD 2W WY JZ�(� WN 00 2 0 J x W 00zOLLA VVc Y p ?ll o D Y N N p p O 0 Z Z 2 p O ¢ Q V w0 . m 2 V L w Q w Z.i j O �Ipaoaloao�l g off ~ W N 'NIW 45 a w mo WON q N LL pW W � 'i•e- � p p 3:= O z .TIIT Z O W ^W ^ O Cl o M w 9� 0 w a p o w i�Zi ii9 SO"'Ep'I - NOTE: THIS PLAN IS NOT LEGAL ENGINEERING DOCUMENT BUT WASy' �� AN ELECTRONIC DUPLICATE,THE ORIGINAL, SIGNED BY THE c ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT O Icu z 0 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. r �3 CITY OF KENT ENGINEERING DEPARTMENT ADO R149 F?STER�o �� \f�� STANDARD JUNCTION BOX �F KENT TYPES 1 & 2 S`VONAL �NG SHEET I OF 2 DESIGNED DWH SCALE NONE STANDARD PI N DRAWN BB CHECKED DATE __ - 6-93 APPROVED wciHmr 1J .7J I epiember 20C9 ''. SYSTEM IDENTIFICATION DETAIL tP—� tl" (TYP.) ITS AF INTELLIGENT TRANSPORTATION SYSTEM KENT COMM COMMUNICATION SYSTEM LT LIGHTING SYSTEM '.. TS TRAFFIC SIGNAL SYSTEM TEL TELEPHONE SYSTEM SYSTEM ID DETAIL FOR SHEET 1 JUNCTION BOX DIMENSION TABLE ITEM BOX TYPE a TYPE 1 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" 29"-30" D INSIDE WIDTH OF JUNCTION BOX 131. 18 1/2" 19 1/2" E LID LENGTH 17 5 8" F LID WIDTH 12 5/8" 18 JIB" CAPACITY-CONDUIT DIAMETER 6" 12" JUNCTION BOX TABLE FOR SHEET 1 NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY KENT ENGINEERING DEPARTMENT STANDARD JUNCTION BOX KENT TYPES 1 & 2 SHEET 2 OF 2 DESIGNED DWH SCALE NONE STANDARD PLAN DRAWN BB CHECKED DATE — @--p Z excwun V JJ APPROVED o M W 0 S � W � W Z 0 0 � z z g w w z U (9 (n (n Z J Q Om O W Z W Q 0 O O Q 0 O O' O !i WO zzH CW O O O V]N OWz (dAl) m d O¢ N M V '. Lb ¢_k w I�G3DVdS AIN3A3 SOf11S£ Z� Qd� ~ �'2 ry �w ~ iN „9Z o z u� 'NIW ,Z z 0 '.. �O O uw x 37 � F E6CIC �O �� s w EpElEpl4 0 w m O a � � m m o OO Q U Y w " 'XVW.8 a J o rn U w U 'NIW „9 Cal w O N o Q V V Q O J J J ¢ E z z z 3o w o � 0 W ? F LD 0 p o Q 2 Q .ice Q ^2 JN - W Z �Q J dA1) 0 Ll ° '�' u a z O of 0 Qo 0 LD N = 2 NOLVONfIOd ° 1 d0 H1GIM 3GISNI -.-a .AZ ¢ b „bZ w n0£ w n v ru x # Q in b „9£ W < 0 5 S OsEPk NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT WASy�N AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE G �o G' FO ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT O of OZ D THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. ' y CITY OF KENT ENGINEERING DEPARTMENT '. o�OFF,P�G STER��\`yF� �f LIGHT DUTY JUNCTION KENT BOX TYPES 7 & 8 O� AL �NG w• •�• • • SHEET 1 OF 3 DESIGNED DWW SCALE NONE STANDARD PV DRAWN BB CHECKM DMW DATE 6_95 APPROVED Wcirvem JJ is CiiElTllii't'i i1v:? d z cc E GOa V Q G w � U +I O o W zp u ~ a w w w JH Z O Zry u p VI W N d W 2 U] J pw I J(J Q Z V p y z F F } p W M V d OQO'OW -00 � z� X w� 2 J %Oa e 020 �o m '<N p w Q O N W W p J� M OW 5 W O U 0ZNO4~4� z 2r QypKV U Qo<zmzz �p� Q X a'w ��a OQ wK (A d 0 po p1n�V� mJ1Z� p O N W J W H Z N V)W pz N �.�i pfw/1 V)�W-0 9 w Z = X p VIWYUQ Q�w F O =pd m0a i LD a��z-yIp p 00 J V` err J Z _ a � J W \ } X M F E N 2 p ti w m ` N~ Z d 3 0 �° _ _ w d �OSEp1I NOTE; THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT x `� o rNii o:Lf,m S ,}"L OF WASy �.q AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE M N a F N "V `t- ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT z o z Gi O hP IN oZ THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. �M �� J �3 CITY OF KENT ENGINEERING DEPARTMENT o'z Ado p 21 93 q, LIGHT DUTY JUNCTION w FFS� �G� KENT BOX TYPES 7 s & B OF 3 ANAL E DESIGNED DWH SCALE NONE STANDARD PIAN DRAWN BB CHECKED DATE - 6-95 APPROVED wcixme NOTES: ', lO. JUNCTION BOXES TYPE 7 AND TYPE 8 ARE IDENTICAL EXCEPT FOR THE ADDITION OF LOCKING BOLTS ON THE TYPE 8. 2. ALL BOX DIMENSIONS ARE APPROXIMATE. EXACT CONFIGURATIONS VARY AMONG MANUFACTURERS. 3_i ALL LID THICKNESSES ARE MINIMUM. THE DIAMOND PATTERN SHALL BE 3/32" MINIMUM THICK. LID SUPPORT MEMBERS SHALL BE 3/16"MIN.THICK STEEL C,L, OR T SHAPE,WELDED TO THE FRAME. EXACT CONFIGURATIONS VARY AMONG MANUFACTURERS. OA 1/4-CONC 3/4"S.S. GROUND STUD SHALL BE WELDED TO THE BOTTOM OF EACH LID; INCLUDE S.S. NUT AND FLAT WASHER. THE HINGES SHALL ALLOW THE LIDS TO OPEN 1800. 7. BOLTS AND NUTS SHALL BE LIBERALLY COATED WITH ANTI-SEIZE COMPOUND. SO. CONNECT AN EQUIPMENT BONDING JUMPER TO STEEL CONDUIT BUSHING FOR GRS CONDUIT; CONNECT TO EQUIPMENT GROUNDING CONDUCTOR FOR PVC CONDUIT.AS AN ALTERNATIVE TO THE GROUND STUD CONNECTION,THE EQUIPMENT BONDING JUMPER SHALL BE ATTACHED TO THE FRONT FACE OF THE HINGE POCKET WITH A 5/16-CONC 3/4"S.S. BOLT, NUT,AND FLAT WASHER. EQUIPMENT BONDING JUMPER SHALL BE#8 MIN.4'OF TINNED BRAIDED COPPER. 9. THE SYSTEM IDENTIFICATION LETTERS SHALL BE 1/8"LINE THICKNESS FORMED BY ENGRAVING,STAMPING, OR WITH A S.S.WELD BEAD.GRIND OFF DIAMOND PATTERN BEFORE FORMING LETTERS.SEE SYSTEM IDENTIFICATION DETAIL. 10. CAPACITY-CONDUIT DIAMETER= 24" '.. 11. ALL LIDS SHALL BE GALVANIZED STEEL AND TACK WELDED AT TWO POINTS FOR '.. SECURITY AFTER FINAL INSPECTION AND ACCEPTANCE. '.. S OsEP1 NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT WAS y�ry AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT wP i � THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT f �, .. (� ENGINEERING DEPARTMENT A 214 PO 1FSISTER�O 40!5�=4t V KEN r LIGHT DUTY JUNCTION F NG\� BOX T TYPES HEET E OF 3& 8 ONAL E DESIGNED_ D!W SCALE NONE STANDARD PLAN DRAWN BB CHECKED DMW DATE - C-9G APPROVED wOurEER V J J S2pCP.fp{lET 2004i 611 ' CEMENT CONCRETE CURB AND GUTTER TO JUNCTION - \ BOX `STUBOUT SHALL EXTEND A MINIMUM OF 3/4"INTO PAVEMENT. PAVEMENT DEPTH VARIES SCHEDULE 80 PVC SECURED IN ROAD SURFACE(TYP.) CONDUIT STUBOUT DETAIL INDUCTION LOOP INSTALLATION NOTES: 1. CONDUIT USED FOR STUB-OUTS SHALL BE SCHEDULE 80 PVC CONDUIT,MINIMUM SIZE 2 INCHES. 2. ALL LOOPS SHALL BE WOUND WITH THREE TURNS OF NO. 12 AWG STRANDED COPPER WIRE, CLASS B,WITH CHEMICALLY CROSS LINKED POLYETHYLENE TYPE USE INSULATION OF CODE THICKNESS. 3. BACKER ROD WILL NOT BE USED WITH CITY OF KENT LOOP INSTALLATIONS. 4. LEAD-IN WIRES: FOUR PAIR MAXIMUM PER SAWCUT. 5. EXTEND SAWCUT SUFFICIENT LENGTH TO PROVIDE FULL SAWCUT DEPTH AROUND CORNERS. 6. LOOPS SHALL BE INSTALLED PRIOR TO FINAL LIFT IF NEW PAVEMENT IS INSTALLED. 7. ALL LOOPS SHALL HAVE IDENTIFYING LABELS ON THEIR LEADS SHOWING LOOP NUMBER AND S(START)OR F(FINISH). 8. SEE STANDARD PLAN 6-98 FOR INDUCTION LOOP DETAILS AND STANDARD PLAN 6-100 FOR INDUCTION LOOP PLACEMENT. 9. WHEN SAWING LEAD-IN SLOT IN THE ROADWAY,CONTINUE THE SAW CUT APPROXIMATELY ONE INCH BEYOND THE SEAM WITH THE CONCRETE GUTTER A DEPTH OF APPROXIMATELY ONE INCH TO PERMANENTLY MARK THE LOCATION OF THE STUBOUT. IF NO GUTTER IS PRESENT,CONTACT THE ENGINEER FOR AN ALTERNATIVE METHOD OF MARKING THE '.. STUBOUT LOCATION. 