Loading...
HomeMy WebLinkAboutPW16-126 - Original - R.L. Alia Company - James Street Improvements, Watermain & Landscaping - 03/26/2016 'ems, Ru,,� cord : rya ' ENTv VV A'9 N uwGTpN � .� Docu ment 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. L. Alia Company Vendor Number: JD Edwards Number Contract Number: vwltp - l zu This is assigned by City Clerk's Office Project Name: James Street Improvements - Watermain & Landscaping Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment 0 Contract Other: �J alll Contract Effective Date: Date of the Mayor's signature Termination Date: 66 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Toby Hallock/Paul Kuehne Department: Engineering Contract Amount: $2,070.001.30 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of the installation of new water main, connecting to existing water main stuffs, replacing mexisting water services, installing new fire hydrants andeband'on ng the existing water main. The project also includes installation of new shrubs and irrigation system . ------------ As of: 08/27/14 WON/ K I NGIJNTY, " PJS 1 iiWGTQN ANN ,/ov me nd -an-asm,"", pin in c 'd rtraf E :I ��; ATE MIT ILL, it 1 I !"EM NII! IFC I/4TLY FLLNO �fo�r C)�E i`JV ,k TOCT N , %r T 111�ItTIH Y �1. I '!tIM2TE 0 KER � :ki,A„k G,l , 9 Few !9IM Ji%/F i SON PUBLIC WORKS DEPARTMENT Timothy]. LaPorte, P.E. Public Works Director 400 West Gowe Kent, WA 98032 KEN T Fax., 253-856-6500 PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON James Street Improvements Watermain and Landscaping Woodford Ave. N. to 102 nd Ave. S. Project Number: 15-3001 & 15-3016 ADDENDUM No. I Wednesday, March 2, 2016, FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/Olk STRIKETHROUGH I - BIDDER'S DOCUMENTS The following changes are included in the attached replacement pages 5 through 23 of the Bidder's Document, Bidders mus use the replacement pages. SCHEDULE 11-A - WATER (WATER MAIN) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2000A 7-09.5 3 6 Inch Connection to Existing $ $ KSP 8 Water Main Per EA EACH > 2001 7-09.5 1 4.Tech Connection to ExIstkig $ $ 0n A �KSP EACH 14(ater Main Pea, L:A � 6 MAYOR SUZETTE COOKS 2005A 7-09�5 G 8 Inch Connection to Existing $ KSP 7 Water Main Per EA EACH 2010 7-09.5 5 ,1rich Diameter Ductile Xroti, A lisp LN FT CL 52 Restrained,Joijr?t VVater Per LF Plain Pipe SCHEDULE I-B - STREET (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. 2UANTITY PRICE AMOUNT 10106 2-02.5 -'1i GO 9 Remove Existing 8 Inch Depth $ $ KSP 1,400 Asphalt Concrete Pavement Per SY SQ YDS 10506 2-02.5 67G-9-9. Saw Cut Existing 8 Inch Depth $ $ KSP 7,000 Asphalt Concrete Pavement Per LE LN FT Sub Total Do Not friclude Sale Tax For, This Schedule Schedule I-B Total 15 SCHEDULE V-B - TRAFFIC CONTROL (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Sub Total $ Do Not Iriclude Sale Tax 9-rSL/,,WA-1St For This Schedule Schedule V-B Total $ 17 SCHEDULE VI-B - ELECTRICAL (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 60056 8-20.5 4,000 3 Inch Diameter Schedule 80 $ $ KSP LN FT Conduit for Irrigation Sleeve Per LF 6006 8­20.5 1 Junction Box, Type 8 $ S KISP EACH P e r EA 6007 8- 1 . 1 Remove F.vis tin g Pedestrian $ B Ksp LUMP-SUM Pusl?bUttW7 As.se rnbly and Per LS Install riew A Conipliant Pedestr1a,rpPus1ib1Jtt017 Asseinbly 6003 8­20.5 1 remove Existing Pedestrian $ Ksp L LIMP SUM P,ushbLitton Assen7bly and Per LS 1'nstalf new Pedestfian PLIsh Button Post with AI A Co�mpliant Pedes trial 7 Pushbutton Asseinbly Sub Total $ Do Not Include Sale Tax 9 i­'l:a­X---­­--$--------==--- r-or 717is ScIpedule Schedule VI-13 Total $ 20 -SCHEDULE VII-B - LANDSCAPING _(LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT' TOTAL NO. NO. QUANTITY PRICE AMOUNT 7010B 1-09.6 1 Root Removal Force Account $4_G4,4)1G017G_G WSDOT FORCE 2"Root and Larger $25,000 ACCOUNT $ ,CC ;wCommon price to all Udders Per FA Sub Total $ Do Not Include Sale Tax For, Vils Scliedthe Schedule VII-13 Total $ 21 11 — KENT SPECIAL PROVISIONS Page 2-3 - Section 2-02.5 Payment ADD the following to the pay description "Remove Existing 8 Inch Depth Asphalt Concrete Pavement": Removal is segmented into more than 200 isolated sections with no single piece larger than 20 square yards or 4 feet wide. Over half of the total removal qUantity is only I V2 feet wide. ADD the following to the pay description "Remove Cement Concrete Sidewalk, Driveway and Bus Pad": RemovaliS SegMented into triore than 200 isofated sections with no single piece larget, than 20 square yards or 5 feet vidde. Over half of the total removal quantity is only 2 feet wide. ADD the following to the pay description "Remove Cement Concrete Curb and Gutter": Removal is segmented into niore than n 150 isolated sections with no Single piece longer than 30 feet. Page 2-4 - Section 2-02.5 Payment ADD the following to the pay description "Saw Cut Existing 8 Inch Depth Asphalt Concrete Pavement": Saw cutting issegmented into more than 200 isolated sections with 110 continuous piece longer than 50 feet. ADD the following to the pay description "Saw Cut Existing Cement Concrete Pavement": SaW cutting iS Seg177eflted into, rnore than 150 isolated sections with no continuous piece longer than 50 feet. Page 7-10 - Section 7-09.5 Payment ADD the following to the beginning of the second paragraph: "4 Tnch Diameter Ductile Yron, C1 52 Restrained Joint Water Mah'i Pipe'l ADD the following to the beginning of the third paragraph: "4 Inch Connection to r.-xisting Water Main" Page 8-10 - Section 8-03.3 Construction Requirements ADD the following paragraph: 4 The irrigation system shall also include eight 1 inch service connections, eight I inch meter setters, eight SM30 meter boxes with non-skid lids for up to I inch diameter service and 500 lineal feet of I inch water service flne. Reference KSP 7-15 regarding the above referenced items. A,ll items referenced in this paragraph for the irrigation system shall be incidental to the irrigation system lump sum pay items and shall'not be compensated under other pay items. One 70 !!meal foot service line will be installed then reinstalled; once to the existing main then again after conversion to the new water mciin. Page 8-10 - Section 8-03.3(13) Irrigation Water Service REPLACE with the following: Water meters for the irrigation service are not existing as shown on the plans but need to be. installed and shall be include as part of the work incidental to the iri-igation system lump SUM. The following is a partial list of required components incidental to the irrigation orystem. The list specifies the mini verse quantity for each components .Errigation Mainline (22"'PVC SCH 80), 9,000 lineal feet Xrrigation Lateral Line (I"'PVC SCH 810), 1,500 Lineal Feet Irrigation Drip Irrigation with1riline Emitters including stakes, 11,000 Lineal Feet Xrrigation In-line Check Valves, 1701 Each Irrigation Rain Sensors on 11 foot mounting pole, 22 Each Irrigation Controllers, 22 Each .rrrigation Manual Flusli Valve, 19 Each Irrigation Manual Drain Valve, 6 Each Irrigation Low Volume Control Zone Kit, 22 Each Xrrigation Double Check Valve Backflow Preverter, G Each Irrigation Water Service Connection, I inch, S Each Xrrigation Water I inch meter setters, 8 Each Irrigation Water SA129 meter boxes withnon-skid lids, a Each Xrrigation Water I inch water service Brae, 500 lineal feet Page 8-10 - Section 8-03.5 Payment ADD the following Sentence to the end of last paragraph: ,irrigation system himp surn shall additionally include; eight I inch service connections, eight ,l inch meter setters, eight meter boxes for tip to I inch diameter service and 5'0,0 lineal feet of I inch wateer service line. Page 8-11 - Section 8-06.3 Construction Requirements REVISE the last paragraph as follows: Cement concrete driveways and associated cement concrete curb drops shall be constructed using a 4--day one day, high early strength mix. In addition, the Contractor shall immediately implement temporary provisions for access so that no driveway is out of service, 5 Page 8-12 — Section 8-06.5 Payment REVISE the first paragraph as follows: The unit contract price per 4fie,&4aet square yard for"Cement Concrete Driveway, 8 Inch Depth, Reinforced Gt4--teE:QL4�y" constitutes complete compensation to: excavate, load, haul, dispose of spoils; place, grade and compacting subgrade; place, grade and compact crushed surfacing; all materials, labor, tools and equipment; required to install 8" thick cement concrete driveway �� in accordance with the plans and specifications. Reinforcing steel in the driveway gutter shall be included in this bid item. Reference Kent Standard Plan 6-43. Page 8-17 — Section 8-20.5 Payment ADD the following to the beginning of the first paragraph: "Junction Box, Type 8" ADD the following to the beginning of the third paragraph: "3 1rich Diameter Schedule 810 Conduit" ADD the following paragraphs: 'The lump sun? contract price for "Remove Exisffgg Pedestrian PugLhbutton Assembl and Install new ADA Compliantl2edesgran Pushbutton Assembly"constitutes complete con7pensatfon for. all labor, materials, tools, supplies arnd equipment necessary to rernove the existing pedestrian pushbutton assetribly and install the new ADA compliant pedestrian pushbitittan assembly. This work includes but Shall not be limited to: removal of the existing pushbUtton assembly, wifing between pedestrian signal head and pleidestrian push buttion assembly, delivery of the removed pedestrian push button assemblies to the City of I(ent Signal Maintenance Facility, As shown on ADA Ramp and Pedestrian Button plan sheets, 'The lurnp sum cotitract price for "Remove E-xistjWBed P�Ljshb�uttqn�.Zlssem�ljl� and,Tnstallnety Pedestrian Push Button Post with ADA CoLl2pli,jfit Pedestrian _ _ Pushbuttor; AssaLnbl "COJIStitutes completem copensation r for all labo , materials, y tools, supplies and equipment necessary to remove the existh7g pedestrian pushbutton assembly and MStall the new pedestrian pusly button post with ADA complaint pedestrian pushbutton assembly. This work includes but shall not be limited to: rernoval of the existing pushbutton assen,,ibly and covering abandoned holes, concrete foundation, supplying and installing the pedestrian pushbutton, post, excavatior?,, backfilling, compacting and other iterns as specified. Also inicluded in this bid item is the trenching, supplying and installing the conduit, and trench backfill, wifing between pedestrh-m Signal head and pedestrian push button assetribly, delivery of the removed pedestrian push bu,tton asseinblies to the City of 1(ent,Signal Maintenance Facility. As shown on ADA Ramp and Pedestrian Button plan sheets. 6 Page 9-5 - Section 9-29 ADD the foHowinq: S E-CTION 9-29.19 ZS DELETED AND REPLACED WITH THEFOLLOWING., 9-29.19 ,Pedestrian Push Buttons Where noted in the contnact, pedestrian push buttons of substantially tamper-proof construction shall be furnished and installed. They shall be ADA compliant with audible locator tone and voice triessage where specified on the plans. The assembly sPaoli be constructed so that it will be impossible to receive an electrical shock under any weather conditions. Pre-approved pedestrian pushbuttonstation equip meat shall he frain the following manufacturer. Carripbelf Comparry Advh;or Guide AGPS Campbell Company 450 W McGregor Dr Boise, ID 83705 ZOS-345-7459 httl,):Ilw,ww,pe�rlsafety.com/advisoi-.-gi,iide,.-aps/ Ths PLIshbutton stations and adapters shall be Forest "reen in color. The Sign Shall be 5 inch by 7 31,A inch, (I%ILITCD RIO-3e). A pole a ,aptor, from the pushbUttOn station manufacturer, shall be Furnished and installed when a pole adaptor is required. Poch pedestrian signal pushbutton station shall include one pedestrian signal head control unit, mOLIIItable in the associated ped'estrian signal display enclosure. Manufacturer 1.7rog rani minn utility and: U.SB cable required to progralaaa' adjust and n7ake operational the pedestrian PUShbutton stations, shall be furnished and installed with each complete pushbutton syste/77. Page 9-5 - Section 9-30.2 - Fittings REPLACE 9-30.2 with the following: 9-30.2 Fittings SECTIOlV9-30,2(l) ISSUPPL.Eiau,fEN-rF-DBYIIDDING7-,HEFOI.LOWIIVG. 9-30.2(1) Ductile .Tron Pipe Ductile iron pipe fittings shall have the same coating, lining and Strength as the, pipes to whkh they are connected, Fittings small tie flanged or mechanical joint. Mechanical joint fitting gaskets shall be Wficanized styrene butadiene rubber gaskets, (SBR) in accordance with the most current version of A WL41A standard C1111,4121.11. Flanged joint fitthig gaskets shall be full fa,ce synthetic rubber gaskets appropriate to meet the requiredpressure rating in accordance with the most current version of AW141A standard C115IA21_1�5. Ductile iron fittings shallhave thesan­)e coating, fining and strength as the pipes to which they are connected, Fittings shall be flanged or inechankal joint with rubber neoprene gaskets, Mechanical johit fittings shall be restrained joint fittings manufactured by the saine rrianufacturer as the restrainedjoint pipe supplied as specified in 9­30,1(1) of the WSDOTStaridard Specifications. Field fabricated fittings shall not be perinitted. 7 SEC'770N 9-30,2(6) Z!;SUPPLEMENTED BY ADDING THE FOLLO WING., 9-30.2(6) RestrainedJoints Mef:hw7kaljoltit valve earl shall be jvstraln�, � with NEGALUGS bj EBAA I'li"ON, ot, alif,voved equal,. END OF ADDENDUM No. I Chad Bleren, P.E. Date City Engineer Attachments: Proposal pages 5-23 Irrigation and Landscaping Replacement Plan Sheets pages 1-16 Water Meter Box SM29 Detail Water Meter Box SM30 Detail WSDOT Detail 1 20.10-03 WSDOT Detail 3 20.26-01 WSDOT Detail 140.30-03 All Curb Ramps pages 1-4 8 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named James Street Improvements — Watermain and Landscaping — Woodford Ave. N. to 102nd Ave. S./Project Numbers: 15-3001 & 15-3016 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM 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. James St Improvements/Hallock&Kuehne 5 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE I-A - STREET (WATER MAIN) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000A 1-09.7 1 Mobilization $ $ WSDOT LUMP SUM Per LS 1010A 2-02.5 1,250 Remove Existing 8 Inch Depth $ $ * KSP SQ YDS Asphalt Concrete Pavement Per SY 1020A 2-02.5 140 Remove Cement Concrete $ $ KSP SQ YDS Sidewalk Per SY 1025A 2-02.5 60 Remove Cement Concrete $ $ * KSP LN FT Curb and Gutter Per LF 1050A 2-02.5 10,000 Saw Cut Existing 8 Inch $ $ �c KSP LN FT Depth Asphalt Concrete Per LF Pavement 1085A 4-04.5 240 Crushed Surfacing Base $ $ KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) 1095A 5-04.5 250 HMA Class 1/2" or 3/4", PG $ $ * KSP TONS 64-22 Per TON 1100A 5-04.5 250 HMA Class 1/2" or 3/4", PG $ $ * KSP TONS 64-22 for Temporary Per TON Pavement Patch 1145A 8-14.5 150 Cement Concrete Sidewalk $ $ KSP SQ YDS Per SY Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL — NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. James St Improvements/Hallock&Kuehne 6 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE I-A - STREET (WATER MAIN) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1205A 8-04.5 60 Cement Concrete Curb and $ $ * KSP LN FT Gutter Per LF 1315A 8-28.5 15 Pothole Utilities $ $ * KSP EACH Per EA 1320A 8-30.5 2 Project Sign Installation $ $ KSP EACH Per EA 1355A 1-04.4(1) 1 Minor Changes $10,000** $10,000 WSDOT CALC Per CALC **Common price to all bidders Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL — NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. Sub Total $ 9.5% WA State Sales Tax $ Schedule I-A Total $ James St Improvements/Hallock&Kuehne 7 March 1,2016 Project Numbers: 15-3001 &15-3016 SCHEDULE II-A - WATER (WATER MAIN) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2000A 7-09.5 4 6 Inch Connection to Existing $ $ KSP 8 Water Main Per EA EACH 2001 7-09.5 1 411-icl-i Connection to $ A Ksp EACH Existing Wator Main Per EA 2005A 7-09.5 1-9 8 Inch Connection to Existing $ $ KSP 7 Water Main Per EA EACH 12010 7-09�,5 5 Inc4h Dia,meter Dtictile $ $ A KSP LN FT Iron, CL 52 Restrained Per LF Joint Water In It 2020A 7-09.5 60 6 Inch Diameter Ductile Iron, $ $ KSP LN FF Cl 52 Restrained Joint Water Per LF Main Pipe 2025A 7-09,5 2,415 8 Inch Diameter Ductile Iron, $ $ KSP LN FT Cl 52 Restrained Joint Water Per LF Main Pipe 2040A 7-12.5 1 6 Inch Gate Valve MI x FL or $ $ KSP EACH MI x MJ or FL x FL Per EA 2045A 7-12.5 26 8 Inch Gate Valve MJ x FL or $ $ KSP EACH MJ x MI or FL x FL Per EA 2056A 7-12,5 1 2 Inch Combination Air $ $ KSP EACH Vacuum Valve and Vault Per EA 2058A 7-12.5 13 Remove and Salvage Existing $ $ KSP EACH Water Valve Per EA James St Improvements/Haflock& Kuehne 8 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE II-A - WATER (WATER MAIN) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2059A 7-12.5 10 Remove Existing Water Valve $ $ KSP EACH Skirt and Cover and Restore Per EA Site 2080A 7-14.5 3 Hydrant Assembly $ $ KSP EACH Per EA 2083A 7-14.5 3 Remove Existing Fire Hydrant $ $ KSP EACH Assembly Per EA 2105A 7-15.5 12 Abandon Existing Water $ $ KSP EACH Service Per EA 2110A 7-09.5 1 , Abandon Existing Water Main $ $ KSP LUMP SUM Per LS 2115A 7-15.5 12 Service Connection $ $ KSP EACH 1 Inch Diameter Per EA 2145A 7-15.5 365 Water Service Line $ $ KSP LN FT 1 Inch Diameter Per LF 2210A 7-15.5 12 1 Inch Meter Setter $ $ KSP EACH Per EA 2220A 7-15.5 12 Meter Box for Up to 1 Inch $ $ KSP EACH Diameter Service Per EA 2255A 2-09.5 2,600 Shoring or Extra Excavation $ $ WSDOT SQ FT Class B Per SF James St Improvements/Ha I lock&Kuehne 9 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE II-A - WATER (WATER MAIN) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2260A 7-09.5 260 Foundation Material, Class I $ $ KSP TONS and II for Water Main Per TON 2275A 7-09.5 750 Pipe Zone Bedding for $ $ KSP TONS Water Main Per TON 2285A 7-09.5 530 Bank Run Gravel for Trench $ $ KSP TONS Backfill for Water Main Per TON ($2.50 Min) 2350A 7-09.5 9 Control Density Fill (CDF) $ $ KSP EACH Trench Cutoff Wall Per EA Sub Total $ 9.5% WA State Sales Tax $ Schedule II-A Total $ James St Improvements/Hallock&Kuehne 10 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE V-A - TRAFFIC CONTROL (WATER MAIN) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005A 1-10.5 1,000 Traffic Control Labor $ $ * KSP HOURS Per HR 5010A 1-10.5 880 Construction Signs Class A $ $ �c WSDOT SQ FT Per SF 5015A 1-10.5 300 Traffic Control Supervisor $ $ * KSP HOURS Per HR 5020A 1-10.5 1 Temporary Traffic Control $ $ KSP LUMP SUM Devices Per LS 5030A 1-10.5 120 Portable Changeable Message $ $ * KSP DAYS Sign (PCMS) Per DAY 5035A 1-10.5 120 Sequential Arrow Sign (SAS) $ $ * KSP DAYS Per DAY 5060A 1-10.5 10 Type III Barricade $ $ KSP EACH Per EA Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. Sub Total $ 9.5% WA State Sales Tax $ Schedule V-A Total $ James St Improvements/Ha[lock&Kuehne 11 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE VII-A - TEMPORARY EROSION AND SEDIMENTATION CONTROL (WATER MAIN) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7010A 8-01.5 60 Wattle $ $ WSDOT LN FT Per LF 7015A 8-01.5 19 Inlet Protection $ $ KSP EACH Per EA 7055A 8-01.5 1 Erosion/Water Pollution $10,000** $10,000 WSDOT FORCE Control Per FA ACCOUNT "Common price to all bidders Sub Total $ 9.5% WA State Sales Tax $ Schedule VII-A Total $ James St Improvements/Hallock&Kuehne 12 March 1,2016 Project Numbers: 15-3001 &15-3016 SCHEDULE I-B - STREET (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000E 1-09,7 1 Mobilization $ $ WSDOT LUMP SUM Per LS 1010E 2-02.5 40 Remove Existing 8 Inch Depth $ $ KSP 1,400 Asphalt Concrete Pavement Per SY SQ YDS 1020E 2-02.5 2,200 Remove Cement Concrete $ $ KSP SQ YDS Sidewalk, Driveway and Bus Per SY Pad 1025E 2-02.5 3,500 Remove Cement Concrete $ $ KSP LN FT Curb and Gutter Per LF 1046E 8-,21,5 20 Traffic Sign Removal and $ $ KSP EACH Salvage Per EA 1047E 8-21.5 20 Provide & Set Metal Sign Post $ $ KSP EACH and Install City Provided Per EA Signs 1050E 2-02.5 6-,G-G.G Saw Cut Existing 8 Inch $ $ KSP 7,00O Depth Asphalt Concrete Per LF LN FT Pavement 1055B 2-02.5 2,500 Saw Cut Existing Cement $ $ KSP LN FT Concrete Pavement Per LF 1080B 4-04.5 800 Crushed Surfacing Top $ $ KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. ]times St Improverne nts/Ha flock&Kuehne 13 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE I-B - STREET (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1095B 5-04.5 400 HMA Class 1/2" or 3/4", PG $ $ * KSP TONS 64-22 Patch Per TON 1100E 5-04.5 60 HMA Class 1/2" or 3/4", PG $ $ c KSP TONS 64-22 for Temporary Per TON Pavement Patch 1125E 5-04.5 30 Cold Plant Mix for Temporary $ $ KSP TONS Pavement Patch Per TON 1140B 8-06.5 400 Cement Concrete Driveway, $ $ KSP SQ YDS 8 Inch Depth, Reinforced Per SY 1145B 8-14.5 1,000 Cement Concrete Sidewalk, $ $ KSP SQ YDS Bus Pad and Garbage Per SY Receptacle Pad 1150E 8-06.5 800 Cement Concrete 6 Inch $ $ KSP SQ YDS Residential Driveway Per SY 1181E 8-14.5 35 Cement Concrete Sidewalk $ $ KSP EACH Ramp Type Single Direction A Per EA 1182B 8-14.5 20 Cement Concrete Sidewalk $ $ KSP EACH Ramp Type Parallel A Per EA 1183E 8-14.5 1 Cement Concrete Sidewalk $ $ KSP EACH Ramp Type Parallel B Per EA Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. James St Improvements/Hallock&Kuehne 14 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE I-B — STREET (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX.. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1200B 8-04.5 21100 Pedestrian Curb $ $ WSDQT LN FT Per LF 12.05B 8-04.5 3,500 Cement Concrete Curb and $ $ KSP LN FT Cutter Per LF 1280B 8-12.5 270 Install New 4' High, Vinyl $ $ KSP LN FT Gated, Chain Link Fence Per LF 1281B 2-02.5 1 Remove Chain Link Fence $ $ KSP LUMP SUM Per LS 12.85E 8-18.5 21 Mailbox Support, Type 1 $ $ KSP EACH Remove and Reset Mailbox Per EA 131B 8-28.5 50 Pothole Utilities $ $ KSP EACH Per EA 1355B 1-04.4(1) 1 Minor Changes $25,000** $25,000 WSDCT CALL Per CALC "Common price to all bidders Items bearing this description is found in more than one schedule. In, accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. Sub Total $ Do Not 1r 1te e Sales Tax 4, r-or This 1iele Schedule I-13 Total James St Improvements/Nallock&Kuehne 15 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE V-B — TRAFFIC CONTROL (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 500513 1-10.5 1,500 Traffic Control Labor $ $ * KSP HOURS Per HR 5010B 1-10.5 300 Construction Signs Class A $ $ * WSDOT SQ FT Per SF 5015E 1-10.5 500 Traffic Control Supervisor $ $ * KSP HOURS Per HR 5020E 1-10.5 1 Temporary Traffic Control $ $ KSP LUMP SUM Devices Per LS 5029E 1-10.5 200 Uniformed Off-Duty Police $60.00** $12,000 KSP HOURS Officers Per HR "Common Price to All Bidders 5030E 1-10.5 90 Portable Changeable Message $ $ * KSP DAYS Sign (PCMS) Per DAY 5035B 1-10.5(2) 90 Sequential Arrow Sign $ $ * WSDOT DAYS Per DAY 5115E 8-22.5 150 Plastic Stop Line $ $ WSDOT LN FT Per LF 5120E 8-22.5 500 Plastic Crosswalk Line $ $ WSDOT SQ FT Per SF Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL — NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. James St Improvements/Hallock&Kuehne 16 March 1, 2016 Project Numbers: 15-3001&15-3016 SCHEDULE V-B - TRAFFIC CONTROL (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Sub Total ,Do Not Include Sales Tax For Tifis Scf?edule Schedule V-B Total James St Improvements/Haflock&Kuehne 17 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE VI-B - ELECTRICAL (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 600013 8-20.5 4 Junction Box, Type 1 $ $ KSP EACH Per EA 6001B 8-20.5 3 Junction Box, Type 2 $ $ KSP EACH Per EA 6002B 1-09.6 1 Electrical Force Account $5,000** $5,000 WSDOT FORCE Per FA ACCOUNT **Common price to all bidders 6003B 8-20,5 3 Remove Existing Junction Box $ $ KSP EACH Per EA 6004B 8-20,5 800 2 Inch Diameter Schedule 80 $ $ KSP LN FT Conduit Per LF 6005B 8-20.5 !-�, 9 4 Inch Diameter Schedule 80 $ $ KSP 4,000 Conduit for Irrigation Sleeve Per LF LN FT 6006 8-20.5 1 Junction Box, Type 8 13 Ksp, FAIT Per EA (50 0 7 8-20 Remove rz;dsting $ B 11(SPI LUMP SLIM Pedestrian Pushbutton Per L.S Assembly and Install new ADA Compliant Pedestrian Pushbutton Assembly 6008 8'-20.5 1 Remove E),ris fly 7g B KSP LUMPSUM Pedestrian Pushbutton Per LS Assembly and Install new Pedestrian Push Button Post with ADA Compliant Pedestrian Pushbutton Assembly James St I mproveme nts/Ha I lock & Kuehne 18 March 1, 2016 Project Numbers: ].5-3001 &15-3016 SCHEDULE VI-B - ELECTRICAL (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. !2UANTITY PRICE AMOUNT 6036E 8-20.5 100 Sand for Conduit Bedding, $ $ KSP TONS Under Paved Areas Per TON 6080B 8-20.5 700 Crushed 5/8 Inch Minus for $ $ KSP TONS Trench Backfill Per TON ($6.00 Min) Sub Total $ Do /Vot Zncluide Sales Tax Foi- Tlil Sichedule Schedule VI-B Total $ James St Improvements/Ha[lock&Kuehne 19 March 1, 2016 Project Numbers-, 15-3001 &15-3016 SCHEDULE VII-B - LANDSCAPING (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7005B 2-01.5 1 Grubbing Landscaping Strip, $ $ KSP LUMP SUM Remove Top 5" Per LS 7006E 2-01.5 1 Salvage Brick Pavers $ $ KSP LUMP SUM Per LS 7010B 1-09.6 1 Root Removal Force Account WSDOT FORCE 2-Root or Larger $25,000 $25,000 ACCOUNT Per FA *Common price to all bidders 7011B 8-02,5 3 Extended Landscaping $ $ KSP YEARS Maintenance Per YR 7015B 8-03,5 1 Irrigation System $ $ KSP LUMP SUM Per LS 7020B 8-02.5 2,200 TAGRO Mix, Compost Blanket, $ KSP SQ YDS Placed and Tilled Per SY 7021B 8-02.5 2,200 Clean Crushed Rock Mulch $ $ KSP SQ YDS Per SY 7022B 8-02.5 300 Topsoil Type A $ $ KSP CU YDS Per CY 7025B 8-02.5 405 PSIPE Mt. Vernon Laurel $ $ KSP EACH I Gallon Container Per EA Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. James St Improvements/Hallock& Kuehne 20 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE VII-B - LANDSCAPING (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7030B 8-02.5 865 PSIPE Flaming Mound Spiraea $ $ KSP EACH 1 Gallon Container Per EA 7035B 8-02.5 670 PSIPE Blue Star Juniper $ $ KSP EACH 1 Gallon Container Per EA 7040B 8-02.5 960 PSIPE St. John's Wort $ $ KSP EACH 1 Gallon Container Per EA 7045E 8-02.5 950 PSIPE Furzey Heath $ $ KSP EACH 1 Gallon Container Per EA 7050E 8-01.5 60 Inlet Protection $ $ KSP EACH Per EA 7060E 8-01.5 500 Clear Plastic Covering $ $ KSP SQ YDS Per SY 7065B 1-07.15(1) 1 SPCC Plan $ $ WSDOT LUMP SUM Per LS 7070E 8-01.5 1 Erosion/Water Pollution $5,000.00** $5,000.00 WSDOT CALC Control Per CALC **Common price to all bidders 7075B 8-01.5 300 Street Cleaning $ $ WSDOT HOURS Per HR Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. James St Improvements/Ha[lock&Kuehne 21 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE VII-B - LANDSCAPING LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Sub Total $ Do Not In,clude Sales Tax For 'Fifis Schedtile Schedule VII-B Total $ lames St Improve ments/Ha I lock&Kuehne 22 March 1, 2016 Project Numbers: 15-3001 & 15-3016 BID SUMMARY Schedule A: Schedule I-A Schedule II-A Schedule V-A Schedule VII-A Schedule A Total Schedule B: Schedule I-B Schedule V-B Schedule VI-B Schedule VII-B Schedule B Total TOTAL BID AMOUNT Schedule A Total + Schedule B Total James St Improvements/Hallock&Kuehne 23 March 1, 2016 Project Numbers: 15-3001 &15-3016 OR Nil I I II S 1� x N01 1.9 N I I ar i I II t I I WOODFO AVE N 1 K N i I Iota9 NO eX s i j ,L x I I ! I 1 I S NAIa IN AILS a I li W T !I .�..,. .,...^ is $ i I f 5 y L9 i � I S i I JASON AVE N I i IN I tt `------D� I i i I ' I v 1 i I@ A SE t N I C 11 �O II I I iI I i IN Al #" III � tt ! I! f L ' I iS $ S+ I -TO I in y MR � fill" 6 tOl P Fgcl SFF I I 6 gr of + o I _j PROSPECT AVE N P CLARK AVE N a O S Q MATCH-WE-SEE NEXT SHEET MATCHLINE�SEE BELOW 0 S MO-aS 33S-SNnHOIVA 13314S 1X3N SSS-2WHOIVA w_ ias I xs9 �m I I 7P3 gQ i rQa �i I 764 tg8g # pl I 16f. � t IQJ II — + 1 N dd 5191 6 7 1 F gill � !e QQ Bq S [C ]g 1 1.Q ! I74 74) 75 !! f) 2 € > N 3AV OF3OA"1 241 74 11' r iC. 74 g Y t� '37 bi Ise SQrl� t66- cc O 33 53 6 67 I u u AA I � } j t3 777 } ' I!i hs 3i I 3% fl i +s I I 774 I t B +3 1 773 S 164 I 212. 'CP h I .. 6 ISt I 1 I i N SAV 'P 7, 3 's( I Ira T ® + L 147 ( 21 14 1f4 ! i f4s I 7IJ j µ j 14J I. I 1j7• it 3 311r 41M1 7)! _ 41. 14 71 It �, I 14 ry 1I !. l i]9 I 'QT N ', I 1 1 70 s I+:r m eo1TIN J 1 'ros 1. 1 t 3AV VHON3l N "a3 � 701 n !i 11 ! N ] I II 3w N I I § Nmoaj ?76 I L f 1] j Ij 49 17t 9F � 195 ry II f7 4 F I +94 � b i + - ' fl „ d a 1-=J3HS,DSN 338-3N`IHom its a I { I I Rpm" 1� lag ' I ' ++ N 3AV I vinS �I $ { I I E r 1 i 1 11 I II 26 1 Ii y5 S Ii S 3AV QNl6 13AV c[Oi-MIH m g= I UWl S str Nnl co { NWL I � ) s su ax I dmsw , I x W II + I � ' I I I = I Z 3M1Y H I , �)d 2 R 71j � i S I I ' I i 1 MO-Se■3S-2rlH OVVl 13EHSJYENRSS-3n O V § I \ | | -S-tlhV FMe= . , ■ ® d K | I . Z | � \ 377! , , r 37\ | � MT-1 jl 37 � \ 371 § ! | § ) \ � ` � � ' S ■ m ` / � at53 \ ! u \ � 33 351 _ I. , _ \ ■ { ` I , | 7 \{ lumo M-:3vLLSp t . I 4 � �- u r � fir ■ ` � � � | | § I } | l ■ I . , | -- w | i , , KI ® | § 2 { �/m § �■ ) | � \ � \ ! § / � , I § \ fib } * t , " |� I ■ ] 2 � � � | � � ■ r�' , �,|d"- 2EHB URN BBS-2rIHOA § e �- | d � | . , , $ | | & � | . , � «w ■ | . = k co LZ e3¥m« ' � ) LL \ � ;' . � � / ■ % � 2sis I | . I � � I � ■ � f ._/ NUM . ! � • [ I g ' | " A. ! ' "w WSW | ;, ,. ■ I=Ra DSN SaS.=NnHG1VA | ; � 39 3AV&M §� � �■ | ! § VN \ | | 9 % § § z q § , $ �• � - j 7 \ | § | � � k|• ` | | .- � . � � kA�r■ . | rill �\ — . � 7 & q { . §g@ ozoz OL � I - , ! ` ek¥HIM | � J ! ,W . §�< | � ._am v | I • | � | I ) =p ! I | , j | b j R , § I ƒ | | J C k 2 '| A . | j b,9 d� 0 a 133HS 1X3N MS-3NlHOlVVi as 3Ad aN,� I O$ fy ffik R I5 $ ii I 7 Item; How wl ;I I I , I II s L m I ' r I j co TI co39 r I I s gllov Lu s3ww I I 16N g' I x � inr x N YCIF € tit x s �m � m � x e o jigg � go Il 35 s, : i E 1 , a ML s� t_ s i . i E S� 6 1 t i i s xr wj i a Nam" I i s nr ON i ea" I x 'i C �y 8+ i I� x + ur x 3S 3AV ON301 r �Nr I N ,y 0 � m Y all of H _ F i IMF � Elm its IN o a � iml Ell g W > > Z & g OLL 8Q ff U Ris p Ok �n� I � ,m•G1 $ n N g ry.. gg °,•,q,g y �z $ 7a •° �co RIP � n •fL � HE as E Et � tt33 fi h lib E � r 3 1 Z F i� � gg�ttiq III ho z G2 II 1; � g� I CL F LD O 0 gig 282a.2pHO1Vh 22HGL\SN 2B-RNn31n § � §s , N BAV)MV73Nm¥10 Ks k r §f IQ| x �� � - / § # a.@A|h r54 | | ! 0000 \ | ƒ . , Rig | ■ , , m m . {u • � , . , . } NBAVmDe • [ ._ , ` � �. _ 7 § + -- — -- — | js `" ^ | e® .ƒ �, k �.2 . � ' / . . / ! ( 2 ' \/ N»V ( , » • d - , , / . n | � , S p — J32HS 1X3N 33S—3NZHOIVW _ram M.M 90 ,-zw R6� � fe> zsn t� tea e6 za. pg lef 262 —261. ,Q, 2& N 2*. g�g zs> d 623 r� 256 N I>g hr 1¢g5 }py, aJ2 _ 21 , . j Rt 1>. ® O IS 0 7,9pe Ih (O f r .. € > N BAV CIBOA7 7'7 re z. a rPe zJ �r 7 E 1 166, z1> Ise as 2Js 2J4 3s ML 233 �v R31 S 6 reZ h 2S s z28 u> ISQ zze � I 'eJ za s n ® iis 7RJ —� fe., 722 •[P IJJ 77 s vn In enex s sz. zzo. N 3AV l3 " 7j 0 15 z, i e � u i zu N 3 aeaww 7rz I.J 7.7 Sr i 1. 71 1� I w x J " / r I x 1 I mr r a g " MI iq 3AV VEON91 N M 11��JJ�- N 7.qI 1 ?75 q� lt1' r 5 7 3 1 195 3 n f2 r91 � 79 + 1 + b f ra ri> �r9r s mo28BRG-3n�101w _ J.@nHBJR 2e-»nI-D»I(q ; m- §� � | � ` || ! # . 3n f / C5 § | ® � -32 CL N| 2 ■§ m | § ! , — �k§dbig h • sk¥ge . � . , e . � ,� + t B§ m� ! , mswl DO ` | � . ' ■ ! a & a | ! � # # | | \ | - h �m a S BAV lul a 4Lrom. � I «m ■ | E ■ Sa¥Ome /VdI-nN 7 a / |,m | • �• , / \ " . . . i ■ ., | / �1._ � ■ ` ` B k ¥ 0 MOBS BE$ 3NrIHOIVW J:3HS.UGN MS-3NnHOIM I m ,s u 1 379— ' eJAYy�USv 77G 81 GS g� rt N 1-377 ��Llr I A J71 s v 6 sj s�'373 � r Y 1 J71 � ® ® O • • u J09tT + Lr 36e 1 I y7 I Dot I [ti j J ' I 1 1 I—atr x 97 W Qa7 I s 36 ur g x $1 $ s s )eo ., J T , Jse � \ II—))s— 369 lal RMIM s J). "noo M3W.S3M +, g' N 3n ro[7w N � I X yy� 3. N N I I 34+ G Q N L' w 1 > _ 342 x3lr i —v9 I 1 ve 394 g 1 C 1 r S mome as-3NnHo.Lvvg J a3HS 1X3N 33S-3NnHD1tiiN I9rc+n9:Id i 3S 3AV H1001 I \ om 591 f 1 IL 1 I $ gggg 1 I I iz I I I CL 81 +T m ls� nl 1 1 I — a IM 6 � r f W +I I 5 I 3S wt I S I �I/ I T N� I MV H168 I I 'SSi 1 Ssirml a wiwmS I 1 �1 M 'nl , I i 3M/ dp�ipl I x3 I%W I x E I 1 MN aU� € A s' N I I N I I IN 3W I YW�11' 1 B I b � I 402 I}I ti 0 n a ! W 1-I11 _ =11f—r —IIf= I- 41-1- I =11 n �H� m m II—I N _ • • O 0 O LKLK F z � E § l, 5 � a � •I I IJ� � a k F '•ror e E'R"Z-+> L d0 L:133HS VIN:3lVOS 6ZWS:#EJMa os9-+xxxx £OOZ!£Z19:31Va Sd:a>IHO 9o'-+xxx :31Va ;.19 �•+xx :31tla =A32! 3�Ntl213101 £OOZIEZ19:31Va 10:NMa a3A08ddV 1N3vin000 tl A3a EOOZ/EZl9:31Va tl=A321 S9l6LL:1MXOLIddV 6ZWS 'ON iUVd OZ-H :ONLVb J 9o-99.0910'sEStlW1Stlualelpona:l1VW XOS J918W 6ZWS '�I�LI ,�2iQI�L[l03 �IdL�A'IO :S31ON „9L d.11 .e/£ „Zi r aura W AM DUFAM „Z L BL .Z/l Bl Lr- I I .ZJ 4--I (-Id 9) an jo mi.La6 No x .z/L y Vh L x 1/2" x 1/8" LEVELING PADS 15" ON BOTTOM OF LID (8 PL) CWM 30 1 2" 31" 25" 23 3/4" a+�c rot w sarnt 18 3/4" --I L t3" 12„ u i n ii 6 � " L1/4" TYP i I � --I L 4 1/2" 16" NOTES: OLYMPIC FOUNDRY INC. SM30 Meter Box MATL:Ductile Iron ASTM A536,CLSO-55-06 RATING: H-20 PART NO. SM30 APPROX VJT:Frame:267 Lbs,Cover:34 Lbs. REV:A DATE:6/2312003 REV DOCUMENT APPROVED DWN:CL DATE:6/23/2003 TOLERANCE REV: DATE: A xx•-.I BY: DATE: xxx,-.� CHKD:FS DATE:6123/2003 XXXX,_uau DWG#:SM30 SCALE:NIA SHEET:1 OF 1 •-2 DEG mm C7RAWN'11Y- FERN 1JOOELL oMo _ ❑m ...� 04 m Z 6z vMO �❑ 'o dJy, Crary. ' CspD ,SAS C.m v' m air= © Fn �r�p _ 0 z8c [ ❑ "� �q Z ❑zm RGY 4 � m bnO r ❑ �m "m / m+ r- 0 9 o o�=m �3 7" p w, 3 iy�..0 �2�7 ��`� �q7 z QH�.'! p .2 -. �Mp m A ndF r-a m YAW m _ q ,Q ❑ -I z m cma no S om m -C. G9 ;I m ^m m Ro mr cz a. c,❑ �. urn N N mz 1•...5^ IAF4}C m m °3 A m m 0 -f °1' r � 00 o n .� ❑z ma) �z m 6z ❑ °-❑ czmO Fay 4 . Z y� "ten C: ANI am �❑ OF mi . 2 m.Tl - Al m o •mod d s r - y zm,- �- ❑ tr w - o ", A a r � s• � io ails^ � m R :,....• r {SEE 11OTE 3) 8 :-�o om a w o� -• z •tds A am "0 CZ c O R R S S o p 0• -, 4m �„ q R 'FOda s �� �'® a o � o ��� FLAK. Er Z OM . 0El 25 n Opp ay vv n� m 2 BM5 2 Ws Zb �Qt7. ?. m0 N z" vi m w es ° m4za'! OM r0 .M o � w m > nr o9 m m w mm o ❑ , '❑'c m 1-z. to and m'� 57 w2p °N+1aWS 14•^-(SEE NOTE 31 ❑ m of n c — ---——----- z g•.G � c m co 0 �py �/�/Y�ly' rn• CO 3+ '�M m i �wI Y/ M mu Er nO Om Axm I rm 8 s6o R �, 3 Z� yb TH ❑ov 2m a R� N Gi 3� E�L1 ❑ i° C) iYn S4r lr �� y m x. m 0. o '1 Z damp' tt? m El o Off"c' "o P. 2 �,w, cl a"' `�i❑ -r4 g 4 °P " ram* -'"w O F Y e° v7 Q VI o p�1 m aamarronawanaraawmr semw !- mMuoawawmamaarwia-crry olmareurasrwm�roe�vau � �+� amm'rvaau uxrmaou9asrw N arraarammna�rurvrrvaw aw �„� Y 118�� 96 N o W 3� OZ 0 o Q �, aoz �WhaF� o � o d��i 4�y°' mmC1 j v C H mO�y Z=l q F N 6� am$ug. Z ® ® U3w �W o c } a ^� SL 1.% W Q 4 Q •, a 90 � m s ® � _9 �a 4 N Oz e MN ZO � a chi N lu 05 to N a SL Zi m N tl W 3 °� a 3 0 a m m 0 0 9 z 3Z.R .-(moo CUOjA9 VSn ;A8 wArda xam,�+,mnaw�vaa�,.m.aa,o,o1 r w,mcv¢nr�,,,o,��rr°w,oNaas„ Z O1 tia�osa*,rJv°oauics°r � � �`la 5 m ineemmm�mwonr,a°,,ww r,°, �► N � Y b88y �AO��. N WL G n % Q� o roy W IS o ` d Raga Z `" ��O ,WJoW dLuz N oto ell Z # P P � •� zaa5� U of a mm P + Oax ° ° CL 3 a N s� w z -+ w a � a w 7 � Z O FN IL rn z cho F m m w p ' IL a a� P 0. O% Z f ° w o�' + U zk U �4 g� a g z r IN /f F J2 Z m r` z , z J WLU r N Q•, dti _ � a ro Ed Op z P o a n a ww � � b m •,o m a + •� 0. o z z g n• p a� pz � �nMffil, ONOJAO VSn;M NMVH(3 Y n e�P,° w m o?- •, p 0. � �sw�udms�ar�iu�iu So -i w EyHN nc mm� �A eye 'jt Emm 2 ui uID,D aSY . ° a � '° g� sul o_$ VjN v 3E magP Q O a� x MEd 1 9 E a p, �r �� e; •�0 IL •c 3 = in W`-EE $ c $ya 3� '� m� so Z �%'$ 5�3� SIN BH.L4 �; �j 01 y E Q i GeV 4 Qom E m Zi a k i3 do wo mEVIE it m 3cg E 5 'p m a -a E$ C `o q0 3� ovtg E S$ .s��i {cE$6bg��°t am�mE$a=z w M •&E°m'b• S pSQE� �A °° �g� on� z aaa •. 42 mod E a ffEs E a $ � 3 � W c � � �p E wR � ¢ E�� a a O IN. � Z ° m 2 as $ S�'S m p 4_ A cL m SO 'A 7 O O ttp " 2 229 ot7 4q 5`m34c Q A, � � � cad c� h � ID CNc iL al �� Ze t�gr8 5 v $ vE ° �•. . J _ e o �E Q r8 on �� � � � ���' n 085 � Ft13 Z to Lo m to ai d .- F + tt W n .�- ems- y 0 rt N �1 S a b �'dAL1 Z U pp CWlld9 A'IN3A3 sO=e d a cWi LL; awe Avmm7j do dol MOZi9 rmnwm va a tdAu ms -- " O M U ;, o � ao 7d71 S r I b- 2 I Lam' zP! Itu �p � T stDi v�_r6� , ' � 2 w r iL Ya- WQ � I•• coo CL SS `E N fL �q O RI — —•_ — 7n fA �a� 4 w� I; - - O to Mow q t n. F a Q m G iS j• y Q 6 Q ORQ o t NOLMMM03 dD KLaIMSaLgNj a t��j= O a �7 F O Q K Q W p C yyO if O W Bam Q mu b .bL Ul E E p MO't38 RfW19m7.bZ ` t.., 7%c a C a Q7b to U U U W uL U, b .9C O 0 OOO aNOdAD VSII;aNM1RlD saasm�+mon.w,uNr ws�mw {h c'f ouauw rm��om.w.a.a.rti 4MpY?06A.1/MgdCY,rorlmOptK 0.• rtaa ii M ax d zAzm yp N R NCO c g C j=w IL o c Q p N z Ci Z .00 m tU !R N ��C � � � �luJi � al 4�.. �� d �•j �Zr�n Z ?. z S � .rh► sn O Q J N d m � n Zb 3 o= s o� mF_ x � � N �! � �m C4 a a N7 Q p 4 � r h s r m z J Fief A d .t PH S N N aaoAAz vsn ae urnnvtla ....... ....... 1331 M0138 33S J, - z u. 41 z N 3AV of "Cl�zc V'1N 3A37VH < 4% tp Al, lk v "Ir 41 P, N 3AV-VdON3l < L ."PAR 77 + L—�7 Ail + L N 3AV 103dS0dd r Ld p" g Fri Qm,, N 3AV 0804000M CL 777 77, Ij 4,r )IM< X CL v N 3AV NOSVP d '4 µ, «` §I jIII r, —7-71 �WA7 n lgl N 3AV 31�i,S-- A g TW lHOld 3AOSV 33S g g all, P t; kq I rill"Li M L) m cc w w CL fL (n IJ31 AA0138 33S 28 133HS 33S a, kw I 4�� tt IN Ica rS' 3At��5b rY1l OWE in E Ir p 6 1 r v 10 M3MIS3M w r a c ,..N, ,— m � i r � �w 7/ u, a N 3Aa licvwns rr �` w �r —'^ gall UJ �gg .z,I N 3Aa d0111IN j s fs u i M � " �Yp °� :I I z>� p al ry r P"11A"47 -r e." .,, R a2S AAVt 6 Ri a � 1 fY I X MOM 3ADEV 33S {MNC 4_ I r F" f �N 3AV GIOA lh Q y I R a y LU V' ,yCmt� erw IJ31 M0138 33S S 'MV 66 - —3S 3AV Za4—`�� /.yk, ,F, r�6,,,., n tea@ i „W r;(� Ap,�k �.:d w O �y6 1 d I ix ca u�a M .. — I Ln S 3h7 86 <' "�` o �%' � � Grp , ki M " in jo I La q y U , I 0' r�,i DAB m 35 3hd Q{79, �ru� k f{ R, ll u I I r a. y " l,HON IAOO f 33S T 0 rrr, Ktm0 uj <[ mrrr� ur .- a a- yr a a a Y,.,f J I "��(L�1`J�wf f�11,���Ityr yl�fj!���'1't�/�;.�1✓ d r r i,'r,A�� � �f4lf' 1dr r Ib Plane Imm r muz rWOO 0"� s I 4 rr��k�;+ �!� I���I �r�l� �I" a ❑q rl ��.I I° � r I M1 ��'� & / , /r' / �� t ci oz z I, cap � � �° a���� N r t r I kG' r /( JaNys"k rr G'i A IWO N ti�nr ✓ r ! k d d " t,A= TWO Awl pp r F/ 0-1 g�x � '✓ ��i�/\ �tu /s�i' "tea j / sh ytl "A r r r '�� ua l (Ar � r a itx r G� r r 1a 1 o f ,r I r t fiN'r! n m' J TAB I NDEX a 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 Traffic Control Plans J Tab 8 New Water Main Connection Procedures Tab 9 Prevailing Wage Rates J J _1 CITY OF KENT KING COUNTY, WASHINGTON KENTSPECIAL PROVISIONS FOR James Street Improvements Watermal" n and Landscaping nd Woodford Ave . M, to 102 Ave. S ., Prolect Numbers,: 15-3001 & 15-3016 BIDS ACCEPTED UNTIL March 8, 201.6 10 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY p® 220 4th Avenue S., Kent, lVVA 98032-5895 TIMOTHY ]. LAPORTE P.Ei. PUBLIC WORKS DIRECTOR K T ENT BIDDER'S NAME 1` - L- - ALA A C°mPA4j CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR James Street Improvements Watermain and Landscaping Woodford Ave. N . to 102"d Ave. S. Project Numbers: 15-3001 & 15-3016 BIDS ACCEPTED UNTIL March 8, 2016 10 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 40 IN • KENT WASH I NQTDN _1 ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement a Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement 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 _1 Traffic Control Plans New Water Main Connection Procedures 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 March 8, 2016 up to 10 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 10 a.m. for the City of Kent project named as follows: James Street Improvements — Watermain and Landscaping Woodford Ave. N. to 102"d Ave. S. Project Numbers: 15-3001 & 15-3016 Along James Street in Kent, WA, this project consists of installation of approximately 2,200 LF of new 8 inch diameter ductile iron restrained joint water main. The project also includes connecting to existing water main stubs, replacing existing water services, installing 3 new fire hydrants and abandoning the existing water main. 4,000 new shrubs and 10,000 lineal feet of new irrigation system will beautify the street landscaping strips. 800 lineal feet of new traffic conduit, 7 junction boxes, and 5 loop stubs for traffic signal improvements will be installed within the planter strips in conjunction with the landscaping work. 2,000 square yards of sidewalk, 50 new wheelchair ramps, 2,000 lineal feet of pedestrian curb, 3,500 lineal feet of new curb, gutter, as well as new driveway, garbage can pads, and bus landings will upgrade the street. Due to pump station construction between Woodford Avenue N and Clark Avenue N occurring at the same time, water main work on James Street between Clark Avenue North and Jason Avenue North must be completed before other sections of water main work start. Landscaping and concrete flat work between Woodford Avenue N and Jason Avenue N shall not begin until after October 1, 2016 and shall be completed before March 15, 2017. The Engineer's estimated range for this project is approximately $1.8 to $2 Million. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions on the water main work, please call Toby Hallock at 253-856-5536. For technical questions on the landscaping work, please call Paul Kuehne at 253-856-5543. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5695. 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. Paper 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.aov/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 must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixt (60) days after the day of bid opening. Dated this 18th day of February, 2016. Ronald - oore,.City Cler Published in Daily Journal of Commerce on February 23 and March 1, 2016 I I� i I i i J CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date This statement relates to a proposed contract with the City of Kent named James Street Improvements - Watermain and Landscaping Woodford Ave. N. to 102nd Ave. S. Project Numbers: 15-3001 & 15-3016 I am the undersigned bidder or prospective contractor. I represent that - I X, have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. LL " -NAME OF BIDDER BY: SIGNATURE/TITLE I,j i PN ADDRESS (Note to Bidders: The information required in this, Compliance Statement is informational only) James St Improvernents/HaHock & Kuehne February 18, 2016 Project Numbers: 15-3001 & 15-3016 DECLARATION CITY O' F 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 adhiere 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. 1 have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I a ee to ful ill the five requirements referenced above. By: ............... For: stw4 C-n rn r,'Pi 0 Title: Date: James St Im provements/Ha I lock&Kuehne 2 February 18, 2016 Project Numbers: 15-3001 &15-3016 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. 