10. ALL LOOPS AND HOME-RUN WIRING SHALL BE PLACED A MINIMUM OF 2 FEET AWAY FROM ANY AND ALL METAL CASTINGS OR VALVE BOXES EXCEPT TERMINATING HANDHOLES OR JUNCTION BOXES. S�s�P�I NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �� GF WASAy AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE c� O ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT p1 oZ O� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. ' CITY KENT ENGINEERING DEPARTMENT 10 214�o RF�ISTeR�q Flz�- KENT INDUCTION LOOP INSTALLATION NOTES DESIGNED DWH DRAWN SCALE NONE STANDARD PLAN BB CHECKED DATE — V C_ (� APPROVED �+cix�x J I-ptembel 7n�y I LOOP PLACEMENT POSTED STOP BAR LEFT TURN LANE THROUGH LANE THROUGH LANE SPEED LIMIT LOOP ADVANCE LOOP MID LOOP ADVANCE LOOP (SINGLE) (SINGLE) (SINGLE) 25 MPH 4 FF. 104 FF. (NONE) 144 FT. '. 30 MPH 4 F. 104 FT. (NONE) 164 FT. 35 MPH 4 FT. 104 FT. 209 FT. 274 FT. 40 MPH 4 FT. 104 FT, 239 F. 309 FT. 45 MPH 4 FT. 104 FT. 274 FT. 354 FT. 50 MPH 4 FT. 104 FT, 304 FT. 394 FT. SD6 SD5 NOTES: 223 213 Ni N2 O O O O 1. THE DISTANCES SHOWN IN THIS TABLE ARE MEASURED FROM THE NEAR EDGE OF THE STOP 222 212 BAR TO THE CENTER OF THE INDUCTION LOOP. O O 5PC 512 2, LOOP DISTANCES MAY BE ADJUSTED t2 FEET TO O AVOID METAL CASTINGS. B 221 211 511 A �o O O 3. THE DISTANCE BETWEEN"A" LOOPS AND"B' O LOOPS SHALL BE 16 FEET CENTER-TO-CENTER, O 0 0 W20 SR WR 00421 0422 0 423 SD8 W10 00411 0412 0413 507 3PC O 311Q Q 4 711 O 712 7PC 503Q 8120 8110 Q A B QEl 823 SD4 O 8220 821 ER NDR O E2 B A O O A O O e Ill 611 621 O 112 SPC O O 612 622 O O O O S2 Sl 613 623 SDI SD2 LOOP IDENTIFICATION SCHEMATIC(TYPICAL) r,. S(SEP NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT of wasy�� AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT yP z THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. y CITY OF KENT ENGINEERING DEPARTMENT -O ,p 21493 O Q� �o FGISTERk JF� KENT INDUCTION LOOP PLACEMENT WASH ISOTux DESIGNED DWH SCALE NONE STANDARD PLAN DRAWN._._BB CHECKED DATE - 6-100 wmw APPROVED Sa�Jitir',„I)pr Zu05% WSDOT STANDARD PLANS CURBS, SIDEWALKS AND DRIVEWAYS F-10.12-03 Cement Concrete Curbs F-10.42-00 Extruded Curb F-10.62-02 Precast Sloped Mountable Curb (2 sheets) F-30.10-03 Cement Concrete Sidewalk F-40.12-02 Parallel Curb Ramp F-40.15-02 Perpendicular Curb Ramp F-40.16-02 Single Direction Curb Ramp F-45.10-01 Detectable Warning Surface ILLUMINATON, SIGNALS, AND ITS J-20.16-02 Pedestrian Signal Standard (Type PS) Details J-20.20-02 Pedestrian Signal Standard (Type PS) Electrical Detail J-20.26-01 Accessible Pedestrian PushButton (PPB) Details (2 sheets) J-21 .10-04 Type PS, Type 1 , RM & FB Signal Standard Foundation Details (2 sheets) J-75.10-02 Signal Head Mounting Details —Pole and Post Top Mountings FENCE AND GLARE SCREEN L-20.10-02 Chain Link Fence, Types 3 and 4 (2 sheets) ROADWAY DELINEATION M-15.10-01 Crosswalk Layout M-20.10-02 Longitudinal Marking Patterns M-24.60-04 Symbol Markings Miscellaneous (2 sheets) Kent Kangley Pedestrian Improvements/Inouye A - 2 October 21, 2015 Project Number: 11-3006 r e a, aAo 'SS Pd yJ rr V1 WCz c FW.3a Qom G : -gl' ma o '` � a a s r x 4n 5 6.4 IW b & LL uj @ Q v I p F 9 f U d, 9 � p � WOW 931HtlA m +I m =W o r w Z rc .V-d _—� p U U£ V p 2 O wh y N m C U m w�i a _ W �a w �rc rc _F Z o - w O oa wo U ¢ p ~ wU ZU ULL H LL uj y 4 U � ow�rc wok Z c r g�x ow� a Z¢ O U6w cZU O _ z W WO w ` W °• Z � �+ _s,LLI F O F LLI 1 z yl c U z z \�� .1 On LU Law.-, o wE zzo O U _ W U o0 � rc 3 990 K s � d dN K z � 3 f � K 113001l Ntl3d A9 MAtltlO I •�,�`�FZs e�5� _ � � m b J g fr W ZGa a Y � 3 IUl W� F U 02 =Q ZW Z r � Q m w o� wF N I � Z� oo� ay ww� W a mo F N a Wa OE Zy I_ U 'I Ir j E E 6 id m w L4-1-e; 2� ; Ito, F N6 MLL W H W N W N a a a SN38391119 :A3 NMVtlO 04 I? z P/ 8 JU Ir 0 , 9 S IL A:0 a, on qfA 0 o ----- ----- r n 00 IL 4 Z` E a zlum o tzol 0 a ---- o � w a i 4 s � � w t r s t - � w mod N f t z mar, a�Q� I YY Fm�E4 _ d __ _ '1 Y m a s � - - - --- - ---- - -- - I � � w t3 j VERO 04 one WMA0 3 r p z ® a O p W U UZ ® S gILRY N.Sg Lu ¢lz W �q5 z U.'� 4z odic i 0° i °2o�z ti �F �r � ¢ r�J�r 9g W O n a wv oeiw12 Qoz o �o o ------ min 3 Z c .\ � U ai a U E `ut �a5� o i Y a8 rIV a U W a N S,� U'a°1• m� nh�, O ' 2❑ <0 o wG m�ca"c \ �� a W Ui v Ay� m� w u! E Um3G�N J J ym�o �- OO VW JU limy-u.�[ W W W CC N O 6UtLZ0� O J \ U' �O Ou 2 o O p2 E:F;_ w t5 Q5Y m F LL�INO� u '. Ll m rair Y C g W zN pe 0 �` ^w zu o oe m' oe OV wa i Zz zz zLL No ? w R. yo m IX = n LLo z� TZ ss �w s N W mw W pW UN �W UN UN VN UN 3 rcw y1 K W F GO WY O FC m Z Z^ Ky orc W Y E 9] Oy U '� U F �x5 m^ o 3 --,, LL O r P= a N K -• U W O j. p u 2 O rl P K Q U O o � BN wf QW SF Y p ZZ n� Y QW yp m wa rc Y UU LL �z �ww5 VH03A'J tlSll �AB NMtltlO r`f jv �co v t 9. m z m w m E � m m F° RRY 46 w t 19 = J 12 a3 mf° U�$Q wU &° vVA 'o� xo O mg Eo oV�� m 5m= Q a 4 ® i 3�a- s as dot �a Et"nm LL ? c� w 0 -iU UON �.c' m$ oUta7 c� mU �Evm me Rim � g t m4 um ncm ❑m c� a°E ao. U S'vE �m Pac12 m n° �v m �`oc O vcm K�rni E V E l � u s �v a5 `m_ w w " n c°��w mio ma° �D 8'A; m `a9!c_ an al ego vat' oc t� .. F aU'u � oc9 Inca mw `r...0 r-98o Um n.Ua9 O z Z � N to Q Y1 b t• 0 W m y Y d U <m rc o B ° o CdAl) 1 m > m U J Oa oV Z 00 LL N Zp Z G oa o m nz 1� Z O WN — ow m ° ¢a 9 2wm nx. GG, S z w O Fy;� ° KQ 9i aY gX zoa � 'i,R�J Z- 1 a z kb9V%pZ ('dAt) m ire w 0 I u U Y 1 e \ U LL � µ IN 2 I I.s2 FQ Ili �2g w fK NZ� Zp CU aF Q W J ,m�� ° 1130011 Ntl33 AS NMtltlG C t 6 rnOc ® M EaEO m _ c� A vm PRRY 2 U1 `o w- in < t m c c `a U �{'L o @ Y3f Ew Od `Gm e�rL U. C� .O ° �w U� pU vm °1U cad a °1 e c ^ci o ® J o LL off & lu Es m n U. E@ 6n Qm ma E m myo.L d z "LL ° `d Q84Q � o' mo mm m - O g 'a a O a N a 2 m mm«� p �� � � a dl► n;,U c om tt� 2m qmq11 U' � �m @q rnt m[ja c'P mUt° �N�K my om oN °Z a n ° O q�N w« L°a Ti'�n 6a UQ.d nXi 2 '° w w� a n mEx U°V� cb vnV M;; Eai aw [9� a_ m �� ad E ice\ ru ric��m�` E ¢ 91 W O m g0 W �j iw W W Zo uaa� °U�3�cc ypj �¢'� ¢ 2rFN O ] ¢ZF" U6N QQ VW� n' .6 �- 12. UN Vi Cg 4-- -- -- -- � J > _ w ao ii N m o z w a zw- ° W 6 �P a a -� Qo rcWF¢w �w] �IruNN ° qT pNaN O52 LL / S y U -K ZOF mmCN EN o of �Q Fo 2 N yZg J W zq 1 U 00 EU d pY222 /` N G 6Z W 2 bh i aa° Z V m -- � JQ a z N I �a ie Fe Z X � m °_ � KZN IQiLL W 1190011 W93 :A9 WM U 0 m m o n N mm ® way 75 RY �fedMi .off% m m ♦ i m u E o c° vc' �c ate aw �e o� �m� y m> i c, va so =W c" duo o�' a 'my` E V dr` Q� S Ng ®° mN a2 U� nm W mcE o �E@ a Pbb 0@�' (f°(� itm rc mY' ci «= mao .ri Yi � �' mE m aPmm mm m ® a y 8 3m 5 a Qn Em6' �aE o m m$ m �ry 8 o x` f.mti c�a Hrm= ryrya- $`°� a �IA a nu m m. � $`v $ bm w 210 Tm mP_ 03 m n c rvc .. ;'e EO10 7 (4Wm E5w`mn`o- mm m`o lac 2n U °m na 'e y £tea \ m cm� Y E o z 'c E yN� � CN F F ¢ UY ❑N Nh (�4a1 h"NU FE .2u� U(IJ dUp m pW U w m wm W J Q N2 y NMMSSOa� s r EI wtfl pW � w zg N ��j9 0 � > — O �YZ U°mN .Z W OW O km ;6 .v wy o0 m rcy s Z zc3 Gjb6 p . > m y FwK Z c$W V ? LL� W / w6TjGz u�w F ONN O <Y > R ZZ 2� m fflla '.. O N. �,W, qz xroMssoao � < rc a �a �o > a Q? N � .2Z 2 W o 1 yFj3 m K r 'NIW I.o :Y �o < m nuWi o ¢ arc wo � W2 6y j ? WY O aN m g III 1y ` i U m �o H.M. ; rw > ymj p nn a Z.ui z m Q Z6 N 71 - 0 z15 m TD0011 Nana:xo WWQ you » m F O x O I i O \ . \ / f a Fcuc hcv 15 wE'a� c'S `. � \ f g\ a¢ N zoo m p my N 1Q nu a y�� zZ°d 5� y�Ww O �' PIy. as gg G�� '• � I o8`� ❑ o a � � U � �. Nx fuH � 5s U, a m h W I l(1 W Tip � tlu I[I '] II �5� �'w u � yz x O m rc>� a kMY.St _ 'kNY SI ¢g N u q �"u>w P� LL' rc� NIW 9 NIWA 1 m uo i uO vu m P(i 6 n ¢�tl - WWW❑ 7. SO ,O zo Im do 4 a 1��_ Sm u S P f�Ntl3tl8za co '?. 