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. James St Improvements/Ha I lock&Kuehne 3 February 18, 2016 Project Numbers: 15-3001 &15-3016 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the 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 James Street Improvements — Watermain and Landscaping — Woodford Ave. N. to 102nd Ave. S./Project Numbers: 15-3001 & 15-3016 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: Date: James St Improvements/Hallock&Kuehne 4 February 18, 2016 Project Numbers: 15-3001 &15-3016 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that 1` i- w R C-0m PA rJ i 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 James Street Improvements — Watermain and Landscaping — Woodford Ave. N. to 102na Ave. S./Project Numbers: 15-3001 & 15-3016 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM 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. James St Improvements/Hallock&Kuehne 5 March 1, 2016 Project Numbers: 15-3001 & 15-3016 SCHEDULE I-A - STREET (WATER MAIN) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000A 1-09.7 1 Mobilization $ 1 Cj jOG Ja. $ I o,oa-�3 WSDOT LUMP SUM Per LS Qo 00 1010A 2-02.5 11250 Remove Existing 8 Inch Depth $ ►G ' $ I -Z, S 60 * KSP SQ YDS Asphalt Concrete Pavement Per SY o� 1020A 2-02.5 140 Remove Cement Concrete $ 10 $ ) , y 0 U KSP SQ YDS Sidewalk Per SY 00 1025A 2-02.5 60 Remove Cement Concrete $ W o� $ N'L43 r KSP LN FT Curb and Gutter Per LF pJ 1050A 2-02.5 10,000 Saw Cut Existing 8 Inch $ q--' $ 0101006 KSP LN FT Depth Asphalt Concrete Per LF Pavement cv 1085A 4-04.5 240 Crushed Surfacing Base $ -5s $ �� yGo co KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) 1095A 5-04.5 250 HMA Class 1/2" or 3/4", PG $ Zw $ Sv , 008 °'- * KSP TONS 64-22 Per TON 1100A 5-04.5 250 HMA Class 1/2" or 3/4", PG $ 1 Oo f_ $ 7-510 * KSP TONS 64-22 for Temporary Per TON Pavement Patch 1145A 8-14.5 150 Cement Concrete Sidewalk $ (o43 $ CN100000 KSP SQ YDS Per SY Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL — NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. James St Improvements/Hallock&Kuehne 6 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE I-A - STREET (WATER MAIN) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 00 1205A 8-04.5 60 Cement Concrete Curb and $-30 �o $ '� ;$000 �c KSP LN FT Gutter Per LF 1315A 8-28.5 15 Pothole Utilities $ $ * KSP EACH Per EA °D OC 1320A 8-30.5 2 Project Sign Installation $ (406 $ KSP EACH Per EA 1355A 1-04.4(1) 1 Minor Changes $10,000** $10,000 WSDOT CALC Per CALC "Common price to all bidders Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL — NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. cv� Sub Total $ 9.5% WA State Sales Tax $ Schedule I-A Total $ -7-LA G s James St Improvements/Hallock& Kuehne 7 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE II-A - WATER (WATER MAIN) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2000A 7-09.5 6 Inch Connection to Existing $ �JOC 0 KSP 81 Water Main Per EA EACH 2001 7-051�5 1 4 Inct Cannectio-i7 to 4-, CO ;1 006 -- A K.5 P k,ACH E)-eis"Ung �qateir Rain Per EA. 2005A 7-09.5 1-9 8 Inch Connection to Existing $ 5, 000 $ -'551000 KSP 7 Water Main Per EA EACH 20110 7-0-4.5 5 4 Inch Diameter Ductile S $ '-L 14S C-d A KSP LN Fr 1ron, CL 52 Restrained Per LF Joint VWater 14ain Pipe Ca 2020A 7-09.5 60 6 Inch Diameter Ductile Iron, $ 100 ,- $ ('70 as KSP LN FT Cl 52 Restrained Joint Water Per LF Main Pipe 2025A 7-09.5 2,415 8 Inch Diameter Ductile Iron, $ I ci 0 �cl $ KSP LN Fr Cl 52 Restrained Joint Water Per LF Main Pipe 2040A 7-12.5 1 6 Inch Gate Valve MI x FL or $ 00 $ cc KSP EACH MJ x MJ or FL x FL Per EA 2045A 7-12.5 26 8 Inch Gate Valve MJ x FL or $ Goon sa $ VC KSP EACH MI x MJ or FL x FL Per EA 2056A 7-12.5 1 2 Inch Combination Air $ �'000' $ �'6070 -- KSP EACH Vacuum Valve and Vault Per EA 2058A 7-12.5 13 Remove and Salvage Existing $ 16(3 cc $ 11-300 00 KSP EACH Water Valve Per EA James St Improvements/Ha[lock&Kuehne 8 March 1, 2016 Project Numbers: 15-3001 & 15-3016 SCHEDULE II-A - WATER (WATER MAIN) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2059A 7-12.5 10 Remove Existing Water Valve $ 100 $ 11 00C KSP EACH Skirt and Cover and Restore Per EA Site Ga CO 2080A 7-14.5 3 Hydrant Assembly $ i 01000 `-$ ..2 ado KSP EACH Per EA 2083A 7-14.5 3 Remove Existing Fire Hydrant $ 1,0010 $ -3,C0a KSP EACH Assembly Per EA 2105A 7-15.5 12 Abandon Existing Water $ i 00 $ , z- co 0 0 -- KSP EACH Service Per EA 00 2110A 7-09.5 1 Abandon Existing Water Main $ 1, 000 $ � OQG o0 KSP LUMP SUM Per LS co 2115A 7-15.5 12 Service Connection $ LI 00 $ CA , 6 0 0 KSP EACH 1 Inch Diameter Per EA 2145A 7-15.5 365 Water Service Line $ :,S " " $ ZcT, U-7 KSP LN FT 1 Inch Diameter Per LF 2210A 7-15.5 12 1 Inch Meter Setter $ "�S(�� $ �1 ,Zv� c� KSP EACH Per EA 2220A 7-15.5 12 Meter Box for Up to 1 Inch $ L- -So 00 $ 5,-7(G 00 KSP EACH Diameter Service Per EA oe 2255A 2-09.5 2,600 Shoring or Extra Excavation $ *f $ S60 0 WSDOT SQ FT Class B Per SF James St Improvements/Hallock&Kuehne 9 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE II-A - WATER (WATER MAIN) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT o� 2260A 7-09.5 260 Foundation Material, Class I $ 5 $ y ,300 KSP TONS and II for Water Main Per TON 00 60 2275A 7-09.5 750 Pipe Zone Bedding for $ 'a5 —" $ 'Z�O,Z7-� KSP TONS Water Main Per TON 2285A 7-09.5 530 Bank Run Gravel for Trench $ ':�)5 $ 181 ,550 � KSP TONS Backfill for Water Main Per TON ($2,50 Min) 2350A 7-09.5 9 Control Density Fill (CDF) $ 100 $ c100 KSP EACH Trench Cutoff Wall Per EA Sub Total $ W, 8ZI - � 9.5% WA State Sales Tax $ W S, FSZL4 Schedule II-A Total $ '15*Zn' r James St Improvements/Hallock &Kuehne 10 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE V-A - TRAFFIC CONTROL (WATER MAIN) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 00 5005A 1-10.5 1,000 Traffic Control Labor $ 5 1 $ 5 I, U00 * KSP HOURS Per HR 00 go5010A 1-10.5 880 Construction Signs Class A $ "Z — $ i, ](aU �}c WSDOT SQ FT Per SF 5015A 1-10.5 300 Traffic Control Supervisor $ 5— $ * KSP HOURS Per HR 5020A 1-10.5 1 Temporary Traffic Control $ --- t000°- $ "31000 -- KSP LUMP SUM Devices Per LS CIO 5030A 1-10.5 120 Portable Changeable Message $ 100 $ IZ, 000 — �c KSP DAYS Sign (PCMS) Per DAY 00 5035A 1-10.5 120 Sequential Arrow Sign (SAS) $ DSO �$ , (quo ao * KSP DAYS Per DAY Go 5060A 1-10.5 10 Type III Barricade $ L' 66 `- $ t-1 0 0 0 `r KSP EACH Per EA * Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. w Sub Total $ 821 0 -1C 9.5% WA State Sales Tax $ it Schedule V-A Total $ c�0, -7'31 -jG James St Improvements/Hallock&Kuehne 11 March 1, 2016 Project Numbers; 15-3001 &15-3016 SCHEDULE VII-A — TEMPORARY EROSION AND SEDIMENTATION CONTROL (WATER MAIN) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 00 G� 7010A 8-01.5 60 Wattle $ 6 $ �0 WSDOT LN FT Per LF 5 —00 007015A 8-01.5 19 Inlet Protection $ 5 . $ KSP EACH Per EA 7055A 8-01.5 1 Erosion/Water Pollution $10,000** $10,000 WSDOT FORCE Control Per FA ACCOUNT "Common price to all bidders 00 Sub Total $ 9.5% WA State Sales Tax $ Schedule VII-A Total $ IZ,LI'M James St Improvements/Hallock&Kuehne 12 March 1, 2016 Project Numbers; 15-3001 &15-3016 _SCHEDULE I-B - STREET (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000B 1-09.7 1 Mobilization $ 10,006 r $ WSDOT LUMP SUM Per LS 1010E 2-02.5 r4,1 Remove Existing 8 Inch Depth $ 10 $ I y ,0od * KSP 1'400 Asphalt Concrete Pavement Per SY SQ YDS 0.0 1020E 2-02.5 2,200 Remove Cement Concrete $ j p $ ZZ( 006 KSP SQ YDS Sidewalk, Driveway and Bus Per SY Pad 1025E 2-02.5 3,500 Remove Cement Concrete $ "3 $ •Zy, 5 0 �c KSP LN FT Curb and Gutter Per LF 1046B 8-21.5 20 Traffic Sign Removal and $ 0G $ Zgooa KSP EACH Salvage Per EA 1047E 8-21.5 20 Provide & Set Metal Sign Post $ 150 �o $ •3 ,GO KSP EACH and Install City Provided Per EA Signs 1050B 2-02.5 6� Saw Cut Existing 8 Inch $ ` $ �3,Urn * KSP 7,000 Depth Asphalt Concrete Per LF LN FT Pavement 1055B 2-02.5 2,500 Saw Cut Existing Cement $ lei $ Z ,000 KSP LN FT Concrete Pavement Per LF 1080E 4-04.5 800 Crushed Surfacing Top $ "3 5 ~" $ -L C'r1 KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. James St Improvements/Hallock&Kuehne 13 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE I-B - STREET (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT of 1095B 5-04.5 400 HMA Class 1/2" or 3/4", PG $ ` oo $ SD+voj._ KSP TONS 64-22 Patch Per TON 1100E 5-04.5 60 HMA Class 1/2" or 3/4", PG $ 100 00 $ OU J * KSP TONS 64-22 for Temporary Per TON Pavement Patch 1125B 5-04.5 30 Cold Plant Mix for Temporary $ I $0 W $ Li 50a C-4 KSP TONS Pavement Patch Per TON 1140B 8-06.5 400 Cement Concrete Driveway, $ -75 � $ 3d , .� 0 0 G KSP SQ YDS 8 Inch Depth, Reinforced Per SY GQ 1145E 8-14.5 1,000 Cement Concrete Sidewalk, $ "1 5 � $ --7 S,000 KSP SQ YDS Bus Pad and Garbage Per SY Receptacle Pad 00 1150E 8-06.5 800 Cement Concrete 6 Inch $ '7 J � $ KSP SQ YDS Residential Driveway Per SY 1181E 8-14.5 35 Cement Concrete Sidewalk $ -Z,000 Ss --1 U , G oQ KSP EACH Ramp Type Single Direction A Per EA oa 1182E 8-14.5 20 Cement Concrete Sidewalk $ Z, 000—$ q01 G00 KSP EACH Ramp Type Parallel A Per EA 1183B 8-14.5 1 Cement Concrete Sidewalk $ '3,000400 $ 'a, GOG Go KSP EACH Ramp Type Parallel B Per EA Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. James St Improvements/Hallock&Kuehne 14 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE I-B - STREET (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 00 1200E 8-04.5 21100 Pedestrian Curb $ 1 S $ 7)1 , 500 WSDOT LN FT Per LF 00 od 1205E 8-04.5 3,500 Cement Concrete Curb and $ -30 r $ 10 5,006 * KSP LN FT Gutter Per LF 1280B 8-12.5 270 Install New 4' High, Vinyl $ C-10 "' $ 1 Q f100 KSP LN FT Coated, Chain Link Fence Per LF I 06 �a 1281E 2-02.5 1 Remove Chain Link Fence $ 11000 $ 11 pOJ KSP LUMP SUM Per LS co 1285B 8-18.5 21 Mailbox Support, Type 1 $ '30() $ 0 KSP EACH Remove and Reset Mailbox Per EA 1315E 8-28.5 50 Pothole Utilities $ 156 00 $ '7 , S00 �c KSP EACH Per EA 1355B 1-04.4(1) 1 Minor Changes $25,000** $25,000 WSDOT CALC Per CALC **Common price to all bidders Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. ot. Sub Total $ Do Not In clod talcs T,.,xFor 'Fh s Sc:hedute Schedule I-B Total $ James St Improvements/Hallock&Kuehne 15 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE V-B — TRAFFIC CONTROL (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005B 1-10.5 1,500 Traffic Control Labor $ 5 j $ * KSP HOURS Per HR 5010E 1-10.5 300 Construction Signs Class A $ Z0 $ GOO 00 WSDOT SQ FT Per SF 5015B 1-10.5 500 Traffic Control Supervisor $ fj ' $ —Z�, S00 * KSP HOURS Per HR oQ 5020E 1-10.5 1 Temporary Traffic Control $ 1,00 C4 $ Z 00 KSP LUMP SUM Devices Per LS 5029E 1-10.5 200 Uniformed Off-Duty Police $60.00** $12,000 KSP HOURS Officers Per HR "Common Price to All Bidders cd 5030B 1-10.5 90 Portable Changeable Message $ 100 '' $ C>� , OOG * KSP DAYS Sign (PCMS) Per DAY OD rp 5035B 1-10.5(2) 90 Sequential Arrow Sign $ FSC1 $ —7,Z00 * WSDOT DAYS Per DAY 5115E 8-22.5 150 Plastic Stop Line $ & ao $ qp0 WSDOT LN FT Per LF 00 C-0 5120E 8-22.5 500 Plastic Crosswalk Line $ 5 $ -Z, SVG WSDOT SQ FT Per SF Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL — NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. James St Improvements/Ha[lock&Kuehne 16 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE V-B - TRAFFIC CONTROL (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT vo Sub Total $ p 1 �� ZaG ✓ Vat For r'hii- sch-'ecfule Schedule V-B Total $ Y 1 3, Z00 James St Improvements/Hallock&Kuehne 17 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE VI-B - ELECTRICAL (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6000E 8-20.5 4 Junction Box, Type 1 $ $ -Z,U00`'� KSP EACH Per EA 08 6001E 8-20.5 3 Junction Box, Type 2 $ Soo $ 2, y00 00 KSP EACH Per EA 6002E 1-09.6 1 Electrical Force Account $5,000** $5,000 WSDOT FORCE Per FA ACCOUNT "Common price to all bidders 6003E 8-20.5 3 Remove Existing Junction Box $ 500 $ , 500- KSP EACH Per EA 00 od 6004E 8-20.5 800 2 Inch Diameter Schedule 80 $ 1 0 $ '8 f UOU r KSP LN FT Conduit Per LF eb W 6005E 8-20.5 4-74444 4 Inch Diameter Schedule 80 $ 'Z. ' $ , 000 `- KSP 4,000 Conduit for Irrigation Sleeve Per LF LN FT 6006 8-2Q.S 1 Junction Box, Type $ $ 2,0 UO 60 Z, 0 GO B KSP EAChf Per EA 00 6007 8-20.5 .1 Remove Existing $ 7,Odd $ S ,0 0 0 ` KSP L UMP SUS' Pedestrian Pushbutton Per L.S Assembly and Install new ADA Compliant Pedestrian Pushbutton Assembly 00 6008 8M20.5 .1 Remove Existing $ 5,000 51000 ono KSP LUMP SUK Pedestrian Pushbutton Per L.S Assembly and Install new Pedestrian Push Button Post witti ADA Compliant Pedestrian Pushbutton Assembly James St I m provements/Ha[lock&Kuehne 18 March 1, 2016 Project Numbers: 15-3001 & 15-3016 SCHEDULE VI-B - ELECTRICAL (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 00 00 6036B 8-20.5 100 Sand for Conduit Bedding, $ 35 " $ 3 IS-00 KSP TONS Under Paved Areas Per TON 6080E 8-20.5 700 Crushed 5/8 Inch Minus for $ 3 $ KSP TONS Trench Backfill Per TON ($6.00 Min) Sub Total $ �_ QO Do Not Include Sales Tax to Sales Ta) car- fifes Schedule Schedule VI-B Total $ James St Improvements/Hallock&Kuehne 19 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE VII-B - LANDSCAPING (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7005E 2-01.5 1 Grubbing Landscaping Strip, $ -Z0 ,000.' $ Z0,°C4, KSP LUMP SUM Remove Top 5" Per LS 7006E 2-01.5 1 Salvage Brick Pavers $ 11000 $ .1 r 06 8 oa KSP LUMP SUM Per LS 7010E 1-09.6 1 Root Removal Force Account WSDOT FORCE 2`"Root or Larger $25,000 ACCOUNT Per FA *Common price to all bidders rA 7011E 8-02.5 3 Extended Landscaping $ 500 $ -s-L'S�tJ KSP YEARS Maintenance Per YR 7015B 8-03.5 1 Irrigation System $ 1 Z&.000 00$ 1 Zoo,U00 00 KSP LUMP SUM Per LS 7020E 8-02.5 2,200 TAGRO Mix, Compost Blanket, $ Z $ 51 56(s a� KSP SQ YDS Placed and Tilled Per SY 7021E 8-02.5 2,200 Clean Crushed Rock Mulch $ -3 $ "7,-7G0 KSP SQ YDS Per SY oa Qa 7022B 8-02.5 300 Topsoil Type A $ �.-S $ , 00 KSP CU YDS Per CY 7025E 8-02.5 405 PSIPE Mt. Vernon Laurel $ 1 100 $ H,Li 55 KSP EACH 1 Gallon Container Per EA Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. James St Improvements/Hallock&Kuehne 20 March 1, 2016 Project Numbers: 15-3001 &15-3016 SCHEDULE VII-B - LANDSCAPING (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT o CIO 7030B 8-02.5 865 PSIPE Flaming Mound Spiraea $ 11 y $ , 5+ ✓ KSP EACH 1 Gallon Container Per EA 00 00 7035B 8-02.5 670 PSIPE Blue Star Juniper $ I - ' $ '8 ,0 y O KSP EACH 1 Gallon Container Per EA 7040E 8-02.5 960 PSIPE St. John's Wort $ °1 1 $ $, (Dy0 "= KSP EACH 1 Gallon Container Per EA 7045E 8-02.5 950 PSIPE Furzey Heath $ 11 - $ 1 a ,u SU KSP EACH 1 Gallon Container Per EA 00 7050E 8-01.5 60 Inlet Protection $ LI 5' $ �,���► 4" KSP EACH Per EA o UG 7060E 8-01.5 500 Clear Plastic Covering $ 6 v $ Z,SOa 1 KSP SQ YDS Per SY 7065B 1-07.15(1) 1 SPCC Plan $ 5CJC1 � $ 500 WSDOT LUMP SUM Per LS 7070E 8-01.5 1 Erosion/Water Pollution $5,000.00** $5,000.00 WSDOT CALC Control Per CALC **Common price to all bidders 7075E 8-01.5 300 Street Cleaning $ 10 0! $ 3 r0 U 0 Vo WSDOT HOURS Per HR Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. James St Improvements/Hallock&Kuehne 21 March 1, 2016 Project Numbers: 15-3001 & 15-3016 SCHEDULE VII-B — LANDSCAPING (LANDSCAPING, STREET, ELECTRICAL) ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Sub Total $ Z, "-100 Do F Cii ' i ' ,ac; r?5 �,c i; '4_i1`rt"r'k izx t—*^ ?fir?c cr. .•_ For This 15cfz t�k.t c , Schedule VII-B Total $ Z-7Z,L400 James St Improvements/Hallock&Kuehne 22 March 1,2016 Project Numbers: 15-3001 &15-3016 BID SUMMARY Schedule A: Schedule I-A -71 '� , Schedule II-A S"Z 8 , 8 a Schedule V-A 0 13 i Schedule VII-A i-L H'ZZ Schedule A Total Schedule B: 00 Schedule I-B y�'` Ir?O , Schedule V-B 1 1.5 1 Z00 � Schedule VI-B ('06+ L-wo - Schedule VII-B -L-71,y OU ' 00 Schedule B Total �o TOTAL BID AMOUNT + 0-7 6 6361 �- Schedule A Total + Schedule B Total James St Improvements/Ha[lock&Kuehne 23 March 1, 2016 Project Numbers: 15-3001 &15-3016 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 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: Jamg Street Improvements — Watgrmain and Landscaping — Woodford Ave. N. ILD 102nd Ave. S. Project Numbers: 15-3001 & 15-3016 Subcontractor Name Item Numbers IJ T 0 Z 15, —1 �7y] 1(-11`5 IS, Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE James St Improvements/H a I lock &Kuehne 23 February 18, 2016 Project Numbers: 15-3001 &15-3016 SUBCONTRACTOR LIST (Contracts over I million dollars) Name of Bidder: r,-, L. L:�frp,pj,i Project Name: Jam Cs Street ImRrovements — Watermain and Landscaging — Woodford Ave. N. to 102nd Ave. S. Project Numbers: 15-30,01 & 15-3016 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: (R);, F 9,0 J Electrical Subcontractor Name: Signature of Bidder Date James St Improvements/Hallock & Kuehne 24 February 18, 2016 Project Numbers: 15-3001 & 15-3016 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. James St Improvements/Hallock&Kuehne 25 February 18, 2016 Project Numbers: 15-3001 &15-3016 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: R-(-- ALIA, ComPRNr NAME: �ticNPR.D �- P�wp,. ADDRESS: kA ►1,L1AMS flv€ Soo-tt _ Rf,aT 6N, PRINCIPAL OFFICE: ADDRESS: A\)S SUJ'rH PHONE: (LZS) ZZCa• S'GG FAX: (G2S) ZZr, FCuq 1. STATUTORY REQUIREMENTS - !SF-e 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). James St Improvements/Hallock&Kuehne 26 February 18, 2016 Project Numbers: 15-3001 &15-3016 2. ORGANIZATION 5� AtrAuao 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its 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: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 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 SX A-1Taut0 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE '5eg ArfkAW 4.1 List the categories of work that your organization normally performs with its own forces. 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? James St Improvements/Hallock&Kuehne 27 February 18, 2016 Project Numbers: 15-3001 &15-3016 4.2.2 Are there any judgments, claims, arbitration proceedings or suits 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? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 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. 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 completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a_separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. S. REFERENCES �E6 A,—(K*4 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 50 kftu o 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. James St Improvements/Ha I lock&Kuehne 28 February 18, 2016 Project Numbers: 15-3001 & 15-3016 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.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? 7. SIGNATURE e 105�L 7.1 Dated at this 5..�A tk ay of M Kc44 2016. 1 W, —1 Name of Organ zatio ALI,f 4 By: M, . Title: 7.2 PtLIAACt, L , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. � %J11111411 Subscribed and sworn before me this r,4 da-A- 2016. % Notary Public: Z CqA1 NO I ARY My Commission Expires: PUSUC J. 0 q 0 lames St Improvements/H a I lock &Kuehne 29 1 P111WA111110% February 18, 2016 Project Numbers: 15-3001 & 15-3016 r ,�S;i4tl9ft'�/ �C7 .ti 0 'q� af,L•..� '� 47 _» YAAT'Oki � e CITY OF KENT JAMES STREET IMPROVEMENTS WATER MAIN AND LANDSCAPING CONTRACTOR'S QUALIFICATION STATEMENT—R. L . ALIA COMPANY I Statutory Requirements 1.1 —See Attached 1.2 —UBI Number—600149378 13 — Industrial Insurance Account Number—343,041-00 Employment Security Dept Number—388814-007 State Excise Tax Registration Number—C600149378 1.4—Please consider this as our statement to you that our Company, including any subsidiaries or 11, IM s, I'd iaN are not and have not been in t ie past three (3) years, disqualifieq from biming on any public works contract under RCW 39.06.01 0 or 39.11065 (3 V -16 Richard L. Alia, President of R. L. Alia Company Date 2. Organization 2.1 —41+ Years 2.2 —41 + Years 2.2.1 —None 23.1 —Date of Incorporation—November 1974 2.3.2 — State of Incorporation —State of Washington 2.3.3 —President's Name —Richard L. Alia 2.3.4—Vice President's Name—Gary J. Pankiewicz 2.3,5 — Secretary's Name—Richard I.... Alia 2.3.6—Treasurer's Narne —Richard L. Alia 2.4 —N/A 2.5 —N/A 2.6 —N/A Page 1 CITY OF KENT JAMES STREET IMPROVEMENTS WATER MAIN AND LANDSCAPING CONTRACTOR'S QUALIFICATION STATEMENT—R. L . ALIA COMPANY 3. Licensing 3.1 —State of Washington—General Contractor 3.2—State of Washington 4. Experience 4.1 —Road Improvements, Underground Utilities, Pump Stations 4.2.1 —No 4.2.2—No 4.2.3 —Yes—City of Monroe—East Fremont Street Reconstruction—Arbitration filed against Monroe for failure to pay for work performed. Status— settled. 