8zoO15 q1¢U o 4w rc KKpp 2 m _ SR Ci-�P g t3m mV me t On { W 1• yy N�� _ R 1"13tltli5 N1F.i= 'A9 N'NVa'd n v N 'gip w 05 x O '' m i� o a cg naafi v E w'" q 0q0 E ®Pj a i p_w WF ® 0 E- v oa c ro s Sac v ?m W'ww ` �„ 3 I 'dN B �` w w.3 L 13 rn �mo � xio oN aF w� a R C C Z W N LL d p E w : Q N N 0.19 u ry 6 Z U w0 A o 3 m m � � c __ n o`�° 66 �'3 p Sw m w ZZW a@ yyq a� � tl i5 � ca m ao `\ OR C� N n N N N A O c ma gv i i -'rs Sc— ci c c s aE y t- li a m T°i a a L j- 6o vaoa av aZ W a fI w w9 ov w w a nE.E �mm8 O a z N zr Z c) V N Ed di Of N p �V9 KZ I 6 O z Uw ° Q= Z 1 = 2 6K 9 6r �O O f V F F 2 W_y2 OW O zw z aZ W �O w WN � 0 Z$ OZ 2j a 25S' 1-ry V gyp °V fLL '. ws �11 a QQ°w'w wo 06 a uz O R. W> ~ a y Oar Fq 6N �W w 2 _ f O W ---------------- I a w oo a ao �w 99 oy V F 2W7 .� S6E � ' w W F� YW Z 1 � W - W w mz I w ijw or y5 u WWj U w oU r� � o F No o 00o W W n W of a 113o011 NN3j�AB NMVHo n a a9 h m Inc E- Qy� N ui o 8 N c a E E '$ O�II,EY 71ggy'V W � m O3� c� try i'R� pd yW Oro ' _ 3 w a a ¢ c E v a y. < `� $ ¢ u 8 3 'S E m ,..�°- .E y o m E c� grOdr e�5c, F Q O y� m X. IL WZ a FS am `m cv a N 3 z u a I`q QL v�- 'C a w ° w o z > prc' r rcp �°" ► m c mp6 NN z a °'8 Pi N a r';6I'a r & N rn n N,y m.o tm r ' cg wz ° ola o Ala g o N q 0 N pC. Yo o a , c°Eo 3 j mw� wyg ua $, m °g6cg m� w °po rc0 3m od aHIM mi m om � a is v`n OI° ° °° °w ° w 55 GG m tPaS = mr 6 E� im CNN m'',,.n � aCIE n S£ k # k % y ° O Z K O Fw FpFF JF ww jZF Z FOj N6 J6z 9 Q U Nam �� R�� tiO n z ?wJFi op yK GF r. 2_ ULL 8s OQK O zp jOU w N. owg �N iz rc oa LL10ow wnm rczg' =w n wmd gx3 0 ON J Om r Oa aKIwUi Nd y�j 6�¢Nw w7 k9 GOc�aKFpzU WJ ErcJ Nw Nm.i O°RCy3J4�r� WOu° z Sp O ° O0 U J a a muw x ❑ 3 l i � Wp Z Tj N z a z m z O - - omm Nf I -09 } .... O 08 O W J 2 F C mmm pYON 20 O �� °� N wyNE zti I W Nc OW z LL u.0 OU u °3S� tti w �G5 8wz xE a oFwd =g I �z 9fpQaF w USN �iLL NQ�W6 4a cON Wy QN WON m FfK1 ',I Rw JwN U � ¢ JUN WZWG aNry a: s v Qw-i on JZ 2 ° RI-zi f O Md Q NU � C - °= �o 26 JW SF Ny &w a m '22Ea 3 u' J w K N 10 tip u=U Z z m gFa.. O p � 2 w — o:WR ' wg t�J jSvaOno aa ZO °n mww O aw 03 S Yizw W zx OC nWNzo ow �w 0 N _ NN o ° O z u� O w O� 5 p$ W z 6V aaodAo vsn one wnvaa gU $ ', �+nmwnr wunm P 4 H c n ouvwrrenmram a Cy a80N� m N a n a Luc-] z € m° -12 .� d ear s 55 M M C3 o m » oPo�HJ, p4°y6 yN it 6 a 6 e V m ®Z } s v raw ox w o Z — Z o Y mw aw 1 o O ww r ..•.. . O d J m W N Q mli O U) Z �— ¢ tj waa a c� w_o a o � � w • pg E 1 z o w � a � a " 99 swam z� o0 L! a WIa^aIw^y �s J w "W M UW O ONz o m 1 LL��LL�6R40 ailojAo Vsfl :As NMtlNo x OG1�00 O�0 lly 1 �w z tom. R 414, co AMC Q 5 see§ $ 4If OIL � 1� a � \ a4 D m f � z E M nNW h u 0 0 CL 00 � ?o F \ z z 09 � U r f¢ z ----------- will m L zz Os IV Mm tip � 4 w a l U F � Ytll H N (y wi �g NN hW U n awwy a z 1.. I HIM 3'WKC�J�k.'=�=Epp M�JZ I YU�wm7 f n 4U U?i�p %Amon AO MWO gn x mow � eFo o Py,EY 71d9 +"r Z04 N$P a F m f E w o S m oFo z zom ,�oa 30 4� 'D0 `2 E v ❑ 'o m IL HZ M. m i t Q rym a o a p pmz o] f. z o qx., 6 a p q0 Q N Z� N I-U w Oy06 aurc o w�Z rc�m o ° c m � Sk' .. '�ZF� � N z ~�o � Meg � te k `G '� as = Ja oro QodHS.PRE �d(9Z6 m a ` s q o. c E W u O u6 Ib ZU � J p _ w F W JWu m 1 € ozl.�__ xw =n 8 �a Y.o o2 2 'om a2 m m m z H om w� J~ �� F o z Ae p "6 a N azz,, z O FJ6,m m W �]w o �� O mw wt SS WW Ou 1 t F dG m 9� 9 •. C 62 �FOFNF �U J. W [ti .� m 2a0 K3Up� O i ❑ ioo m0 6oi m�>= m .moo ozz Duzso I0Iyy0 rc li zo[oimz_ % om 3y mry — wm w ow coiz°w Z to ZI. YSp rnt wm m o ` m a ¢ i�a9No o a �0 'L.. � ma u To g �� -i! w e o co. a pZ (V CI O vi to p 0 21 OtltlONV15 d01HO3H �n .A-.L mOw K ]I O¢ o.✓ .h HC-).t (MID ML WO w � - � sx�•, I I �5 � w O _ � g o fi. c Le -, ti� ,�Jl a s 0 a LLa ti �E z� ME z rim Om UU Fm m < w .52 K' m � w iy m�.NIW h5 wogy $tty zw xK no LL o m o o g ow a m o z�� mw =�Q FN F� og z° zua � 5 mu oo u zo ood 7Fa an u� N �z Y a m c¢o a Q a'. mrc P P m a zoo' rc W w _ ft o > o 4L hI mt'w m d mia O mFw M i O 0 6 m O 4x 0 A- 4 rc J ('dkO aF i110 DS Z WO All - E'$ zZ O ,_ O O w Im3m egg' o m Q -0 ❑ m x o 0z a K J O O F UO 2 O"' wig Twm moQ-I III t'OO O W i .-1F Q t� QQ Ng S �W`Ljm fm Q' F _ Q 0 4o Wz Fo t LL 'NIW f.rc way mmw za a a �` ,.o-,z o �m g i t�i WuE �U m z� Fp a a m w o a ua m z a mU ¢ u� mmp �zp ciu p g �� �z LL FLL N aK KU 02R %K a O O G P. O W w �n a< � m J S w 11o011 Nf13d �Ae NMtllIQ e'A 0 O a aU LL F x y�1y(�N ��o a 'ors o a wu �o iy>vr ye N Yn®� P opOn =m S y °"�v a F pzF .�-.2 rn0 ��P1 Wmz an'JK y�i zjQ 1 C'�V os'�yV� N ��.a0Z GNI s i Gm ow< i�o 0- w aom mo o W @III " z FJO o 0 0 8 u¢� o o �u az ,Cro ti �' ZF. o € w a m L m a o i w $ ®�aBHJ,YR�'kO ,LLI(A z Q m a � �- _ rJ UW u-j 1t�ymy ® a 3 m z i-fm U. W { \ o �u L �a .vre - /� o Oo p ''P vw z i N W� wryN J m fzong wu 2 ypa Q � aaC p F ?z G o� Ta—�w �ma wo OwFJ p a m i�ao a as O3o F o3m paU p mp m � I%tlW n myU(9 mi< o ppU z �ii wo W -pww o- - �ooa p oz m a mwK o� & ¢ o �mZ� 2rQ�ir z N Roa '' ' �Gido w URN z �o p U Y 5. W WF 0z N a III m I J- L .4r4 L I� $moo U w (dA) CdAD 2 Owl N� W O� .vLe-,L U10 OLz a .� � � C m N w `\1 w OaW �( Kp tf2N � = j1E� �IJ �If IF Il i-L^ I'dLL�.OZ4 Iyq Vj O FUi w U V =gd 'mm WyJO mOJ N F4 N W o UO U 61y0 LL W 7'p £ �QI LL2 F�jm Wm ro a£ az �a4 rc 'NIW °s y gmN Fmk �za rc .o-z ol oa km To 30 x4 0W No Y a � °m za Kid �� Sp rni 3m z W wz o m- b as W xg ry IoW� ww z mI� pWW o Q i O S pp n z`� f€w Nom K '^ F K d 0 i C ww£o f x� °L'yp J jw .0-6 00 5 p d o aLL mW Oo � 'Wtlla uFjz ` .aLaals.znz a it o cdAil.ozL v rrcm � o Q aFU z. F Zw - o w N = J= O Ux m� I LLig Wp &z 2z W0Zg rc0 .O ww6p m zJ °0 O O W�. 3u wo �,..i,..o-.z �z 5�pi w a d as ow cxa a rog �w ., 6 a ox I"° �p �a3wm Ion Ib� aQa (d.1ll y I`- 02 Kp J Wa z mr0 .9llLE �' z} y m m F� m K K Q w ~� ll3NNf1 Ntl3! :A9 NMtlN0 O O rn _ ® .� E a o � Em � �Sm °a ao� 'a Em m`�a LBYN Za Ul o 8 D. aE w v E mE v.t�m�Y°oo �rn�vo- m��3 wmarnmmE so°om Pomvn 63i:. 2 Wb' Sa � jv tv L E Emav m=g B® 6.° acyv o Rp ,i1:I ogg lu 16 BYoamaa n� �W'a3 m�1O d�o0,�f 4Q'�2 JNA � m � s UL` nn C Dmam. TN�m lryry m N_ Q6 m�G92L0 vm 'cam �v my9 nw c Sao-�vmnm -v vv°�� g �W 1A® 2 CI th Y N 6 ® U) I� xzo 00 Zm- 1 4n-0-1. VMot- Wzw____ .__ u � '11 `s m � J O 0 m 0 z � � O � ZV FW d O Doi 0 Ewa O -_ Ey� P �m _�; 1 UU (�I�Y Z� K 00 mw 444< � z 2 6U w Z yak Y 9N U W 0 2 . Gnu06% zo 3 z m ° a rc w W o 5 /JI off' N Oa �z N_pi s ~ z a U r F a a ws w 3 m �o o ? EY � KK°`° �\ = PK w Oe WW6 TOLL u'aZY266O m w����< Pz wow v zomgu�. w z $4m � -• f, rc � w° °Wz� °s¢gpe� � wg � wec iFSzoov `. k' aa 1 0 m w a n ww � °w a °' `� 3` `L+S iuwrcyc oozmwarcm 83HO131J ABIOO:A9 W"C Y ooOQOOOQ QQOOQOO QO O�rin ©� U N rctt x O 4 R �Jv� av Nm zo LLU,Z �Q r a = w �E t M Q rc u a k o d p o A 2ij �2a$ --'_�3n of P^ a,<p �xw yy YW h� xFU- G� @0IL o mw gE rnh�o°, _tom w� �11 Q;�( 4R� @ 6 " a $„ i a_ N� KW a w 0 6� ttpQ ?o S ?p Oa On U xN � 3 xw w sm z w z �w ° b E a� a z m src o a � t a � Y yl Yy ZZ �. Z jjj6G 0 p m W Q 2\ 2� xg LL YC w J _ O Z ,7if N \ N 2 K � O <w z �}µ� G w w^ 8lLl w F O �? CdAl 9 N Z l y n0i=a a, 1HOIAH OIUUVd (dAl) 1HO120H-3,918 8VA C ) 2 9 -9 e1 4 , �ZItE 0U9n x ❑ rc C� rc i 3 3 0 0 \ N Z F I \ w^ 3 tz 8 f utc 0 Z p wa w 0 \ o w M1 U m WN LL ° w p p ma U w °a m a Na c N w CS b z m S K N oO p1- W e ao OaO w oQiN lw- w0 Q w g o 1_ ci z ... ... II naojAl vsn :Ae Wwa « Yy w` C4 { kk � \ } k) \ « za � [ ; J; ! ® _ , : a ; ! lsy 1� §K � KZ � E ) ( : . ) < [ : \ ^\Fz�\ - - . . �. } § � . 