4.3 —No. 4.4—Work in Progress Soos Creek Water and Sewer District Lift Station No. 46 Installation $ 3,580,000 20% Complete—Estimated Completion is April 2017 (work won't resume until April 2016) Northshore Utility District 2015 Water Main Replacement $ 1,197,092 90% Complete—Estimated Completion is March 2016 Lakewood Water District I5 Crossing at Seattle Ave SW/Pacific Highway Water Main Replacement $ 1,152,000 50% Complete—Estimated Completion is June 2016 City of Monroe WWTP AA Pipe Replacement $ 86,000 0% Complete—Estimated Completion is April 2016 City of Tukwila 2016 CBD Sewer Spot Repair $70,000 0% Complete—Estimated Completion is March 2016—Awaiting NTP Page 12 CITY OF KENT JAMES STREET IMPROVEMENTS WATER MAIN AND LANDSCAPING CONTRACTOR'S QUALIFICATION STATEMENT—R. L . ALIA COMPANY 4.4.1 - $6,585,092—Work-In-Progress and Under Contract($4,215,709 left to complete) 4.5 —Projects over last 10 years—See attached 4.5.1 —Average Annual Construction over last 5 years - $6,000,000/year 4.6—Construction Experience of Key Individuals Rick Alia—Owner, 40+years experience, committed to all projects in Progress Vito Alia— Superintendent, 8+years experience, presently working on City of Monroe WWTP AA Pipe Replacement and Lakewood Water District I5 Crossing at Seattle Ave/Pacific Hwy Water Main Replacement Leith Lycksell— Superintendent, 7+years experience, presently working on Northshore Utility District 2015 Water Main Replacement Jason McGovern—Superintendent, 23+ years experience,presently working on Northshore Utility District 2015 Water Main Replacement 4.7—Major Equipment(All owned): Komatsu 650, Komatsu 600, 2 each Komatsu 200s, CAT 950, CAT 938G, 2 each 580 Cases, 3 each 10 CY Dump Trucks, 3 each Pup Trailers, 5. References 5.1 —Trade References—See Attached 5.2—Bank References— See Attached 5.3.1 —Bonding Company -NAS 5.2.2—Bonding Agent- Parker, Smith,and Feek 2233 1121" Ave NE Bellevue, WA 98004 6. Financing 6.1 —OK 6.1.1 —Will Provide if Required 6.1.2—Will Provide if Required 6.1.3 —Will Provide if Required 6.1.4—Will Provide if Required 6.2—Will Provide if Required Page 3 OCT 17 2014 Department of Labor and Industries R L Ai IA COMPANY PO Box 44450 r Olympia,WA 98504-4450 Reg CC RLALIC*104PT IJBL 600-149'=378 Registered as provided by Law as C6ns6& on Contractor CCOI}-GENERAL ' R L ALIA COMPANY - E566&e Date 10730/1.990 107 WILLIAMS AVE S _ Expiration Date 10/4%2016 RENTON WA 98057- s Verify Workers'Comp Premium Status- Employer Liability Certificate https://fortress.wa.gov/lni/crpsi/AcctlnfoPrint.aspx?Accountld=34304.., Washington State Department of F Employer Liability Labor and Industries , Certificate M^ � f M3M5} Department of Labor and Industries Employer Liability Certificate Date: 03/04/2.016 UBI : 600 1.49 378 Legal Business Name: R L ALIA COMPANY Account : 343,041-00 'Doing Business As'Name: R L ALIA CONNSTRUCTION CO Estimated Workers Reported: Quarter 4 of Year 2015 "21 to 30 Workers" (See Description Below) Workers' Comp Premium Status: Account is current. Firm has voluntarily reported and paid their premiums. Licensed Contractor? 'Yes License: RLALIC*104PT Expire Date: 10/4/2016 Account Representative: TO/KARLA BOWMAN(360)902-5535 -Email: BOWK235@lni.wa.gov What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RC W 1,12_m050 and 1..._.16.1.90). I of 1 3/4/2016 8:43 AM BRDimage.aspx(JPEG Image,577 X 349 pixels) http://dor.wa.gov/images/BRDIrmge.aspx?tra=lKsv])NQN4yS+ibT2... N ashington State Department of Revenue State Business Records Database Detail TAX REGISTRATION NO:600149378 ACCOUNT OPENED:1/1/1975 1.2:00:00 AM UBI: 600149378 ACCOUNT CLOSED:OPEN ENTITY NAME: R L ALIA COFIPANY BUSINESS NAME: MAILING ADDRESS: BUSINESS LOCATION: 107 WILLIAMS AVE 5 107 WILLIAMS AVE S RENTON,WA 98057-2149 RENTON,WA 98057-21:49 ENTITY TYPE:CORPORATION RE.SELLER PERMIT NO:A15 830417 PERMIT EFFECTIVE: 1/1/2016 NAICS CODE: 237110 PERMIT EXPIRES: 12/31/2017 NAICS DEFINITION WATER AND SEWER LINE AND RELATED STRUCTURES CONSTRUCTION FOR NON-COMMERCIAL USE ONLY 3/4/2016 8:45 AM 1 of 1 3/4/2016 8:45 AM Emptaym.enf Secu Department WASHINGS ON STATI E P.O.Box 9046 tb Olympia,WA 98507-9046 Statement of benefit charges Quarter ending Jae 30, 2015 ® 2560 R L ALIA COMPANY July 14,2015 107 WILLIAMS AVE S JUL 2 0 2015 RENTON,VdA 98057-214S ESD number: 000-388814-00-7 ® UBI number: 600-14.9-378 W :mowit:.. :_.._..::�.:.;_...:......_.:..:.._._.;..;:._.::.:...___..:....:......_......:._...:..:..w.�_...:.:.1.._..J:..e..:�_-...:..a..:._.w.._...�.-......_..__..._ ::�:_ : :wW:. m ::: . :::: ............ ......:....:_:_.:....:.:....:_............ ._�_....:e..-.. �:.._..:_: :_:..�..M..i...t...__._....._:...:..:. .�e.._ ..:.:.wc_ ......... �:� ..:..:.... ._...- :._—.....::�_ .:.__._.::_::.: :W :.::_:.:. _:.:. w :. :_:.::_:.::_:.W.:.:.: .:.::: a r .: 3a . �:.:.:.:.�: ...W_uar .� . ......_. -._..........._.............. .__:..... _ 1 ? �1ed ... �:: _... __ ..._.. •................__-- .. - Vr O ' a 0 0 0 N pOp IJ to T C. O D O C O ' O O 6 O �T-filal b zzefi iar s � uz a� rzeil -rafing unt aria q art�r : W Credit adjustments to prior quarters 1�� .: .... . ....... E . . ::- --': - .......... .. ....... .............. ...«....._.....»..«...._.».; •-'--.:.:...:.:i3e. t.ii'..•i• � �ii.:._._:.}:_.;:__;—>:.:: .;•;»y;y«i:^^i:-i•:::•--s+•Fi.e••» .}::b�......... :tF:4. ...... »..... lr..V.. i?fFF...... __.._. _ - " ... .:.:W:W:. :. :. �..... ................... ........=,-:z._.� r: --:.:,:- _ :_ -....----.--'----......I........:....W..:..... - - - - - - - ---_ - - __ ___ __. -. --- - - - _ __-- What are benefit charges? I^u 12 9 (1011V 1 1)RBC-statement et tenet charges R. L. ALIA COMPANY pffi*0- ltMft GENERAL CONTRACTORS PUMPING STATIONS 107 WILLIAMS AVE. S E-MAIL ADDRESS: GJPANK@RLALIA.COM ROAD CONSTRUCTION RENTON,WA 98057 DPANK@RLALIA.COM CONCRETE STRUCTURES (425)-226-8100 OFFICE UNDERGROUND UTILITIES (425)-226-8649 FAX LARGE DEWATERING EQUIP. COMMERCIAL CREDIT APPLICATION BUSINESS NAME & ADDRESS: PRINCIPAL: R. L. ALIA CONPANY RICHARD L. ALIA 107 WILLIAMS AVENUE S. 107 WILLIAMS AVE. S. RENTON, WA 98057 RENTON, WA 98057 CONTACT PERSON: GARY PANKIEWICZ PHONE: 425-226-8100 FAX:425-226-8649 TYPE OF BUSINESS: CONSTRUCTION — UNDERGROUND UTILITIES / ROAD IMPROVEMENTS / PUMP STATIONS INCORPORATED: STATE OF WASHIGTON (November 1, 1974) UBI #: FEDERAL ID # CONTRACTORS LIC # 600-149-378 91-0926433 RLALIC*104PT BANK REFERENCE: COMMERCIAL ACCOUNT REP PHONE BANK OF AMERICA— DEXTER HORTON BRANCH Jane Sheigh 206.358.0500 TRADE REFERENCES NAME: HD SUPPLY ADDRESS: 10013 MLK JR WAY S SEATTLE,WA 98178 CONTACT:ACCOUNTS RECEIVABLE PHONE:602.427.9266 FAX: 866.797.4147 NAME: SEAPORT PETROLEUM ADDRESS: 7800 DETROIT AVE SW SEATTLE, WA 98106 CONTACT:ACCOUNTS RECEIVABLE PHONE:206.971.7999 FAX:206,971.7299 NAME: CADMAN ADDRESS: 7554 185TH AVE NE REDMOND,WA 98032 CONTACT:ACCOUNTS RECEIVABLE PHONE: 425.867.1234 FAX:425.861.9282 WHAT WE REQUIRE ON ALL INVOICES SENT TO US 1. A MONTHLY STATEMENT MAILED TO MAIN OFFICE 2. COPIES OF ALL INVOICES SIGNED 3.THE NAME OF JOB/ LOCATION OR NUMBER R. L. ALIA COMPANY CONTRACTS COMPLETED Projects completed in the last 10 years: Woodridge Open Space Storm Water Improvements—City of Bellevue $220,000 (425) 452-6977 Chris Brookes Completed in November 2005, 90%with Alia forces CDS Pump Station Elimination—Val Vue Sewer District $430,000 (206) 242-3236 Dana Dick Completed in December 2005, 75% with Alia forces 2005-1 Sewer Improvements—Midway Sewer District $260,000 (206) 824-4960 Marc Montieth Completed in December 2005, 90%with Alia forces Lift Station#36 Modifications—City of Everett $350,000 (425) 754-6588 Al Rosenzweig Completed in November 2006, 70%with Alia forces Allentown/Foster Point Water and Sewer Improvements—City of Tukwila $7,400,000 (206) 433-0179 Bob Giberson Completed in September 2007, 90%with Alia forces Fort Dent/Interurban Ave Sewer Extension—City of Tukwila $660,000 (206)433-0179 Bob Giberson Completed in September 2007, 90%with Alia forces Southcenter Boulevard Watermain—City of Tukwila $800,000 (206)433-0179 Bob Giberson Completed in September 2007, 90%with Alia forces SW 34TH Street Culvert Replacement—City of Renton $1,325,000 (425) 430-7247 Allen Quynn Completed in January 2008, 85%with Alia forces Sanitary Sewer Repairs 2007—City of Bellevue $790,000 (425) 452-5365 Bill Cross Completed in March 2008, 90%with Alia forces Fiber Optic Connection—North—City of Renton $40,000 (425) 430 -7303 Rob Lochmiller Completed in March 2008, 85%with Alia forces Page 2 King Street Odor Control Facility—King County $3,900,000 (206) 263-3206 Randy Brunke Completed in November 2009, 75% with Alia forces Earlington Sanitary Sewer Interceptor—City of Renton $700,000 (425) 430-7279 John Hobson Completed in November 2008, 90%with Alia forces Carr Road—Panther Creek Emergency Culvert Repair—City of Renton $595,000 (425)430-7247 Allen Quynn Completed in December 2008, 60%Alia forces 162°d Ave NE Storm Drain Repair—City of Woodinville $ 39,000 (425) 877-2291 Tom Hansen Completed in January 2009, 95%with Alia forces Hewitt Wharf Bulkhead Sinkhole Repair—Port of Everett $54,000 (425) 388-0624 Greg Dawsey Completed in January 2009, 95%with Alia forces Les Gove Neighborhood Improvements—City of Auburn $2,100,000 (253) 931-3010 Dave Roselle Completed in February 2010, 70%with Alia forces SW 98TH Street Pedestrian Improvements—King County $1,200,000 (206) 423-1061 Wes Chin Completed in February 2010, 85%with Alia forces BLID Structural Walk Replacement—City of Tacoma $1,700,000 (253) 591-5771 Mark Henry Completed in February 2011, 80%with Alia forces Tacoma Pipeline 5 "B" Street Intertie NW—City of Auburn $146,000 (253) 261-2576 Dave Roselle Completed in 2011, 85% with Alia forces Wastewater Sewer Replacement—City of Tacoma $138,000 (253) 377-3082 Toney Mathison Completed December 2010, 90%with Alia forces North Intermodal Yard Maintenance Paving—Port of Tacoma $350,000 (253)428-8638 Jan Shawyer Completed October 2010, 50% with Alia forces Page 3 City Hall Plaza Improvements—City of Auburn $1,200,000 (253) 931-3010 Mike Kamenzind Completed in 2011, 75%with Alia forces 24TH Street East Strom Drain Crossing—City of Sumner $140,000 (253) 299-5703 Ted Hill Completed January 2011, 60%with Alia forces China Lake Pump Station— City of Tacoma $165,000 (253) 594-7919 Lynn Strom Completed June 2011, 85%with Alia forces SW Sunset Blvd & Hardie Ave Pedestrian Improvements—City of Renton $114,000 (425)430-7319 James Wilhoit Completed July 2011, 80%with Alia forces 2011 Sewer&Water Main Improvements—Northshore Utility District $730,000 (425) 398-4400 George Matote Completed September 2011, 90%with Alia forces Benson Road Watermain—City of Renton $630,000 (425) 430-7208 Andrew Weygandt Completed November 2011, 90%with Alia forces First Hill Booster Pump Station—City of Mercer Island $500,000 (206) 275-7806 Rona Lin Completed November 2011, 80%with Alia forces Interurban Ave Sewer Improvements—City of Tukwila $625,000 (206) 433-7194 Mike Ronda Completed December 2011, 90%with Alia forces Wastewater Sewer Replacement, 48TH to 54TH— City of Tacoma $475,000 (253) 606-5465 Sean Olson Completed February 2012, 90% with Alia forces Peasley Canyon Intersection Improvements—King County $652,000 (206) 423-1086 Jeff McCarthy Completed May 2012, 85%with Alia forces First Hill Water Main Improvements—City of Mercer Island $650,000 (206) 275-7806 Rona Lin Completed June 2012, 90% with Alia forces Page 4 Cloverdale & Charlotte's Blueberry Park Improvements—Tacoma METRO Parks $213,000 (253) 305-1054 Kristi Evans Completed July 2012, 85% with Alia forces City of Tacoma—Watermain Replacement & Wastewater Sewer Replacement WD12-0018F $1,640,000 (253) 502-8742 Gary Gates Completed March 2013, 85%with Alia forces City of Kent—64TH Ave S Culvert/Channel Improvements $899,000 (253) 856-5542 Phil McConnell Completed November 2012, 90% with Alia forces City of Tacoma—Watermain Replacement—84TH & "D" Street—WD 12-0086F $450,000 (253) 502-8742 Gary Gates Completed February 2013, 80%with Alia forces City of University Place—University Hills Sewer Extension $860,000 (253)460-2528 Tim Coleman Completed May 2013, 85%with Alia forces City of Tacoma—Wastewater Sewer Replacement&Watermain Replacement P W 12-03 31 F $1,620,000 (253) 954-6992 Maureen Dilley Completed July 2013, 85%with Alia forces City of Renton— Wells and Primary Disinfection $848,000 (425) 430-72XX Tom Malphrus Completed August 2013, 90%with Alia forces City of Tacoma—Platform Replacement $83,000 (253) 591-5304 Mike Bell Completed May 2013, 100%with Alia forces City of Tacoma—Ruston Watermain Replacement $800,000 (253) 502-8742 Gary Gates Completed October 2013, 90% with Alia forces City of Renton—Airport FBO Parking Lot Improvements $346,000 (425) 430-7471 Ben Dahle Completed October 2013, 85%with Alia forces City of University Place— 19TH Street Sidewalk Improvements $120,000 (253)460-2528 Tim Coleman Completed August 2013, 60%with Alia forces Page 5 Snohomish County— SWM Culvert/Drainage Improvements $558,000 (425) 754-9935 Curtis Jasper Completed December 2013, 85% with Alia forces (Note—Culvert was furnished by the owner on this project) Cross Valley Water District—Elliott & Connelly Road Watermain Relocation $74,000 (425) 485-8461 Gary Hajek Completed September 2013, 95%with Alia forces City of Renton—Renton Hill Alley Sewer Replacement $193,000 (425)430-7279 John Hobson Completed December 2013, 90% with Alia forces City of Tacoma—2013B Wastewater Main Imrpovements $640,000 (253) 502-2225 Drew Randolph Completed May 2014, 90%with Alia forces City of Monroe—East Fremont Street Road Improvements $1,295,000 (360) 794-7400 Jim Gardner Completed October 2014, 80% with Alia forces Pierce County—General Contractor Services—Wastewater Treatment Plant $200,000 (253) 798-2403 Sally Hunt Completed December 2014, 75%with Alia forces City of Renton—NE 5TH Place Storm Sewer Improvements & Edmonds Ave $1,400,000 (425) 430-7293 Daniel Carey Completed December 2014, 85%with Alia forces City of Auburn—Utility Physical Site Improvements $425,000 (253)261-2576 Dave Roselle Completed December 2014, 60% with Alia forces City of Kent—64TH Ave S Channel Improvements, UPRR Culvert $1,000,000 (253) 856-5542 Phil McConnell Completed December 2014, 90%with Alia forces Soos Creek Water& Sewer District—Lift Station 46 Conveyance $1,000,000 (425) 289-7342 Greg Hill Completed December 2014, 90%with Alia forces Olympic View Water& Sewer District— Sewer System Upgrades $570,000 (425) 637-3693 Craig Chritensen Completed December 2014, 95% with Alia forces Page 6 City of University Place— Sunset Terrace Park Side Sewer Connection $33,900 (253) 460-2528 Tim Coleman Completed December 2014, 95%with Alia forces City of Tukwila—Cascade View Elementary Safe Route $303,000 (206)431-2454 Peter Lau Completed March 2015, 90% with Alia forces City of Tacoma—Wastewater Sewer Replacement Alleys I— L $265,000 (253) 594-7871 Lisa Oestreich Completed March of 2015, 90%with Alia forces City of Tukwila—Andover Park West & East Sewer and Manhole Repair $500,000 (206) 431-2441 Mike Cusick Completed July of 2015, 90% with Alia forces Northshore Utility District—Access Structures for 24" Inglemoor Transmission Main $64,000 (425) 398-4400 Dave Kaiser Completed September 2015, 95%with Alia forces City of Auburn—30TH Street NE Area Flooding, Phase 1A $1,550,000 (253) 261-5057 Todd O'Brien Completed November 2015, 80% with Alia forces City of Kent—W Gowe Street Storm Drainage $320,000 (253) 856-5543 Paul Kuehne Completed November 2015, 65%with Alia forces City of Auburn— Sewer Pump Station Improvements $1,070,000 (253) 804-5063 Joel Chalmers Completed February 2016, 75%with Alia forces PROPOSAL SIGNATURE PAGE The undersigined 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 sixty (60) 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, i , -, -, 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. V1 NAME OF BID D Signature of Authorized Representative 41\ (ze S to r� (Print Name and Title) 0 S C Address S James St Improvements/HaHock& Kuehne 30 February 18, 2016 Project Numbers: 15-3001 & 15-3016 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, R.L. Alia company as Principal, and North American Specialty Insurance Company , as Surety, are held and firmly Five Percent (50) of bound unto the CM OF KENT, as Obligee, in the penal SUM Of Total Amount of Bid--- 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 James Street Improvements — Watermain and Landscaping — Woodford Ave. N. to 102nd Ave. S./Project Numbers: 15- 3001 & 15-3016 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be, null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 8th DAY OF arch 2016. R.L. om C Alia om n I-a PRINCIPAL 4. AL11% North American Specialty Insurance Company SURETY Deanna M. French, Attorney-in-Fact 20 Received return of deposit in the sum of $ ]amen St Improvements/Hallock&Kuehne 31 February 1B,2016 Project Numbers: 15-3001 &I5-3016 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois,and Westport Insurance Corporation,organized under the laws of the State of Missouri,and having its principal office in the City of Overland Park,Kansas each does hereby make,constitute and appoint: SUSAN B.LARSON,SCOTT FISHER,JILL A.BOYLE,M[NDEE L.RANKIN,DEANNA M.FRENCH,RONALD J.LANGE,ELIZABETH R.HAHN,JANA M.ROY, ROGER R KALTENBACH,GUY P.ARMFIELD,SCOTT MCGILVRAY and LAWRENCE J.NEWTON JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION($125,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24,2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18,2011. "RESOLVED,that any two of the President,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." ........ I� ��`Y �1�t40tlwtu,y Q� p" G�ypRP�kq!'�G By �T oSEAIT ~ F•. Steven arson, nor Vice President o as ngtoo International Insurance Company SEAL :n- .� &Senior Vice President of North American Spandry Insurance Company 1973 &Senior Vice President of Ww�Jtpnrs Insurance Corporation •g i +;AMPS.• �� I V,,,,, ON* � •~.tom.•••�� Mike A.Ito,Senior Vice President or Washington International Insurance Company &Senior Vice President orNorth American Specialty Insurance Company &Senior Vice President of Westport Insurance Corporation IN WITNESS WHEREOF,North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this this 8th day of September 20 15 North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook SS: On this 8th day of September 20 15,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A.Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation,personally known to me,who being by me duly swom,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL � �• M KENNY NOTARY PUBLIC,STATE OF UNOIS MY COMMISSION MRES 12/04/2017 M.Kenny,Notary Public I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. /f l IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this&day of �,' '1 ,201 Vn. Jeffrey Goldberg.Vice President&Assistant Secretary of Washinglon International Insurance Company& North American Specialty Insurance Company&Vice President&Assistant Secretaq of Westport Insurance Corporation CITY OF ICE 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 pers,on(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. James Street Improvements — Watermain and Landscaping Woodford Ave. N. to 102 nd Ave. S. Project Numbers: 15-3001 & 15-3016 NAME OF PROJECT NA OF BibDER'S FIRM p, P SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER James St Improvements/Ha I lock&Kuehne 32 February 18, 2016 Project Numbers: 15-3001 & 15-3016 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 NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: jInsert Company Namel ("Contractor") CONTRACT NAME & PROJECT NUMBER:FInsert Name of Original Contract & Project #, if applicable] ORIGINAL CONTRACT DATE: jInsert Date Original Contract was Signed] This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ James St Improvements/Hallock&Kuehne 33 February 18, 2016 Project Numbers: 15-3001 &15-3016 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: 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: James St Improvements/Ha I lock&Kuehne 34 February 18, 2016 Project Numbers: 15-3001 &15-3016 APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department [In this field,you may enter the electronic fliepath where the contract has been saved] James St Improvements/Hallock&Kuehne 35 February 18, 2016 Project Numbers: 15-3001 &15-3016 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ...................❑ Orderof Contents ...............................................................................❑ Invitationto Bid..................................................................................❑ ContractorCompliance Statement.......................................................❑ Date............................................................................................❑ Have/have not participated acknowledgment.............................❑ Signature and address ................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy .......❑ Dateand signature......................................................................❑ AdministrativePolicy..........................................................................❑ Proposal..............................................................................................❑ First line of proposal - filled in....................................................❑ Unitprices are correct.................................................................❑ Bid the same unit price for asterisk (*) bid items .......................❑ Minimumbid prices are correct...................................................❑ Subcontractor List (contracts over $100K) .........................................❑ Subcontractors listed properly....................................................❑ Signature ....................................................................................❑ Subcontractor List (contracts over $1 million)....................................❑ Subcontractors listed properly....................................................❑ Dateand signature......................................................................