5 » § - \ 3 O pk ti 5 I w w z J � N V I o W aQ aN N o 0 0 Eu E`m Z N SW YZ(J2 � aOFW O NQ NO�Q O OCW� O y W IRS U S(F9Z0 W i AM a'owu o zyaa �€ o o S WU N 14 N p „N 9 ; s HN Y � N � W W N NN O 2 3 a : H r I r� b YO V J 2 o 0 o� R K y w G N� H N 1 tl r� ll3aall Wt J M NM"O N w �- wz 'w z �M J °yHam € 13 � I I W Z > g a o 0 0 0 0 5 Z mmN ovo "a o o W g a WI Z _ cQ oo"v I W U O o c� 3a�'t v� � mg m . Ww w C cd nv on n'vo '°3covn '.. N y.� f2 D> v my FaFN Wro�J FUd'3QV FJ w Z I W w F � Z J LL' p F Z W Z w W in m O ow i Z � J Nl O J I Z Z O I i N T- Z x W 6 b L 4tlOjA�tlSll 'A9 NMV1J� � � „6 i � I v g a� 00 0 2 rn n z rc °� 71ggy �'9 N w a e W z Aga o E-. (7 w ( I� z 0 0 e a ou id LU O L i\e\ o f yA w S' V 2 3 wrc � � K ? N �1►' �p °K m r z r 2j w W ji OQ 7 U .Wi F z Z o w ZX W ttm N o � Om f = Z b O U`M1 N J4 o N Q W FM -- ----- AIYA v z V _ l a asiavn z Q O� O 6J ZO8W 0 S O w w j6� 2 O 0� QN u w W O E b O 2 bi o W V Fli 0 a$ A F f T N �..� i W J K 4 Q 9 L A .9 w � I Q LL W 0-3. 6 �rc 'a9 a0 0 x w o lw zl F w OEx U J x W � Z 32vv e o W U 0 Q ON C = 00 f O z N nj IDVIN0A 33S-S3WVn H19NAI O N O a° W n LLo '=mvalNoa ass - :-531atlA 4LL`JN3l m= 3; GHOJAJ VSn :A9 wM o d v N F zn ' � W i A e 3y � � n � o � i o _ 'x m y z �d dt QQ J W 0. � a e �o Nowa3ala ❑w y0° S— g w wo L 21 �g w m e 2 N 8 m z z b U U m I 0 ¢ a b b pwp w pw pwp pwp J m O JO JO 0 � � DI f ow ❑ ❑ W �m 2 w a ¢ I 2 J Q ❑ ❑ W W mt l3Atl I l dO NOlmoa if u J f-f n 0 Ow m fU y �OLL �fg� �b W f tlLL OJwN �n p tF�Wu Q W w ao � �uw �YU y O l3AtltLL m Q=W ja 1401103HIa a .TJ414 .E-,E .ZI46L I. O � K E E 1 p Q m ` tiLL yWmµK U Y € 777 aF � m� cf a4a� n �Qp oam- - m w x 0 !2 m a U a aem.w vsn .ae WM a PREVA I L I NG WAGE RATES Kent Kangley Pedestrian Improvements/Inouye A - 3 October 21, 2015 Project Number: 11-3006 Page 1of17 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, workers 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: 11/10/2015 County Trade Job Classification Wa a Holiday Overtime Note King Asbestos Abatement Workers Journey Level $43.95 5D 1H King Boilermakers Journey Level $64.29 5N iC 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 $21.70 5S 2F King Building Service Employees Window Cleaner (Non- $24.94 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $25.80 5S 2F King Cabinet Makers fin Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $54.02 5D 4C King Carpenters Bridge, Dock And Wharf $54.02 5D 4C Carpenters King Carpenters Carpenter $54.021 SD 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 & Tenders Diver $107.22 5D 4C 8A King Divers 8 Tenders Diver On Standby $64.42 5D 4C King Divers & Tenders Diver Tender $58.33 5D 4C King Divers & Tenders Surface Rcv li Rov Operator $58.33 5D 4C King Divers & Tenders Surface Rcv ft Rov Operator $54.27 5A 4C Tender King Dredge Workers Assistant Engineer $56.441 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 Page 2of17 King Dredge Workers Leverman, Hydraulic $58.671 SD 3F King Dredve Workers Mates $56.44 SD 3F King Dredez Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $54.02 5D 1 H King Drywatt Tapers Journey Level $54.07 5P 1 E King Electrical Fixture Maintenance Journey Level $26.59 5L I Workers King Electricians - Inside Cable Splicer $66.76 7C 4E King Electricians - Inside Cable Splicer (tunnel) $71.671 7C 4E King Electricians - Inside Certified Welder $64.54 7C 4E King Electricians - Inside Certified Welder (tunnel) $69.22 7C 4E King Electricians - Inside Construction Stock Person $37.19 7C 4E King Electricians - Inside Journey Level $62.30 7C 4E King IElectricians - Inside Journey Level (tunnel) $66.76 7C 4E King Electricians - Motor Shoe Craftsman $15.37 1 King Etectricians - Motor Shop Journey Level $14.69 1 King 11 Electricians - Powertine Cable Splicer $69.95 5A 4D (Construction King Electricians - Powertine Certified Line Welder $63.97 5A 4D Construction lKing Electricians - Powertine Groundperson $43.62 5A 4D Construction King Electricians - Powerline Heavy Line Equipment $63.97 5A 4D ,Construction Operator King I Electricians - Powertine Journey Level Lineperson $63.97 5A 4D (Construction King Electricians - Powertine Line Equipment Operator $53.81 5A 4D Construction King Electricians - Powerline Pole Sprayer $63.97 5A 4D Construction King Electricians - Powerline Powderperson $47.55 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $82.67 7D 4A King Elevator Constructors Mechanic In Charge $89.40 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $15.90 5B 111 Products Work Only King Fence Erectors Fence Erector $15.18 1 King ;Fla ers Journey Level $37.26 7A 31 King :Glaziers Journey Level $56.16 7L 1y King Heat t Frost Insulators And Journeyman $63.18 5J 15 'Asbestos Workers King Heating Eguipment Mechanics Journey Level $72.83 7F 1 E King jHod Carriers £r 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 King Inland Boatmen Cook $53.30 5B 1K httnr //fnrtraec XAra i n/1 a/7rN cC Page 3 of 17 King Inland Boatmen Deckhand $53.301 5B 1K King Inland Boatmen Deckhand Engineer $54.32 5B 1K King nland Boatmen Launch Operator $55.57 5B 1K King Inland Boatmen Mate $55.57 5B 1K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1 Of Sewer It Water Systems BV Operator Remote Control King Inspection/Cleaning/Seating Grout Truck Operator $11.48 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Seating Head Operator $24.91 1 Of Sewer a Water Systems By Remote Control j IKing Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer & Water Systems BV Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer Et Water Systems BV 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 $43.95 7A 31 Screed King Laborers Airtrac Drill Operator $45.32 7A 31 King Laborers Ballast Regular Machine $43.95 7A 31 j King Laborers Batch Weighman $37.261 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 31 King Laborers Chipping Gun (under 30 Lbs.) $43.95 7A 31 King Laborers Chipping Gun(30 Lbs. And $44.76 7A 31 Over) 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 $44.76 7A 31 Operator _King Laborers Concrete Form Stripper $43.95 7A 31 King Laborers IConcrete Placement Crew $44.76 7A 31 King (Laborers $44.76 7A 31 Page 4 of 17 ._................... Concrete Saw Operator/core Driller King Laborers Crusher Feeder $37.26 7A 31 King Laborers Curing Laborer $43.95 7A 31 King laborers Demolition: Wrecking Et $43.95 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $43.95 7A 31 King Laborers Diver $45.32 7A 31 King Laborers Drill Operator $44.76 7A 31 (hydraulic,diamond) 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 $37.261 7A 31 King Laborers Form Setter $43.95 7A 31 i King Laborers Gabian Basket Builders $43.95 7A 31 King Laborers General Laborer $43.95 7A 31 King Laborers Grade Checker Et Transit $45.32 7A 31 Person King Laborers Grinders $43.95 7A 31 King Laborers Grout Machine Tender $43.951 7A 31 ;King Laborers Groutmen (pressure)including $44.76 7A 31 Post Tension Beams King Laborers Guardrail Erector $43.95 7A 31 King laborers Hazardous Waste Worker $45.32 7A 31 (level A) King Laborers Hazardous Waste Worker $44.76 7A 31 (level B) ;King Laborers Hazardous Waste Worker $43.95 7A 31 (level C) ''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, $44.76 7A 31 Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $44.76 7A 31 hffnr //fnrfracc %AM nnv/Ini/XAranalnnhi in/nrvlA/Analnnhi in ncnv 1 n/1 a/,)nl E; Page 5 of 17 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 iKing 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 $43.95 7A 31 King Laborers Stock Piler $43.95 7A 31 King Laborers Tamper Et Similar Electric, Air $44.76 7A 31 Et Gas Operated Tools King Laborers Tamper (multiple Et Self- $44.76 7A 31 propelled) King Laborers Timber Person - Sewer $44.76 7A 31 (tagger, Shorer E Cribber) King Laborers Toolroom Person (at Jobsite) $43.95 7A 31 King Laborers Topper $43.95 7A 1 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 $74.29 7A 11 Worker 0.30 psi King Laborers Tunnel Work-Compressed Air $79.32 7A 31 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $83.00 7A 31 I Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $88.70 7A 31 Worker 54.01-60.00 psi Page 6 of 17 King Laborers Tunnel Work-Compressed Air $90.82 7A 31 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $95.92 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $97.82 7A 31 Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $99.82 7A 31 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $101.82 7A 31 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $45.42 7A 31 Tender 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 tt Topman $43.95 7A 31 & Water King Laborers - Underground Sewer Pipe Layer $44.76 7A 31 8 Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers 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 $9.781 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 rKing Modular Buildings Plumber $11.56 1 iKing Modular Buildings Production Worker $9.47 1 King Modular Buildings Tool Maintenance $11.56 r2B King Modular Buildings Utility Person $11.56 King Modular Buildings Welder $11.56King Painters Journey Level $37.80 6ZKing Pile Driver Journey Level $54.27 5DKing Plasterers Journey Level $51.68 S httos://fortress.wa.nov/lni/wanelnnkiin/nrvWanetnnk-iin_asnx 1 n/1 A/7n1 S Page 7 of 17 King Playground Et Park Equipment Journey Level $9.47 1 Installers King Plumbers Et Pipefitters Journey Level $74.69 6Z 1G King Power Equipment pperators 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, $56.44 7A 3C 8P Concrete King Power Equipment Operators Bobcat $53.57 7A 3C 8P l King Power Equipment Operators Brokk - Remote Demolition $53.57 7A 3C 8P Equipment King Power Equipment Operators Brooms $53.57 7A 3C 8P 3 King Power Equipment pperators Bump Cutter $56.44 7A 3C 8P e King Power Equipment Operators Cableways $56.94 7A 3C 8P King Power Equipment Operators Chipper $56.44 7A 3C 2P King Power Equipment Operator s Compressor $53.57 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $56.94 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $53.57 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $56.00 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $56.44 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $56.00 7A 3C 8P 'r King Power Equipment Operators Cranes Friction: 200 tons and $58.67 7A 3C 8P over King Power Equipment Operators Cranes: 20 Tons Through 44 $56.44 7A 3C 8P ` Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $57.51 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $58.10 7A 3C 8P 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $58.67 7A 3C 8P 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $56.94 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $53.57 7A 3C 8P Under King Power Equipment Operators Cranes: Friction cranes $58.10 7A 3C 8P through 199 tons King Power Equipment Operators $56.00 7A 3C 8P Page 8Of 17 Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons -King Power Eouipment Operators Crusher $56.44 7A 3C 8P King Power Eouionnent Operators Deck Engineer/deck Winches $56.44 7A 2—C SP King Power Equipment Operators Derricks, On Building Work $56.94 7A X 8P King Power Equipment OperaWrs Dozers D-9 Et Under $56.00 7A 3C 8P King Drill Oilers: Auger Type, Truck $56.00 7A 3C 8P Or Crane Mount King Tower EquipmtaLgperators Drilling Machine $57.51 7A X 8P King r ,Power EQuipment Operators Elevator And Man-lift: $53.57 7A 3C SP Permanent And Shaft Type King Ew��� Finishing Machine, Bidwell $56.44 7A 3C 8P And Gamaco Et Similar Equipment With Attachments With Attachments King Power Equipment Operators Grade Engineer: Using Blue $56.44 7A 3C SP Prints, Cut Sheets, Etc King �Power Equipment Operators Hard Tail End Dump $56.94 7A X 8P Articulating Off- Road Equipment 45 Yards. Et Over King :Power Equipment Operators Hard Tail End Dump $56.44 7A X 8P Articulating Off-road Equipment Under 45 Yards King Horizon tat/directional Drill $56.00 7A Locator King Power Eouipment Operators Horizontal/d irectiona I Drill $56.44 7A 3C IP Operator 10 Tons King :Power Equipment Operators Hydralifts/boorn Trucks, 10 $53.57 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $57.51 7A 3C 8P Over King 'Power EqUipmeflt Qperators Loader, Overhead, 6 Yards. $56.94 7A 3C 8P But Not Including 8 Yards King Power EgUiDment Operators Loaders, Overhead Under 6 $56.44 7A BP Ec Yards 'King 'Power Equipment Operators Loaders, Plant Feed $56.441 LA LC LP 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 httnn.//fnrfrecq Vva onx/|nikmpnp|nnk/m/nrvVV;inp|nnL/ma«ns 1O/1q/701c; Page 9 of 17 Mechanics, All (leadmen - ' $0.50 Per Hour Over Mechanic) !King Power Equipment Qperators Motor Patrol Graders $56.94 7A 3C 8P l King Power Equipment Operators Mucking Machine, Mole, $56.94 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $53.57 7A 3C 8P Distribution It Mulch Seeding Operator `King Power Equipment Operators Outside Hoists (elevators And $56.00 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $56.44 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $57.51 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $56.94 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $53.57 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $56.44 7A 3C 8P Mount) 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 $53.57 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $56.94 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $53.57 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, Bellman $56.00 7A 3C 8P (Certified) 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 Equioment 0 erp ators Roller, Plant Mix Or Multi-lift $56.00 7A 3C 8P Materials 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 $56.44 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete a Carry $56.00 7A 3C 813 All King Power Equipment Operators Scrapers, Self-propelled: 45 $56.94 7A 3C 8P Yards And Over 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 $56.00 7A 3C 8P L ii.._- ..L_. i..---- _.- --- - 11. 11_ -- --'--1...._ 1- - -tAI--- , 1 14 /.1� Page 10 of 17 Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. King I Power Equipment Operators Shovel, Excavator, Backhoe: $56.94 7A 3C 8P y Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $56.44 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Dperators Shovel, Excavator, Backhoes: $57.51 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power EEguigment Operators Shovel, Excavator, Backhoes: $58.10 7A 3C 8P , Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $56.94 7A 3C 8P 'I King Power Equipment Operators Spreader, Topsider a $56.94 7A 3C 8P Screedman 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 $57.51 7A 3C 8P Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $58.10 7A 3C 8P 'I through 250' in height, base to boom King ,Power Equipment Operators Tower Cranes: over 250' in $58.67 7A 3C 8P t height from base to boom King ,Power Equipment Operators Transporters, All Track Or $56.94 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $56.00 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $56.44 7A 3C 8P Tons And Over King ,Power Equipment Operators Truck Crane Oiler/driver $56.00 7A 3C 8P Under 100 Tons King Power Equipment Operators Truck Mount Portable $56.44 7A 3C 8P Conveyor 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 8P ,Underground Sewer a Water King Power Equipment Operators Assistant Engineer $53.57 7A 3C 8P !Underground Sewer a Water King ':Power Equipment Operators- Barrier Machine (zipper) $56.44 7A 3C 813 Underground Sewer, a Water King Power Equipment Operators- Batch Plant Operator, $56.44 7A 3C 8P Underground Sewer a Water Concrete King Power Equipment Operators- Bobcat $53.57 7A 3C 8P Underground Sewer a Water King 'Power Equipment Operators- Brokk - Remote Demolition $53.57 7A 3C SP Underground Sewer a Water Equipment King Powei Equipment Operators Brooms $53.57 7A 3C SP Underground Sewer a Water httns-//fnrfrass_wa_nnv/Ini/wanpinnkiin/nrvlNanalnnkiinacnx 1n/iQ/'7niS Page 11 of 17 King Power Equipment Operators- Bump Cutter $56.44 7A 3C 8P Underground Sewer a Water !King Power Equipment Operators- Cableways $56.94 7A 3C 8P l Underground Sewer a Water King Power Equipment Operators- Chipper $56.44 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Compressor $53.57 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Concrete Pump: Truck Mount $56.94 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $53.57 7A 3C 8P Underground Sewer a Water Screed King Power Equipment Operators- Concrete Pump- Mounted Or $56.00 7A 3C 8P '< Underground Sewer a Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $56.44 7A 3C 8P Underground Sewer a Water With Boom Attachment Up To 42 m King Power Equipment Operators- Conveyors $56.00 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Cranes Friction: 200 tons and $58.67 7A 3C 8P Underground Sewer a Water over King Power Equipment Operators- Cranes: 20 Tons Through 44 $56.44 7A 3C 8P Underground Sewer a Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $57.51 7A 3C 8P f Underground Sewer a Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $58.10 7A 3C 8P Underground Sewer a Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $58.67 7A 3C 8P f Underground Sewer a Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $56.94 7A 3C 8P f Underground Sewer a Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $53.57 7A 3C 8P Underground Sewer a Water Under '.King Power Equipment Operators- Cranes: Friction cranes $58.10 7A 3C 8P Underground Sewer a Water through 199 tons King Power Equipment Operators- Cranes: Through 19 Tons With $56.00 7A 3C 8P Underground Sewer a Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $56.44 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Deck Engineer/deck Winches $56.44 7A 3C 2P Underground Sewer a Water (power) King Power Equipment Operators- Derricks, On Building Work $56.94 7A 3C 8P Underground Sewer a Water Page 12 of 17 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 $56.00 7A 3C 8P Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $57.51 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Elevator And Man-lift: $53.57 7A 3C 8P Underground Sewer a Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell $56.44 7A 3C 8P Underground Sewer Et Water And Gamaco Et Similar Equipment King Power Egqj meat Operators- Forklift: 3000 Lbs And Over $56.00 7A 3C 8P Underground Sewer Et Water With Attachments King Power E uipment Operators- Forklifts: Under 3000 Lbs. $53.57 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $56.44 7A 3C 8P Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $53.57 7A 3C 8P Underground Sewer Et Water King Power Equ�ment Operators- Guardrail Punch $56.44 7A 3C 8P ;Underground Sewer &Water King '.Power Equipment Operators- Hard Tail End Dump $56.94 7A 3C 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tait End Dump $56.44 7A 3C 8P Underground Seaver Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $56.00 7A 3C 8P Underground Sewer a Water Locator King Power E ui went O orators- Horizontal/directional Drill $56.44 7A 3C 8P Under rg ound_Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $56.00 7A 3C 8P f' Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $53.57 7A 3C 8P Underground Sewer Et Water Tons And Under :King Power Equipment Operators- Loader, Overhead 8 Yards. Et $57.51 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $56.94 7A 3C 8P Underground Sewer & Water But Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $56.44 7A 3C 8P Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $56.44 7A 3C 8P Underground Sewer Es 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 & Water King Power Equipment Operators- Mechanics, All (leadmen - $57.51 7A 3C 8P Underground Sewer Ct Water $0.50 Per Hour Over Mechanic) hffnc�//fnrfracc IAra a/7rNCZ Page 13 of 17 I King Power Equipment Operators Motor Patrol Graders $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, $56.94 7A 3C 8P Underground Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $53.57 7A 3C 8P i1 Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $56.00 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $56.44 7A 3C 8P Underground Sewer Et Water 20 Tons Through 44 Tons "King Power Equipment Operators- Overhead, Bridge Type: 100 $57.51 A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $56.94 7A 3C 8P Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $56.44 7A 3C 8P [ Underground Sewer Et Water Mount) 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 & Water I I I King Power Equipment Operators- Power Plant $53.57 7A 3C 8P '• Underground Sewer Et Water King Power E ui ment 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 $53.57 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $56.94 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment ".King Power Equipment Operators- Rigger And Bellman $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, BeRman $56.00 7A 3C 8P '! Underground Sewer Et Water (Certified) 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 j 8P C Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $56.00 7A 3C 8P Underground Sewer Et Water Materials 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 $56.44 7A 3C 8P Page 14Vf 17 Power EQuipment OpgLgtors- Scraper, Self Propetted Under Underground Sewer Et Water 45 Yards King Power Equiornent Oo nderRround Sewer Et Water Yards And Over King jLnderground Sewer Ft Water !Underpround Sewer Et Water �UnderRround Sewer Et Water Tractors Under 15 Metric Uflde�Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King i Power Equipment Operators- Shovel, Excavator, Backhoes, $56.44 7A 3C P Underm-ound Sewer a Water Tractors: 15 To 30 Metric Tons Underground Sewer Ft Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $58.10 7A 3C 8P Underground Sewer Et Water Over 90 Metric Tons Underpround Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $56.94 7A 3C 8P Underground Sewer a Water Screedman King Power Equipment Operators- Subgrader Trimmer $56.44 7A 3C 8P Underground Sewer a Water King E2�y-r�Eui rq�entO era�tors- Tower Bucket Elevators $56.00 7A 3C 8P Underground Sewer Et Water I King Power Eguipment Operators- Tower Crane Up To 175' In $57.51 7A 3C 8P Pader round Sewer Et Water Height Base To Boom King Eq��r��Ooerators- Tower Crane: over 175' $58.10 7A 3C 8P Underground Sewer Et Water through 250' in height, base to boom Undergr3und Sewer 8: Water height from base to boom King Power Equipment Ooerators- Transporters, Alt Track Or $56.94 7A 3C 8P Underground Sewer Et Water Truck Type King Power Eguipment 02trators- Trenching Machines $56.00 7A 3C 8P Underground Sewer & Water Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Ofler/driver $56.00 7A 3C 8P Underuound Sewer Et Water Under 100 Tons King Power EQuipment Operators- Truck Mount Portable $56.44 7A 3C 8P gDij��� Conveyor King Power Eguipment Operators- Welder $56.94 7A 3C 8P Under2round Sewer Et Water King Power Eguipment Operators- Wheel Tractors, Farmatt Type $53.57 7A 3C 8P Underground Sewer Et Water hifnv-//fnrinpqc. vonnnv/|ni/m/nnp|onk/m/nniXNnnp|nnk/ m ;4cnv 1O/1Q/70i � Page 15 of 17 I King Power Equipment Operators- Yo Yo Pay Dozer $56.44 7A 3C 8P Underground Sewer Q 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 it Air Journey Level $73.51 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $52.82 5A 1M ;King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Journey Level $40.64 5D 4C ADDlicators King Residential Drywall Tapers Journey Level $54.07 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $37.301 7L 1H 'King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 BKing Residential Marble Setters Journey Level $24.09 1 :King Residential Painters Journey Level $24.46 1 King Residential Plumbers & Journey Level $34.69 1 Pipefitters King Residential Refrigeration Ft Air Journey Level $73.51 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $43.46 7F 1 R Workers King Residential Soft Floor Layers Journey Level $42.88 5A 3D ,King Residential Sprinkler Fitters Journey Level $42.48 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $52.82 5A 1M King Residential Terrazzo Workers Journey Level $47.46 5A 1M !King ResidentialTerrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $45.71 5A 3H King Roofers Using Irritable Bituminous $48.71 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $72.83 7F 1 E King Shipbuilding Et Ship Repair Boilermaker $39.82 7M 1H King Shipbuilding & Ship Repair Carpenter $40.41 7T 2B King Shipbuilding & Ship Repair Electrician $40.161 7T 4B Page 16 of 17 King Shipbuilding Ft Ship Repair Heat Et Frost Insulator $63.181 SJ 1s King Shipbuilding Et ship Repair Laborer $40.19 7T 4B King Shipbuilding Et Ship Repair Machinist $40.47 7T 4B King Shipbuilding Et Ship Repair Operator $40.11 7T 4B King Snipbuild ng Ee Ship Repair Painter $40.16 7T 4B King Shipbuilding & ship Repair Pipefitter $40.11 7T 4B King 5hipbuitdu a�£t Ship Repair Rigger $40.19 7T 4B King Shipbuitd ng Ship Repair Sheet Metal $40.14 7T 4B dKing Shipbuilding a Ship Repair Shipfitter $40.19 7T 4B King Shipbuilding i Ship Repair Trucker $40.03 7T 4B King Shipbuilding t Ship Repair Warehouse $40.08 7T 4B King Shipbuilding & Ship Repair Welder/Burner $40.19 7T 4B King Sign Makers €t Installers Sign Installer $22.92 1 _ _ (Electrical) King Sign Makers Ee Enstallers Sign Maker $21.36 1 fElectricaq King sign Makers t Enstallers (Non- Sign Installer $27.28 1 Electrical King Sign Makers & Installers (Non- Sign Maker $33.25 1 Electrical King Soft Floor Layers Journey Level $42.88 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $69.74 5C ix Pratection� King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structuratl King Stone Masons Journey Level $52.821 5A 1M King Street And Parking Lot Journey Level $19.09 1 sweeper Workers "King Surveyors Assistant Construction Site $56.00 7A 3C 8P Surveyor King Surveyors Chainman $55.47 7A 3C 8P King Surveyors Construction Site Surveyor $56.94 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians 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) $36.02i 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $37.60 5A 2B Outside King Telephone Line Construction - Special Apparatus Installerll $36.82 5A 2B Outside King Telephone Line Construction - Telephone Equipment $37.60 5A 2B Outside Operator (Heavy) King Tetephone Line Construction - Telephone Equipment $34.94 5A 2B Outside 10perator (Light) hffnc-//fnrfracc_wa_nnv/Ini/wanpinnl iin/nrv1Alanalnnkun acnv in/iQ/,)n1S Page 17 of 17 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 $26,31 5A 2B Outside Lineperson/Installer 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 Finisher $38.29 5A 1 B Finishers King Traffic Control Stripers Journey Level $43.731 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. $49.85 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $49.01 5D 3A 8L WA-Joint Council 28) "King Truck Drivers Dump Truck Ft Trailer $49.85 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $49.01 5D 3A 8L 'I Council 28) King Truck Drivers Other Trucks (W. WA-Joint $49.85 5D 3A 8L Council 28) 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 8 Irrigation Pump Well Driller $18.00 1 Installers Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 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. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The fast 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 ton(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 tunes 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. I. 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 threes 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. 1 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 1. 0. 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 wan-ant)and Sundays shall be paid at one and one-half times the hourly rate of wage.All horns 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) horns 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 1 y Y g Y 7 y ( P Y) be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half tunes 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 hays worked on Saturdays shall be paid at one and one-half threes 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 tunes 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 allhmus 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. 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 threes the hourly rate of wage. All hours worked on !� holidays shall be paid at two times the hourly rate of wage. 2 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 2. 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 thin 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 FIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALT. BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATF.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 tune 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 tour 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. 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. 3 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 3. 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 homy worked on paid holidays shall be paid at two and one-half times the hourly rate of wage inchiding 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 WOR10D 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 shalt 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 fora(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. 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. 4 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 4. E. The first two (2)horns 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 haul 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%)times the regular shift rate for the first eight (8) hours. All other hours worked Mondav 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 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8)_ D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day, the Day after Thanksgiving Day, And Christmas(6). T. 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. 5 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued 5. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Years 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 Tbanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9) i 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). '.... Holiday Codes Continued 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 Ir. 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). R. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday(10). I. Paid Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day, Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9). Z. Holidays:New Years 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. Holiday Codes Continued 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. 6 Benefit Code Key— Effective 9/2/2015 thru 3/1/2016 Holidav Codes Continued 7. 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. B. 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. 1. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. .Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day,And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7 Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued 7. 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 shalt 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. Iolidays: 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 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 100'42.00 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 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. Note Codes Continued 8 ' I Benefit Code Key—Effective 9/2/2015 thru 3/1/2016 8. N. Workers on hazinat 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 hazntat 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 'Irafflc 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 317 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 showai 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, Cass 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 PUBLIC WORKS DEPARTMENT o Timothy J. LaPorte, P.E., KEhIT xew��° Public Works Director Address: 400 West Gowe Street Kent, WA. 98032-5895 Phone: 253-856-5500 Fax: 253-856-6500 DATE: November 10, 2015 TO: Mayor Cooke and Kent City Council FROM: Timothy J. LaPorte, P.E. Public Works Director RE: Kent Kangley Pedestrian Improvements Project - Award Bid opening for this project was held on Tuesday November 10, 2015 with four (4) bids received. The lowest responsible and responsive bid was submitted by R.W. Scott Construction Co. in the amount of $574,897.45. The Engineer's estimate was $486,842,27. The Public Works Director recommends awarding this contract to R.W. Scott Construction Co. Bid Summary O1. R.W. Scott Construction Co. $574,897.45 02. Global Contractors, LLC $580,872.90 03. Road Construction Northwest, Inc. $607,760.80 04. Westwater Construction Co. $716,423.50 Engineer's Estimate $486,842.27 REQUEST FOR MAYOR'S SIGNATURE E IT Routing Information (ALL REQUESTS MUST'.FIRST BE ROUTED THROUGH THE LAW DEPARTffENT)( ;5 Approved:6Ydir r. Ori inator: Kelly Casteel Phone Ori inator 5561 ; Date Sent: i r, '' Date Required: - IL' Return Si ned Document to: NancyYoshltake Contract Termination Date:75 working days VENDOR NAME, Date Finance Notified: R.W. Scott Construction Co. (Only required on contracts 1/5/16 10 000 and over or on an Grant DATE OF COUNCIL APPROVAL: Date Risk Manager Notified:N/A 1/5/16 (Required on Non-City Standard Contracts/Agreements . Has this Document been Specificail Account Number: R20037 Authorized in the Bud et? e YES NO Brief Explanation of Document: The attached construction agreement with R.W. Scott Construction Co. is to reconstruct 24 sidewalk ramps at 7 intersections along Kent Kangley Road between SE 256th St. and 124th Ave. S. for the Kent Kangley Pedestrian Improvements project. The project also includes constructing a mid-block crossing, ' which consists of a traffic island and(rectangular rapid flashing beacon. All Contracts Must Be Routed Through The Law Department 7 a Law Department) _ Received: Approval of Law Dept. E Law Dept. Comments: Date Forwarded to Mayor: KEN �`v Shaded Areas To Be Completed By Administration Staff Received: Recommendations and Comments: .Disposition: * ` Date Returned: �Cgvll Fatln.lOocUmeOthorrss n9lR Vu sl an oyes 5lgneNre.Eo¢