❑ Contractor's Qualification Statement ..................................................❑ Completeand notarized ..............................................................❑ ProposalSignature Page.....................................................................❑ All Addenda acknowledged .........................................................❑ Date, signature and address .......................................................❑ BidBond Form ....................................................................................❑ Signature, sealed and dated........................................................❑ Powerof Attorney.......................................................................❑ (Amount of bid bond shall equal 50/o of the total bid amount) CombinedDeclaration Form................................................................❑ Signature ....................................................................................❑ ChangeOrder Form.............................................................................❑ Bidder's Checklist ...............................................................................❑ The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed 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. James St Improvements/Hallock&Kuehne 36 February 16, 2016 Project Numbers: 15-3001 &15-3016 PAYMENT AND PERFORMANCE BOND TO CITY TY OF KENT KENT 1�5? Ona no. D I KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Lompftr) !� as Principal, and f)orVn Pomi ccr-,, G �,. t 9 a Corporation organized and existing under the laws oftrie State of Washington, 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 $Qf(D9 0,WI - SO , together with any adjustments, LIP 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 contract, the said contract providing for construction of James Street Improvements — Watermain and Landscaping — Woodford Ave. N. to 102nd Ave. S./Project Numbers: 15-3001 & 15-3016 (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 set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully 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 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. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its, governing body. James St I mprovernerits/Hal lock & Kuehne 37 February 18, 2016 Project Numlbers: 15-3001 & 15-3016 TWO WITNESSES: L PR INC I PAL (e:nJer llri 1ci al's ;'')me above) t & f I& TITLE: DATE: ? " DATE: a � _. - CORPORATE SEAL: 'PA J i Zdt''r t PRINT NAME DATE; L-Z SURETY t c r d o CORPORATE SEAL: BY: P DATE: r- 2 G a ,-a . L, e) TITLE +4-of-� - - ADDRESS: d. ) )Q4'�7 & G CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Band; that 914,Aga , At.,A Who signed the said bond can behalf of the Principal - Z&>P �I~Ail 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 said Corporation by authority of its governing body. SECRETAR'V OR ASSISTANT SECRETARY James 8t Improvements✓Hallock & Kuehne 38 February 18, 2016 Project Numbers: 15-3001 & 15-3016 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois,and Westport Insurance Corporation,organized under the laws of the State of Missouri,and having its principal office in the City of Overland Park,Kansas each does hereby make,constitute and appoint: SUSAN B.LARSON,SCOTT FISHER,JILL A.BOYLE,MINDEE L.RANKIN,DEANNA M.FRENCH,RONALD J.LANGE,ELIZABETH R.HAHN,JANA M.ROY, ROGER R KALTENBACH,GUY P.ARMFIELD,SCOTT MCGILVRAY and LAW RENCE J.NEWTON JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of ONE HUNDRED TWENTY FIVE MILLION($125,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24,2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18,2011. "RESOLVED,that any two of the President,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." ,ot�tlttil3TY�pi�j4 aattONq�?%, �o� r �: G SEALTi y ,~ �•,'�•� .�'',�' F•. Steven n erson, emor rce rtsr ento as rngton International Insurance Company j QCwr Of 5G/1L Senior Vice President of North American Specialty Insurance Company �7Gf'1b 1!gw1 .�973 f ; &Senior Vice President of Westport Insurance Corporation S_g �q` y �, / %6.4 ld�e By �����Illltitlttl��"\ agalra �v M1fikc A.Ito,Senior Vice President of Washington International Insurance Company f &Senior Vice President of North American Specialty Insurance Company &Senior Vice President of Westport Insurance Corporation IN WITNESS WHEREOF,North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this this 8th day of September 120 15 North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook SS: On this 8th day of September 20 15,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A.Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M KENNY ...., `' NOTARY PUBLIC,STATE OF ILLINOIS MY COMMISSION EXPIRES 1 210 4/201 7 M.Kenny,Notary Public 1, Jeffrey Goldberg the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. 1N WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 21st day of March 20 16 Jcffrer Goldberg,Vice President&Assismi Secretary of Washinglon International Insurance Company& North American Specialty Insurance Company&Vice President&Assistant Secretary of Westport Insurance Corporation _a CONTRACT J THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and R- L ,4 t-t A CornPA.-Vy , organized under the laws of the State of (A/I-sFFr/q(,7bA/' located and doing ' business at /07 c.tf,<cigrrl s qyE 5, , ReW-MN, UJA WOS7 ("Contractor"). WITNESS: In consideration of the terms and conditions contained in this Agreement and in the project documents, plans, and specifications all of which are a part of this ' Agreement, the parties agree as follows: 1 . The Contractor shall do all work and furnish all tools, materials, and equipment for: James Street Improvements — Watermain and Landscaping — Woodford Ave. N. to 102nd Ave. S./Project Numbers: 15-3001 & 15- 3016 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 sixty (60) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing all the work provided for in the Contract, except where the specifications allocate that responsibility to the City. 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. A 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. James St I mprovements/Ha I lock & Kuehne 39 February 18, 2016 _, Project Numbers: 15-3001 & 15-3016 J 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. J 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. J 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. James St Improvements/Hallock & Kuehne 40 February 18, 2016 Project Numbers: 15-3001 & 15-3016 CITY CAE KENT BY: SUZETTE C MAYOR DATE: ATTEST: � RONALD E. MOORE, CITY CLEFT. APPROVED AS TO EQ M KE4T LAW DEPARTMENT CONTRACTOR e��r '�a�1p&,��%" BY, PRINT NAME: iCktq LIA TITLE: tb gr DATE: - —/ James St Improvements/Ha Hock & Kuehne 41 February 18, 2016 Project Numbers: 15-3001 & 15-3016 a EXHIBIT A INSURANCE REQU I REMENTS FOR CONSTRUCTION PROJECTS ry 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 J Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form CG 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 CG 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. iJ 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance J 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. James St Improvements/Hallock& Kuehne 42 February 18, 2016 _, Project Numbers: 15-3001 & 15-3016 EXHIBIT 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 and Kent Fire Department Regional Fire Authority 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, the City and Kent Fire Department Regional Fire Authority 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. James St Improvements/Hallock& Kuehne 43 February 18, 2016 ,.., Project Numbers: 15-3001 & 15-3016 a EXH I B I T A (Continued) F. Acceptability of Insurers " Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. 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. James St I mprovements/Ha I lock& Kuehne 44 February 18, 2016 Project Numbers: 15-3001 & 15-3016 A CERTIFICATE OF LIABILITY INSURANCE DA03/212016 ' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(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 endomement(s). PRODUCER CONTACT NAME: Parker,Smith&Feek,Inc. PHONE 425-709-3600 FAX 425-709-7460 2233 112th Avenue NEtAI arc No E-MAIL Bellevue,WA 98004ADDRESS! INSURERS AFFORDING COVERAGE NAIC q INSURER A: West American Ins.Co. INSURED R.L.Alia Company INSURER B: Ohio Security Insurance Company 107 Williams Ave.S. INSURER C: The Ohio Casualty Insurance Co. Renton,WA 98057 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INTRR TYPE OF INSURANCE ADOL SUER POLICY NUMBER POLICY MMID mW LIMITS A GENERAL LIABILITY BKW1656277888 10/1/2015 10/1/2016 EACH OCCURRENCE $ 1,000,000 DAMA E T RENTED ICO MMERCIAL GENERAL LIABILITY X X PREMISES Ea occurrence $ 1,000,000 CLAIMS-MADE �OCCUR MED EXP(Any one person) $ 15,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOPAGG $ 2,000,000 POLICY I X I PRO- LOC $ B AUTOMOBILE LIABILITY BAS1656277888 10/1/2015 10/1/2016 Eee�aeD SINGLE LIMIT 11000,000 X ANY AUTO X X BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIREDAUTOS AUTOS (Per accident) S C UMBRELLA LIAB M OCCUR US01656277888 10/1/2015 10/1/2016 EACH OCCURRENCE $ 2,000,000 X EXCESS LIAR CLAIMS-MADE X X AGGREGATE s 2,000,000 DED I X I RETENTION$ 10,000 $ A WORKERS COMPENSATION BKW1656277888 WC STATU- X OTH- AND EMPLOYERS'LIABILITY YIN 10/1/2015 10/1/2016 TORY LIMITS I ER ANY PROPRIETORIPARTNER/EXECUTIVE❑ NIA WA STOP GAP E.L.EACH ACCIDENTOFFICER/M $ 1,000,000 ((MandatoryEIn NH)MBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE S 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) Project No.15-3001 and 15-3016/James Street Improvements-Watermain&Landscaping/Woodford Ave N.to 102nd Ave S. The City of Kent and Kent Fire Department Regional Fire Authority are Additional Insureds and coverage is Primary and Non-Contributory on the General Liability,Auto,and Excess Liability policies per the attached endorsements/forms. Waiver of Subrogation applies on the General Liability,Auto,and Excess Liability policies per the attached endorsements/forms. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Kent ACCORDANCE WITH THE POLICY PROVISIONS. Public Works Department 400 West Gowe AUTHORIZED REPRESENTATIVE Kent,WA 98032 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD 1 of 12 ALIACOMP(DEK00) (2) If the Limits of Insurance of any other insurance policy have been exhausted; or (3) To "bodily injury" or "property damage" that occurred before you acquired or formed the organization. 2. EMPLOYEES AS INSUREDS SECTION II—LIABILITY COVERAGE, paragraph A.I.—WHO IS AN INSURED is amended to include the following as an insured: f. Any"employee"of yours while using a covered "auto"you do not own, hire or borrow but only for acts within the scope of their employment by you. Insurance provided by this endorsement is excess over any other insurance available to any"employee". g. An "employee" of yours while operating an "auto" hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business and within the scope of their employment. Insurance provided by this endorsement is excess over any other insurance available to the"employee". ADDITIONAL INSURED BY CONTRACT,AGREEMENT OR PERMIT SECTION II—LIABILITY COVERAGE, paragraph A.1.—WHO IS AN INSURED is amended to include the following as an insured: h. Any person or organization with respect to the operation, maintenance or use of a covered "auto", provided that you and such person or organization have agreed in a written contract, agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or governmental or public authority to this policy as an"insured". However, such person or organization is an "insured": (1) Only with respect to the operation, maintenance or use of a covered"auto"; (2) Only for"bodily injury" or"property damage" caused by an "accident"which takes place after you executed the written contract or agreement, or the permit has been issued to you;and (3) Only for the duration of that contract, agreement or permit 4. SUPPLEMENTARY PAYMENTS SECTION 11—LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, paragraphs (2)and (4)are replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of an"accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the insured at our request, including actual loss of earnings up to$500 a day because of time off from work. 5. AMENDED FELLOW EMPLOYEE EXCLUSION In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to the employer by the workers compensation exclusivity rule, or similar protection, the following provision is added: SECTION II—LIABILITY, exclusion B.5. FELLOW EMPLOYEE does not apply if the"bodily injury"results from the use of a covered"auto"you own or hire. SECTION III—PHYSICAL DAMAGE COVERAGE is amended as follows: 6. HIRED AUTO PHYSICAL DAMAGE Paragraph A.4. Coverage Extensions of SECTION III — PHYSICAL DAMAGE COVERAGE, is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss or Collision coverage are provided under the Business Auto Coverage Form for any"auto"you own, then the Physical Damage coverages provided are extended to"autos": a. You hire, rent or borrow; or ©2010 Liberty Mutual Insurance Company. All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office,with its permission. Page 2 of 7 BAS1656277888 2 of 12 ALIACOMP(DEK00) S. Transfer Of Rights Of Recovery Against (1) Excess while it is connected to a Others To Us motor vehicle you do not own. If any person or organization to or for whom (2) Primary while it is connected to a we make payment under this Coverage Form covered "auto" you own. has rights to recover damages from another, b. For Hired Auto Physical Damage Cov- those rights are transferred to us. That per- erage, any covered "auto" you lease, son or organization must do everything nec- hire, rent or borrow is deemed to be a essary to secure our rights and must do nothing after "accident" or "loss" to impair covered "auto" you own. However, any them. auto that is leased, hired, rented or borrowed with a driver is not a covered B. General Conditions "auto". 1. Bankruptcy c. Regardless of the provisions of Para- graph a. above, this Coverage Form's Bankruptcy or insolvency of the "insured" or Liability Coverage is primary for any li- the "insured's" estate will not relieve us of ability assumed under an "insured any obligations under this Coverage Form. contract". 2. Concealment, Misrepresentation Or d. When this Coverage Form and any Fraud other Coverage Form or policy covers This Coverage Form is void in any case of on the same basis, either excess or pri- fraud by you at any time as it relates to this mary, we will pay only our share. Our Coverage Form. It is also void if you or any share is the proportion that the Limit of other "insured", at any time, intentionally Insurance of our Coverage Form bears conceal or misrepresent a material fact con- to the total of the limits of all the Cover- coming: age Forms and policies covering on the same basis. a. This Coverage Form; g, Premium Audit b. The covered "auto"; a. The estimated premium for this Cover- c. Your interest in the covered "auto"; or age Form is based on the exposures d. A claim under this Coverage Form. you told us you would have when this policy began. We will compute the final 3. Uberallzatlon premium due when we determine your If we revise this Coverage Form to provide actual exposures. The estimated total more coverage without additional premium premium will be credited against the fi- charge, your policy will automatically provide nal premium due and the first Named the additional coverage as of the day the re- Insured will be billed for the balance, if vision is effective in your state. any. The due date for the final premium or retrospective premium is the date 4. No Benefit To Bailee — Physical Damage shown as the due date on the bill. If the Coverages estimated total premium exceeds the fi- nal premium due, the first Named In- We will not recognize any assignment or sured will get a refund. In- grant any coverage for the benefit of any person or organization holding, storing or b. If this policy is issued for more than one transporting property for a fee regardless of year, the premium for this Coverage any other provision of this Coverage Form. Form will be computed annually based 5. Other Insurance on our rates or premiums in effect at the —' beginning of each year of the policy. a. For any covered "auto" you own, this 7. Policy Period, Coverage Territory Coverage Form provides primary insur- ance. For any covered "auto" you don't Under this Coverage Form, we cover own, the insurance provided by this "accidents" and "losses" occurring: Coverage Form is excess over any a, During the policy period shown in the other collectible insurance. However, C while a covered "auto" which is a Declarations; and "trailer"is connected to another vehicle, b. Within the coverage territory. the Liability Coverage this Coverage The coverage territory is: Form provides for the "trailer" is: BAS 16 5 6 2 7 7 8 8 8 a. The United States of America; CA 00 0103 06 Page 9 of 12 EP UP I-PRINTMIaSUM T-K 15. GLASS REPAIR-WAIVER OF DEDUCTIBLE Paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 16. PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) Paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: The deductible does not apply to "loss" caused by collision to such covered "auto" of the private passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as maximum loaded weight the"auto" is designed to carry while it is: a. In the charge of an"insured"; b. Legally parked;and c. Unoccupied. The"loss"must be reported to the police authorities within 24 hours of known damage. The total amount of the damage to the covered "auto" must exceed the deductible shown in the Declarations. This provision does not apply to any "loss" if the covered "auto" is in the charge of any person or organization engaged in the automobile business. SECTION IV—BUSINESS AUTO CONDITIONS is amended as follows: 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV-BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following: If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the inception date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery, and we have the right to collect additional premium for any such hazard or exposure. 18. AMENDED DUTIES IN THE EVENT OF ACCIDENT,CLAIM,SUIT,OR LOSS SECTION IV — BUSINESS AUTO CONDITIONS, paragraph A.2.a. is replaced in its entirety by the following: a. In the event of"accident",claim, "suit"or"loss", you must promptly notify us when it is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. Member, if you are a limited liability company; 4. An executive officer or the "employee" designated by the Named Insured to give such notice, if you are a corporation. To the extent possible, notice to us should include: (1) How, when and where the"accident"or"loss"took place; (2) The"insureds"name and address; and (3) The names and addresses of any injured persons and witnesses. 19. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV—BUSINESS AUTO CONDITIONS, paragraph A.5.,Transfer of Rights of Recovery Against Others to Us, is amended by the addition of the following: If the person or organization has waived those rights before an "accident"or "loss", our rights are waived also. 02010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office,with its permission. Page 6 of 7 13AS1656277888 4 of 12 ALIACOMP(DEK00) COMMERCIAL GENERAL LIABILITY CG 88 70 12 08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONSTRUCTION PROJECT(S) - GENERAL AGGREGATE LIMIT (PER PROJECT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. For all sums which the insured becomes legally obligated to pay as damages caused by'occurrences" under Section I—Coverage A-Bodily Injury And Property Damage Liability,and for all medical expenses caused by accidents under Section 1—Coverage C Medical Payments,which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. A separate Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of"bodily injury"or"property damage" included in the"products-completed operations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or"suits"brought; or C. Persons or organizations making claims or bringing"suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Limit for any other construction project. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by`occurrences" under Section I—Coverage A-Bodily Injury And Property Damage Liability, and for all medical expenses caused by accidents under Section I—Coverage C Medical Payments,which cannot be attributed only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Construction Project General Aggregate Limit. C. When coverage for liability arising out of the"products-completed operations hazard" is provided, any payments for damages because of"bodily injury"or"property damage"included in the"products- completed operations hazard"will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted,or if the authorized contracting parties deviate from plans, blueprints,designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section III-Limits Of Insurance not otherwise modified by this endorsement shall continue to apply. CG 88 70 12 08 Includes copyrighted material of ISO Properties,Inc.,with its permission. Page 1 of 1 BKW165627788 5 of 12 ALIACOMP(DEK00) COMMERCIAL GENERAL LIABILITY CG 88 71 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS-AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART �\A Paragraph 2. under Section II—Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract or written agreement. Such person or organization is an additional insured but only with respect to liability for"bodily injury", "property damage"or"personal and advertising injury"caused, in whole or in part, by: 1. Your acts or omissions or the acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured that are the subject of the written contract or written agreement provided that the"bodily injury" or"property damage"occurs, or the"personal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when: a. All work, including materials, parts or equipment furnished in connection with such work, on the project(other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed; or b. That portion of"your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the"bodily injury"or"property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a"suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence,Offense,Claim Or Suit under Section IV—Commercial General Liability Conditions. B. With respect to the insurance provided by this endorsement,the following are added to Paragraph 2. Exclusions under Section 1—Coverage A—Bodily Injury And Property Damage Liability: This insurance does not apply to: 1. "Bodily injury"or"property damage"arising from the sole negligence of the additional insured. 2. "Bodily injury"or"property damage"that occurs prior to you commencing operations at the location where such "bodily injury"or"property damage"occurs. ©2013 Liberty Mutual Insurance CG 88 71 04 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 1 of 3 BKW165627788 6 of 12 ALIACOMP(DEK00) 3. "Bodily injury", "property damage"or"personal and advertising injury"arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection,architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment,training or monitoring of others by that insured, if the"occurrence"which caused the"bodily injury"or"property damage", or the offense which caused the'personal and advertising injury', involved the rendering or failure to render any professional architectural, engineering or surveying services. 4. "Bodily injury" or"property damage"occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project(other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed; or b. That portion of"your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 5. Any person or organization specifically designated as an additional insured for ongoing operations by a separate Additional Insured -Owners, Lessees Or Contractors endorsement issued by us and made a part of this policy. C. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III— Limits Of Insurance of this policy,whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. D. With respect to the coverage afforded by this endorsement, Section IV—Commercial General Liability Conditions is amended as follows: 1. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Claim Or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an"occurrence"or an offense,that may result in a claim or"suit" under this insurance to us; b. Tender defense and indemnity of any claim or"suit"to all insurers whom also have insurance available to the additional insured; and C. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a"suit" by the additional insured. 2. Condition 4.Other Insurance of Section IV—Commercial General Liability Conditions is amended as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis,this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. ©2013 Liberty Mutual Insurance CG 88 71 0413 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 2 of 3 13KW165627788 7 of 12 ALIACOMP(DEK00) b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory,this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. ©2013 Liberty Mutual Insurance CG 88 71 0413 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 3 of 3 BKW165627788 8 of 12 ALIACOMP(DEK00) P. EXTENDED PROPERTY DAMAGE Exclusion a.of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: a. Expected Or Intended Injury "Bodily injury"or"property damage"expected or intended from the standpoint of the insured. This exclusion does not apply to"bodily injury"or"property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US—WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV— Commercial General Liability Conditions, the following is added to Condition 8. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising out of your ongoing operations or"your work"done under a contract with that person or organization and included in the"products-completed operations hazard"provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization; and 2. The injury or damage occurs subsequent to the execution of the written contract or written agreement. ©2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 8 of 8 BKW165627788 9 of 12 ALIACOMP(DEK00) . (1) coverage under this provi- "unloading" of any "autos," aircraft or sion is afforded only until the watercraft unless such coverage is in- 9Dth day after you acquire or cluded under the policies listed in the form the organization or the Schedule of Underlying Insurance and end of the policy period, for no broader coverage than Is pro- whichever is earlier; vided under such underlying policies. (2) coverage does not apply to Employees include "leased workers" "bodily Injury," "property but not "temporary workers." "Leased damage," "personal injury" workers" are leased to you by a labor or "advertising injury" that leasing firm under an agreement be- occurred before you acquired tween you and the labor leasing firm or formed the organization; to perform related duties to the con- and duct of your business. "Leased work- ers" are not "temporary workers." (3) coverage applies only if the "Temporary workers" are persons fur- organization is included un- nished to you to substitute for perma- der the coverage provided by nent employees on leave or to meet the policies listed in the seasonal or short-term workload condi- Schedule of Underlying In- tions. surance and then for no broader coverage than is 7. Any person, other than one of your provided under such under- employees, or organization while act- lying policies. ing as your real estate manager. 2. If you are an individual, you and your g. Any person (other than your partners, spouse, but only with respect to the executive officers, directors, stockhol- conduct of a business of which you are ders or employees) or organizations the sole owner as of the effective date with respect to any "auto" owned by of this policy. you, loaned to you or hired by you or 3. If you are a partnership or joint ven- on your behalf and used with your per- mission. ture, the partners or members and their spouses but only as respects the However, the coverage granted by this conduct of your business. Provision B. does not apply to any per- son using an "auto" while working in a 4. If you are a limited liability company, business that sells, services, repairs or the members or managers but only as parks "autos" unless you are in that respects the conduct of your business. business. 5. Any person or organization, other than 9. No person or organization is an "In- the Named Insured, included as an ad- sured" with respect to the conduct of ditional "Insured" by virtue of an "in- an current or past partnershipjoint sured contract, and to which coverage y or is provided by the "underlying ins - venture that is not shown as a Named u Insured In the Declarations. ance," and for no broader coverage than is provided by the "underlying G. "Insured contract" means any oral or writ- insurance" to such additional "In- ten contract or agreement entered into by sured." you and pertaining to your business under 6. Any of your partners, executive offi- which you assume the "tort liability of another party to. pay for bodily injury or cars, directors, or employees but only "property damage" to a third person or while acting within the scope of their organization, provided that the "bodily in- duties. jury" or "property damage" occurs subse- However, the coverage granted by this quent to the execution of the contract or Provision 6. does not apply to the own- ership, maintenance, use, "loading" or USO1656277888 CU 60 02 06 97 (Page 7 of 15) COMMERCIAL UMBRELLA CU 88 40 0210 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF OTHER INSURANCE-DESIGNATED PERSONS OR ORGANIZATIONS This endorsement modifies insurance provided under the following: COMMERCIAL UMBRELLA COVERAGE PART SCHEDULE Name of Person or Organization: The following is added to Condition J.Other Insurance under SECTION VI. CONDITIONS: However,with respect to a person or organization shown in the Schedule, that qualifies as an additional 'Insured" under paragraph F.5.of SECTION V. DEFINITIONS, if a written contract in which you have agreed to provide insurance for that person or organization expressly requires that this insurance applies on a primary or a primary and non-contributory basis,this insurance will apply as if other insurance available to that person or organization which designates that person or organization as a Named Insured does not exist, and we will not share with that other insurance. Regardless of the written contract between you and the person or organization shown in the Schedule,this insurance is still excess over any other valid and collectible insurance available to that person or organization,whether such insurance is primary, contributing, excess, contingent or otherwise, as respects"autos" or when that person or organization is an additional insured under such other insurance. This endorsement does not change any other provision of the policy. ©2010 Liberty Mutual Insurance Company. All rights reserved. CU 88 40 0210 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 1 US01656277888 11 of 12 ALIACOMP(DEK00) CU 64 9612 07 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against any person or organization for whom you perform work under a written contract that requires you to obtain this agreement from us to the extent that such insurance is provided by a policy listed in the Schedule of Underlying Insurance, and for no broader coverage than is provided by such policy. This endorsement does not change any other provisions of the policy. CU 64 96 12 07 US01656277888 12 of 12 ALIACOMP(DEK00) KENT SPEC I AL PROV I S I ONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL RE UIREMENTS 1-1 1-01 Definitions and Terms...................................................... 1-1 1-02 Bid Procedures and Conditions.......................................... 1-2 1-03 Award and Execution of Contract....................................... 1-5 1-04 Scope of the Work .......................................................... 1-5 1-05 Control of Work .............................................................. 1-8 1-06 Control of Material .......................................................... 1-13 1-07 Legal Relations and Responsibilities to the Public................. 1-16 1-08 Prosecution and Progress ................................................. 1-21 1-09 Measurement and Payment ......................................I....... 1-25 1-10 Temporary Traffic Control ................................................ 1 -27 DIVISION 2 EARTHWORK.......................................................... 2-1 2-01 Clearing, Grubbing, and Roadside Cleanup ......................... 2-1 2-02 Removal of Structures and Obstructions............................. 2-2 2-03 Roadway Excavation and Embankment .............................. 2-4 2-06 Subgrade Preparation...................................................... 2-5 2-07 Watering ....................................................................... 2-5 DIVISION4 BASES.................................................................... 4-1 4-04 Ballast and Crushed Surfacing .......................................... 4-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-02 Bituminous Surface Treatment.......................................... 5-1 5-04 Hot Mix Asphalt .............................................................. 5-1 J DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS............... 7-1 7-08 General Pipe Installation Requirements .............................. 7-1 7-09 Water Mains................................................................... 7-5 7-12 Valves for Water Mains .................................................... 7-11 7-14 Hydrants ....................................................................... 7-14 7-15 Service Connections........................................................ 7-15 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control........................ 8-1 8-02 Roadside Restoration....................................................... 8-4 8-03 Irrigation Systems .......................................................... 8-10 8-06 Cement Concrete Driveway Entrances................................ 8-11 8-12 Chain Link Fence and Wire Fence ...................................... 8-12 8-14 Cement Concrete Sidewalks ............................................. 8-13 8-18 Mailbox Support ............................................................. 8-14 8-20 Illumination, Traffic Signal Systems, and Electrical .............. 8-14 8-21 Permanent Signing.......................................................... 8-17 James St Improvements/Hallock& Kuehne February 18, 2016 Project Numbers: 15-3001 &06-3016 L KENT SPEC 1 AL PROV I S I ONS TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION L 8-28 Pothole Utilities .............................................................. 8-18 8-30 Project Signs.................................................................. 8-18 r✓i L-J DIVISION 9 MATERIALS............................................................ 9-1 n 9-03 Aggregates .................................................................... 9-1 Li 9-14 Erosion Control and Roadside Planting ............................... 9-2 9-15 Irrigation System............................................................ 9-3 r 9-29 Illumination, Signal, Electrical........................................... 9-5 9-30 Water Distribution Materials ............................................. 9-5 KENT STANDARD PLANS ................................................................ A-1 WSDOT STANDARD PLANS.............................. A-2 ............................... L. TRAFF I C CONTROL PLANS ............................................................ A-3 NEW WATER MAIN CONNECTION PROCEDURES............................. A-4 PREVA 1 L I NG WAGE RATES............................................................. A-5 L F- L F L L. r L_ L. F-. L r F- L F James St I mprovements/Ha[lock& Kuehne February 18, 2016 Project Numbers: 15-3001 & 06-3016 L. KENT SPECIAL PROVISIONS J The Kent Special Provisions ("Kent Special Provisions" or "KSP") 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. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account + HR Hour M GAL Thousand gallons N I C Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED _+ WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; 2. Who provides labor and materials; and James St I mprovements/Ha I lock& Kuehne 1 - 1 February 18, 2016 __, Project Numbers: 15-3001 & 06-3016 r 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's L completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the �- later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, r supplemental agreements, change orders, and subsurface boring logs L (if any). F Also incorporated in the Contract by reference are: L 1 . Standard Plans (M21 -01) for Road, Bridge and Municipal r` Construction as prepared by the Washington State Department of L Transportation and the American Public Works Association, current edition; r 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; r 4. The current edition of the "National Electrical Code." L Responsibility for obtaining these publications rests with the Contractor. F- L SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED BY ADDING THE FOLLOWING DEFINITION: r L- Incidental Work F- The terms "incidental to the project," "incidental to the involved bid L 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 L Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1- L 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: L 1-02.1 Qualification of Bidders F- L Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City r reserves the right to take any action it deems necessary to ascertain L the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid r documents. The City will use this qualification data in its decision to L 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 L City reserves its unqualified right to reject that bid and award the James St Improvements/HaIlock& Kuehne 1 - 2 February 18, 2016 Project Numbers: 15-3001 & 06-3016 L J contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and Kent Special Provisions. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at KentWA.gov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder's or the City's technology. 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. J SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. _J 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 James St Improvements/Hallock & Kuehne 1 - 3 February 18, 2016 Project Numbers: 15-3001 &06-3016 r L_ 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. r. The Surety shall: (1) be registered with the Washington State L Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. L The failure to furnish a Bid deposit of a minimum of 5 percent with the F Bid shall make the Bid nonresponsive and shall cause the Bid to be L rejected by the Contracting Agency. r- SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1 1-02.9 Delivery of Proposal r- 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. L SECTION 1-02. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 O Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: r 1 . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for F opening Bids. L The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for L_ opening Bids. r" SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: L 1-02.11 Combination and Multiple Proposals r L 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 r 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. L SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING r ITEM 1(a) WITH THE FOLLOWING: L 1-02.13 Irregular Proposals t`. a. The bidder is not prequalified when so required. James St I mprovements/Ha I lock & Kuehne 1 - 4 February 18. 2016 r Project Numbers: 15-3001 &06-3016 L J SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. a 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 James St I mprovements/Ha I lock & Kuehne 1 - 5 February 18, 2016 _, Project Numbers: 15-3001 & 06-3016 r L 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 r- perform that work shall be incidental and included with the bid item L prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL L PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. L, SECTION 1-04.2 1S REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 I TEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda L 1 . Approved Change Orders r 2. The Contract Agreement L- 3. Kent Special Provisions 4. Contract Plans F- 5. Amendments to WSDOT Standard Specifications L 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans L SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). L SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND F REPLACING IT WITH THE FOLLOWING: L 1-04.4 Changes F L 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 F increase or decrease by more than 25 percent from the original planned L quantity. r SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT L TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: r Within 14 calendar days of delivery of the change order the contractor L shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The F Contracting Agency may unilaterally process the change order if the L Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the L unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. r L. James St I mprovements/Ha I lock & Kuehne 1 - 6 February 18, 2016 r Project Numbers: 15-3001 & 06-3016 L J SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations needed for the Project must be properly permitted for that use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. If a staging and storage area is shown on the plans, the City will obtain all permits and approvals necessary for the Contractor's use. Whether the City does or does not provide a staging area, if the Contractor selects its own staging and storage area(s), it is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary rights of entry, permits and approvals needed to use the property as the Contractor intends. y 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, paving, or temporary erosion control _J measures. James St Improvements/Hallock & Kuehne 1 - 7 February 18, 2016 _J Project Numbers: 15-3001 &06-3016 r— L. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. L 1-05.4 Conformity With and Deviations From Plans and Stakes L DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: F. L 1-05.5 City Provided Construction Staking 1-05.5(1) General L 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. L. The City will supply construction nails and marks establishing lines as set forth in Section 1-05.5(2) of the Kent Special Provisions. The L Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished nails and marks. The Contractor shall preserve and maintain the L. provided contruction nails and marks supplied. The Contractor shall provide a work site clear of equipment, stockpiles L. and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. The Contractor shall provide staking requests for a reasonable amount of L. work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting nails and marks. If the work site F is obstructed so that survey work cannot be done, a new request for L 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 F working days may be required depending on work load for the city L survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 7 6:00 PM, Monday through Friday, except holidays as listed in Section 1- L 08.5. It is illegal under Revised Code of Washington 58.09.130 and L Washington State Administrative Code 332-120 to willfully destroy survey markers. Nails, marks, and other reference points set by City - forces, and existing City, State or Federal monumentation, shall be L carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will r be disturbed due to construction. The Contractor will allow ample time L for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after F construction. If the City is not notified, and a stake, marker or L monument is disturbed or destroyed the Contractor will be charged at a rate of $270/hr for a city survey crew to replace the nail, marker or r monument that was not to be disturbed or damaged by the Contractor's L James St Improvements/Hallock& Kuehne 1 - 8 February 18, 2016 F Project Numbers: 15-3001 & 06-3016 L J 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 nails or marks 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) 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 . Project centerline stationing every fifty (50) feet marked with a nail, 2. Elevations on stationing nails for establishing grades, 3. Offsets for new infrastructure in the plan set that have a station and offset label, and 4. Offset for placing of new right of way monuments and cases. 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 by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and J remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor's failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work ry removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, James St I mprovements/Ha I lock & Kuehne 1 - 9 February 18, 2016 __, Project Numbers: 15-3001 & 06-3016 F L compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's L unauthorized work. r No increase in contract time or compensation will be allowed because of L 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: r 1-05.1 O Guarantees L 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. L Upon receipt of written notice of any required corrective work, the r Contractor shall pursue vigorously, diligently, and without disrupting L city facilities, the work necessary to correct the items listed. Approximately sixty (60) calendar days prior to the one year F 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. L SECTION 1-05. 11 IS DELETED AND REPLACED WITH THE FOLLOWING: F 1-05.11 Final Inspection L 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, L the Contractor shall notify the Engineer and request in writing that the Engineer establish the Substantial Completion Date. To be considered r substantially complete the following conditions must be met: � 1 . The City must have full and unrestricted use and benefit of the rr. facilities, both from an operational and safety standpoint. L 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. L The Contractor's request shall list the specific items of work in F subparagraph two above that remain to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. F L James St Improvements/Hallock & Kuehne 1 - 10 February 18, 2016 F Project Numbers: 15-3001 &06-3016 L 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 _J 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. James St Improvements/Hallock & Kuehne 1 - 11 February 18, 2016 _, Project Numbers: 15-3001 &06-3016 L: 1-05.11 (3) Operational Testing r It is the intent of the City to have at the Physical Completion Date a L. complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street r lighting, electrical distribution of signal systems, building or other L 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 r inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for r operational testing they shall be fully tested under operating conditions L- for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify F' testing time periods, the default testing time period shall be twenty-one L (21) calendar days. During and following the test period, the Contractor shall correct any L 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 L shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they F_ were installed. The Physical Completion Date cannot be established L until testing and corrections have been completed to the satisfaction of the Engineer. F L The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in r the various contract bid item prices unless specifically set forth L otherwise in the contract. F Operational and test periods, when required by the Engineer, shall not L affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. F L SECTION 1-05.13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING WITH THE FOLLOWING: F L 1-05.13 Superintendents, Labor, and Equipment of Contractor F:- Whenever the City evaluates the Contractor's qualifications pursuant to L Section 1-02.1, the City may take these or other Contractor performance reports into account. IF L Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. L If at any time during the contract work, the Contractor elects to replace F the contract manager or superintendent, the Contractor shall only do so L after obtaining the Engineer's prior written approval. James St Improvements/Hallock & Kuehne 1 - 12 February 18, 2016 r Project Numbers: 15-3001 & 06-3016 L J 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. There are a number of capital improvement projects in the vicinity that will be under construction at the same time as this project. The Contractor shall complete the water main work on James Street between Clark Avenue North and Jason Avenue North prior to working on other sections of water main to the east of Jason Avenue North. Known City Capital Projects on James Street: • James Street Pump Station • 2016 Asphalt Overlays 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 J 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 MATER I AL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance J J James St Improvements/Hallock& Kuehne 1 - 13 February 18, 2016 Project Numbers: 15-3001 & 06-3016 L: SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: L. 1-06.6 Submittals 1-06.6(1) Submittal Procedures L All information submitted by the Contractor shall be clear, sharp, high contrast copies. PDF or other electronic forms of submittal processing r' may be may be allowed at the discretion of the Engineer. Contractor . shall accompany each submittal with a letter of transmittal containing the following information: r— L 1 . Contractor's name and the name of Subcontractor or supplier who prepared the submittal. r 2. The project name and identifying number. L 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a r sequential alpha letter added (1 A, 1B, 1C, etc.). L. 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. L 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 L. Special Provisions. The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall r identify the items that will be included in each submittal by listing the L, 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 L proposed equivalents, shop drawings, product data or samples or required for product information only. r L. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in r 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. L 1-06.6(3) Shop Drawings, Product Data, and Samples r. The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. L Submittals will be marked, stamped and returned to the James St I mprovements/Ha I lock& Kuehne 1 - 14 February 18, 2016 r Project Numbers: 15-3001 & 06-3016 L f Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1 . Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1 . Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 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 James St Improvements/Hallock& Kuehne 1 - 15 February 18, 2016 Project Numbers: 15-3001 & 06-3016 L not constitute approval or deletion of specified or required items not shown in the partial submission. r' 2. "APPROVED AS NOTED" — Accepted subject to minor corrections L 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. L Re-submittals that contain changes that were not requested by the F_ Engineer on the previous submittal shall note all changes and be L accompanied by a letter explaining the changes. r- 1-06.6(4) Proposed Equivalents it The Engineer retains the exclusive right, at his or her sole discretion, to r accept or reject any proposed equivalent with or without cause. L 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC L. SECTION 1-07.1 IS DELETED AND REPLACED WITH THE FOLLOWING: r 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. L The Contractor shall also be responsible for the safety of its workers and shall comply with all applicable safety and health standards and F codes. In cases of conflict between different laws, codes, rules, or L regulations, the most stringent law, code, rule, or regulation shall apply. F L The City will not adjust payment to compensate the Contractor for changes in legal requirements unless those changes are specifically F within the scope of RCW 39.04.120. For changes under RCW 39.04.120, L 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 L 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 James St I mprovements/Ha I lock & Kuehne 1 - 16 February 18, 2016 r Project Numbers: 15-3001 & 06-3016 L questions in this area. The City will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. J 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 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. J 1-07.2(3) State Sales Tax — Rule 170 .J 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. J 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 J 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. James St I mprovements/Ha I lock & Kuehne 1 - 17 February 18, 2016 Project Numbers: 15-3001 & 06-3016 r 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, r' machinery, equipment, or consumable supplies not integrated into the L project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. L 1-07.2(4) Services r 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). r L SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 1-07.6 Permits and Licenses The City has obtained the following permits: None L Contractor shall obtain, at its sole cost, all other permits required to complete this project. ' L. 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. L The Contractor shall promptly notify the City in writing of any variance in the contract with the laws, ordinances, rules, regulations, and orders. L. SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING F PARAGRAPH AFTER THE SIXTH PARAGRAPH: L 1-07.9(1) General F L 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 r, does not award the Contract within six months of the bid opening. The L, City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid L Opening Date. L SECTION 1-07.13(3) IS DELETED IN ITS ENTIRETY. F— L 1-07.13(3) Relief of Responsibility for Damage by Public Traffic F- SECTION 1-07.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: L 1-07.13(4) Repair of Damage F L. The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the r Engineer may elect to accomplish repair by other means; however, the L Contractor shall pay for these repairs and the City may deduct these James St I mprovements/Ha I lock & Kuehne 1 - 18 February 18, 2016 Project Numbers: 15-3001 & 06-3016 L J repair costs from monies due or to become due the Contractor. No payment will be made for delay or disruption of work. J SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or J 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. J 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 James St Improvements/Hallock& Kuehne 1 - 19 February 18, 2016 J Project Numbers: 15-3001 & 06-3016 r- L, for water, gas, telephone, electric power and combined sewerage utilities within those areas. F L 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 r, Jason Tesdal Jerry Steele 206-345-3488 253-288-7532 203-683-4242 (cell) 206-391-1763 (cell) Puget Sound Energy Verizon Chang Pak Brad Landis r 253-395-6988 425-201-0901 L 253-449-6735 (cell) 425-766-1740 (cell) r- SECTION 1-07. 18 IS DELETED AND REPLACED WITH THE FOLLOWING: t 1-07.18 Public Liability and Property Damage Insurance r 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 L Street right of way lines, limits of easements and limits of construction r- 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. i". It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of r' construction. Locations where these rights have not been obtained will L be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been L received. r SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: L 1-07.26 Personal Liability of Public Officers F L 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 r act in connection with the contract, it being understood that, in these L matters, they are acting solely as agents of the City. James St Improvements/Hallock& Kuehne 1 - 20 February 18. 2016 r Project Numbers: 15-3001 & 06-3016 L J 1-08 PROSECUTION AND PROGRESS _J 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. J After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1 . To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: J 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 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: J 1-08.4 Notice to Proceed, Prosecution and Hours of Work J Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been James St I mprovements/Ha I lock & Kuehne 1 - 21 February 18, 2016 J Project Numbers: 15-3001 & 06-3016 r� L 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 L the time(s) specified in the Contract. r- Except in the case of emergency or unless otherwise approved by the L 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. ' L 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 r Contractor shall apply in writing to the Engineer for permission to work L. those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the r Inspector's time may be scheduled. Permission to work longer than an L 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 L allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight r time hours at the convenience of the Contractor, all such work shall be L. reimbursed by the Contractor. r Permission to work between the hours of 10:00 p.m. and 7:00 a.m. L. 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 r 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 r property owners regarding noise from the Contractor's operations. The L Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. r L 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 L Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction r schedule; or accommodations to adjoining properties affected by the L contract work. James St Improvements/HaIlock & Kuehne 1 - 22 February 18, 2016 F Project Numbers: 15-3001 & 06-3016 L J 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 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. James St Improvements/Hallock& Kuehne 1 - 23 February 18, 2016 Project Numbers: 15-3001 & 06-3016 F- L SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING W►TH THE FOLLOWING: L 1-08.5 Time for Completion F Contract time shall begin on the day of the Notice to Proceed. The L Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. L. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH AND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work r If the performance of all or any part of the Work is suspended, for an L 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 r specified in the Contract (or if no time is specified, within a reasonable L 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 L. made for any suspension, if (1) the performance would have been suspended, by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded L under any other provision of the Contract. r- If the Contactor believes that the performance of the Work is L. 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 L 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 F receives the Contractor's written notice to protest. The Contractor shall L 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 L Engineer to assist in evaluating the protest. r` SECTION 9-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY L DELETING THE FOURTH AND SIXTH PARAGRAPHS. SECTION 9-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM WITH THE FOLLOWING: 1-08.8 Extensions of Time L The Contractor shall submit any requests for time extensions to the r 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 r to the request. To be considered by the Engineer, the request shall be L in sufficient detail (as determined by the Engineer) to enable the James St I mprovements/Ha I lock& Kuehne 1 - 24 February 18. 2016 r Project Numbers: 15-3001 & 06-3016 L Engineer to ascertain the basis and amount of the time requested. The Contractor shall be responsible for showing on the progress schedule J 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: J 1-09.2(1) General Requirements for Weighing Equipment 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: 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. J 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 J 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. J The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. _J James St Improvements/Hallock& Kuehne 1 - 25 February 18, 2016 Project Numbers: 15-3001 & 06-3016 r^ L SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: L. 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the L 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 L or subsequent inspections that, in the City's judgment, may be necessary to cover the following: F L. 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 L Contract. 3. Fees and charges of public authorities or municipalities. F' 4. Liquidated damages. L 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned r' facilities that were not maintained by the Contractor in accordance L with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, r water, other utility tests. L SECTION 1-09.1 1(3) IS DELETED AND REPLACED WITH THE FOLLOWING: r L 1-09.11 (3) Time Limitations and Jurisdiction r This contract shall be construed and interpreted in accordance with the L 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 r Court of King County, located in Kent, Washington. L For convenience of the parties to this contract, it is mutually agreed FF that any claims or causes of action which the Contractor has against the L_ 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 L the time period provided shall be a complete bar to any such claims or causes of action. L. 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 r 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. r' L.. L James St I mprovements/Ha I lock & Kuehne 1 - 26 February 18, 2016 F Project Numbers: 15-3001 & 06-3016 L 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 J parties agree in writing to an alternative dispute resolution process. 1-1 O TEMPORARY TRAFF I C CONTROL SECTION 1-10. 1 1S SUPPLEMENTED BYADDING 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, 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. J 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 J 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 J The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 J 360-297-3035 James St I mprovements/Ha I lock& Kuehne 1 - 27 February 18, 2016 _, Project Numbers: 15-3001 & 06-3016 r L 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 r L 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 r' "Traffic Control Vehicle." SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW r SECTION: L 1-10.3(3)L Temporary Traffic Control Devices 7 L When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, r flashers, cones, traffic safety drums, and other temporary traffic control L devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic r Control Devices" includes: L 1 . Initial delivery to the project site (or temporary storage) in good r- repair and in clean usable condition, L 2. Repair or replacement when they are damaged and they are still needed on the project, and F 3. Removal from the project site when they are no longer on the L project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: L 1-10.5 Payment L- Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: r. L 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 L 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be r limited to the hours the worker is actually performing the work as L 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 L basis. rY L James St I mprovements/Ha I lock & Kuehne 1 - 28 February 18, 2016 F Project Numbers: 15-3001 & 06-3016 L. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor J 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." If the City provides Portable Changeable Message Signs, maintaining the PCMS will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow Sign (SASS" 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." _a The unit contract price per each for "Tyre I I I Barricade" shall be full pay for performing the work specified, including when required, furnishing, installing, cleaning, maintaining, and removing the warning lights. All labor required for relocating barricades to a new location in accordance with the plans, approved detour routes and traffic control plans, or as ordered by the Engineer, or moving barricades to or from temporary storage, as approved by the Engineer, will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: James St Improvements/Hallock& Kuehne 1 - 29 February 18, 2016 Project Numbers: 15-3001 & 06-3016 r L. 1 . The entire construction area under contract and for a distance to ^ include the initial warning signs for the beginning of the project L 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 L section individually. 2. A detour provided in the plans or approved by the City's Traffic r 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. r- No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling r of materials outside of the limits of 1 and 2 above, or for temporary L road closures subject to the provisions of Section 1-07.23(3) of the WSDOT Standard Specifications. F L F L r- L r L. L.. L L F L L r L r L F L_ James St I mprovements/Ha I lock & Kuehne 1 - 30 February 18, 2016 F_ Project Numbers: 15-3001 & 06-3016 L D I V I S I ON 2 - EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP SECTION 2-01.2 IS SUPPLEMENTED AS FOLLOWS: 2-01.2 Disposal of Usable Material and Debris The Contractor shall dispose of all debris by Disposal Method No. 2 — Waste Site. SECTION 2-01.3(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-01.3(2) Grubbing "Grubbing Landscaping Strip, Remove Top 5" shall include the removal of the upper 5 inches of existing topsoil and vegetation. DIVISION 2 IS SUPPLEMENTED WITH THE FOLLOWING NEW SECTION: 2-01.3(3) Salvage Brick Pavers 611 E James Street — provide suitable pallet(s) to accommodate all brick from planting strip. Remove brick from planting strip and stack neatly on pallet at a spot of the homeowner's choice on the homeowner's property. _J • 14 SY of brick salvage SECTION 2-01.4 IS SUPPLEMENTED AS FOLLOWS: 2-01.4 Measurement "Grubbing Landscaping Strip, Remove Top 5" shall be measured by Lump Sum. "Salvage of Brick Pavers", 14 square yards of brick pavers shall be measured as one lump sum. SECTION 2-01.5 IS SUPPLEMENTED AS FOLLOWS: -' 2-01.5 Payment The unit contract price per lump sum for "Grubbing Landscaping Strip Remove Top 5," constitutes complete compensation for all labor, materials, tools, supplies and equipment required to grub the landscaping strip. Included in this price is the cost of mauling and disposal of the strlppings. J The unit contract lump sum price per for "Salvage Brick Pavers" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to remove, haul, provide suitable pallet(s) to accommodate all brick from planting strip. Remove brick from planting strip and stack neatly on pallet at a spot of the homeowner's choice on the homeowner's property. James St Improvements/Hallock& Kuehne 2 - 1 February 18, 2016 Project Numbers; 15-3001 &06-3016 r 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS L' SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 2-02.1 Description This work also includes the repair of adjacent improvements that were L not designated for removal, but that were damaged by the Contractor's operations. r L SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements r` The City has identified the following materials that are marked for L removal, but that will be salvaged as part of this project: r 1 . Existing water valves as shown on the plans or as directed by the Engineer r The salvaged materials listed above shall be removed, hauled and L stored at the following site(s): 1 . Existing water valves as shown on the plans or as directed by the Engineer All All improvements that are not designated for removal, but that are L damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination r' regarding what replacement, restoration, or repair must be made by . the Contractor to repair damage caused by the Contractor's removal operations is final. L: SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Driveways, Bus Pads, Curbs, L. and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: L 1 . Haul broken-up pieces of concrete and asphalt pavement into the F' 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 L 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 r- end surface of the embankment or any structure. L. 3. Make a vertical saw cut between any existing pavement, that is to remain and the portion to be removed. When asphalt pavements r 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 James St I mprovements/Ha I lock& Kuehne 2 - 2 February 18, 2016 r' Project Numbers: 15-3001 & 06-3016 L 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 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 would be damaged by the cutting required for the removal, then the entire panel shall be removed to the next expansion joint. 6. Remove and dispose of all waste materials from the work deposited in the City's stormwater management system. SECTION 2-02.5 1S 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 8 Inch Depth 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 8 inches, and from roads for a depth of 8 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 8 inches it shall be paid according to the following formula: (Encountered Thickness — 8") x Contract Price/8 = additional compensation For example, if the Contractor encounters pavement to be removed -J which is 10 inches thick and its unit bid price was $2.00/SY then its additional compensation for the extra thickness would be: � 00 0 0-8) X $2 /8 = $0.25 in addition to the unit price. No other compensation shall be allowed. The unit contract price per square yard for "Remove Cement Concrete Sidewalk, Driveway and Bus Pad" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk as shown on the plans and described in the specifications. 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 James St Improvements/Hallock& Kuehne 2 - 3 February 18, 2016 Project Numbers: 15-3001 &06-3016 r- and remove, haul, and dispose of the cement concrete curb and gutter L— as shown on the plans and described in the specifications. r The unit price contract price per lineal foot for "Saw Cut Existing 8 Inch L. Depth Asphalt Concrete Pavement constitutes complete compensation for all materials, labor and equipment required to saw cut existing r pavement to a depth of 6 inches in accordance with the plans and L specifications. r The unit price contract price per lineal foot for "Saw Cut Existing L. Cement Concrete Pavement" 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 8 inches, it shall be paid according to the above formula. L. A vertical saw cut shall be required between any existing pavement, r. sidewalk, or curb that is to remain and the portion to be removed. L 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. r "Remove Chain Link Fence", lump sum. L 2-03 ROADWAY EXCAVATION AND EMBANKMENT r L.. SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site L, The City has not provided a waste site. The Contractor shall arrange for . disposal and provide any necessary disposal sites in accordance with L Section 2-03.3(7)C of the WSDOT Standard Specifications. F- The Contractor is responsible for determining which permits are L required for the selected disposal sites. r- Within the City, wetlands are identified by using the Corps of Engineers L Wetlands Delineation Manual dated January 1987. r- SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. r-, All compaction tests if required will be performed by the City. r James St Improvements/Hallack & Kuehne 2 - 4 February 18, 2016 r Project Numbers: 15-3001 & 06-3016 L 2-06 SUBGRADE PREPARATION SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement 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 on time and undamaged. 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. 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 more time, another permit may be requested at - no additional charge at the time a meter is returned to the City Maintenance Shops. An additional meter deposit will not be required. James St Improvements/HaIlock& Kuehne 2 - 5 February 18, 2016 J Project Numbers; 15-3001 & 06-3016 r The Contractors initial hydrant meter deposit shall be transferred to the L new meter issued. If the Contractor should forget or otherwise fail to return the hydrant meter for a reading within each (2) month permit period, a heavy punitive fine will be charged against the Contractor up to and possibly over the amount of the hydrant meter deposit. L L r L L r L r L r L. r L. L r L. L_ r L F L r L r L r L r L James St Improvements/Hallock& Kuehne 2 - 6 February 18, 2016 r Project Numbers: 15-3001 & 06-3016 L DIVISION 4 — BASES 4-04 BALLAST AND CRUSHED SURFACING J 4-04.3 Construction Requirements SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. Ballast and all crushed rock for surfacing shall comply with KSP 9-03 Aggregates. 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. J James St Improvements/Hallock & Kuehne 4 - 1 February 18, 2016 J Project Numbers: 15-3001 &06-3016 r DIVISION 5 - SURFACE TREATMENTS AND PAXEM ALT- L_ 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 r Engineer prior to authorizing paving to begin. Also, each new utility must pass all L appropriate tests specified herein for the type of utility prior to paving. r 5-02 BITUMINOUS SURFACE TREATMENT SECTION 5-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: r. 5-02.5 Payment L Anti-stripping additive shall be included in the price of asphalt (grade) r per ton. The quantity of asphalt material shall not be reduced by the quantity of anti-stripping additive. r. 5-04 HOT M I X ASPHALT L SECTION 5-04.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: r L 5-04.1 Description Section 5-04 of the WSDOT Standard Specifications is modified per the L WSDOT GSP "Hot Mix Asphalt" as included, except as modified herein. F_ SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L. 5-04.2 Materials F LL 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: r 5-04.3(7)A Mix Design L, The City at its option may approve a current WSDOT approved mix design, Class 1/2" in place of performing a mix design, provided, L 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 L. 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 tojustify to the Contractor its decision to perform a mix design. The City reserves the L right to adjust the asphalt cement content based on mix design or approval of alternate mix designs submitted by the Contractor. r L James St I mprovements/Ha I lock& Kuehne 5 - 1 February 18, 2016 r Project Numbers: 15-3001 & 06-3016 1 ' SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE FOLLOWING: y 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 500t 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 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 1-1/2 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 BY ADDING 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 James St I mprovements/Ha I lock & Kuehne 5 - 2 February 18, 2016 Project Numbers: 15-3001 &06-3016 r Method 705. The level of compaction attained will be determined as the L 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 r selected locations. The quantity represented by each lot will be no L greater than a single day's production or approximately 400 tons, whichever is less. r L Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the r Engineer, non-complying material may be accepted at a reduced price. L Cores used to check density will be approved only when designated by r the Engineer. L At the start of paving, if requested by the Contractor, a compaction test r section shall be constructed as directed by the Engineer to determine L the compactibility of the mix design. Compactibility shall be based on the ability of the mix to attain the specified minimum density (92 r percent of the maximum density determined by WSDOT Test Method L 705). r HMA Class 3/8 inch PG 64-22 preleveling mix shall be compacted to 92 L percent of the maximum density. r In addition to the randomly selected locations for tests of the control L lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below r acceptable density reading. These additional tests shall not impact the L compaction evaluation of the entire control lot. r SECTION 5-04.3(12) IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 5-04.3(12) Joints r L The HMA overlay and widening shall be feathered to produce a smooth riding connection to the existing pavement where planing is not r specified. L HMA utilized in the construction of the feathered connections shall be r modified by eliminating the coarse aggregate from the mix at the L Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. L The full depth end of each lane of planing shall be squared off to form a uniform transverse joint. The Contractor shall construct and maintain a r temporary HMA wedge in accordance with Section 5-04.3(12)A across L the entire width of the transverse edge when traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before r opening the lane to traffic. L r L James St Improvements/Hallock& Kuehne 5 - 3 February 18, 2016 f Project Numbers: 15-3001 &06-3016 L SECTION 5-04.3 IS SUPPLEMENTED BY ADDING 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 or 3/4", PG 64-22 Patch" shall be full pay for all costs 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 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 "HMA Class 1/2" or 3/4", PG 64-22 a for Temporary Pavement Patch" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, maintaining, removing and disposing of hot patch as required to provide temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. The unit contract price per 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 /N THEIR ENTIRETY. J 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 James St I mprovements/Ha I lock& Kuehne 5 - 4 February 18, 2016 Project Numbers: 15-3001 & 06-3016 r L Q I V I S I ON 7 - DRA I NAGE STRUCTURES, STORM SEWERS. r SANITARY SEWERS, WATER MAINS AND CONDU 1 TS r_ 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS r* L SECTION 7-08.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7 7-08.2 Materials All pipe shall be of the type and material specified in the bid proposal, r 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 materialsL 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. L_ The materials referred to herein, shall conform to the applicable F provisions of the WSDOT Standard Specifications, the Kent Special L Provisions and the manufacturer's recommended installation procedures. See the following Sections of the WSDOT Standard i- Specifications and the Kent Special Provisions: L Hot Mix Asphalt ............................... 5-04.2 Cement Concrete Pavement .............. 5-05.2 Culverts ......................................... 7-02.2 L Storm Sewers ................................. 7-04.2 F. Manholes, Inlets and Catch Basins...... 7-05.2 L Sanitary Sewer................................ 7-17.2 Side Sewers.................................... 7-18.2 Crushed Surfacing ........................... 9-03.9(3) r Gravel Backfill for Pipe Zone Bedding.. 9-03.12(3) Gravel Borrow ................................. 9-03.14(1) r- Foundation Material Class I and I I ...... 9-03.17 Bank Run Gravel for Trench Backfill .... 9-03.19 L SECTION 7-08.3(9)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)A Trenches r- If well points are used for dewatering pipe trenches, they shall be L adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands L 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. L L. 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 L Contractor shall provide enough facilities and personnel to maintain James St I mprovements/Ha I lock& Kuehne 7 - 1 February 18, 2016 r Project Numbers: 15-3001 & 06-3016 L J 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 J failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. It shall be the sole responsibility of the Contractor to dispose of all waters resulting from its dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. 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. J 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. J 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 _a shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Backfill unsuitable material excavations with Foundation Material Class 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 a 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. James St Improvements/Hallock & Kuehne 7 - 2 February 18, 2016 Project Numbers: 15-3001 &06-3016 r` SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 7-08.3(2)B Pipe Laying - General L At locations of pipe crossing between new or existing pipes the 7 minimum vertical clearance shall be one and one-half foot unless L 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 L. 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. L. It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design L. Engineer, to obtain the minimum clearances. External or internal grouting or repair by use of collars on the new L sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary. All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer's recommendations. �. SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: F' L 7-08.3(2)G Jointing of Dissimilar Pipe Connections of Ductile or Cast Iron Pipe to Concrete Pipe or PVC Pipe L will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). F L. SECTION 7-08.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: F 7-08.3(2)H Sever Line Connections L Where indicated on the plans or where directed by the Engineer, F connections shall be made to the existing storm drain/sewer systems L by the Contractor in accordance with applicable portions of the WSDOT Standard Specifications and Kent Special Provisions in a workmanlike r' manner satisfactory to the Engineer. L SECTION 7-08.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 7-08.3(4) Plugging Existing Pipe r Existing pipes being plugged shall be plugged with mechanical (MJ) L plugs or caps as directed by the Engineer. James St Improvements/Hallock& Kuehne 7 - 3 February 18, 2016 Project Numbers: 15-3001 &06-3016 �., SECTION 7-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-08.3(5) Street Restoration Unless otherwise shown on the plans, street restoration shall be in accordance with the following requirements: Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 2 inch thickness of crushed surfacing top course over a 4 inch thickness of crushed surfacing base course or as directed by the Engineer in the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct the trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 2 inches of crushed surfacing top course over 4 inches crushed surfacing base course. In all cases, the asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2 inches greater than the existing section. Where cuts have been made in cement concrete pavement, the Contractor shall reconstruct the trench area with a 6 inch thick cement concrete patch placed on a 6 inch thickness of crushed surfacing top course. In all cases, the cement concrete and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Where there is an existing asphalt overlay over cement concrete pavement, the cement concrete shall be patched to original grade as above and then overlaid with an asphalt concrete patch to existing grade. 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 James St Improvements/Hallock& Kuehne 7 - 4 February 18, 2016 Project Numbers: 15-3001 & 06-3016 authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. r' L SECTION 7-08.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: F' L! 7-08.4 Measurement r Gravel backfill for foundation and gravel backfill for pipe zone bedding shall be measured by the ton, including haul. 7-09 WATER MAINS SECTION 7-09.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 7-09.2 Materials r All water main pipe shall be ductile iron and shall meet the L requirements of the following sections of the Kent Special Provisions: F Restrained Joint Pipe shall be TR-Flex by US Pipe or Thrust-Lock by L. Pacific States Cast Iron Pipe Company, no equal. Fittings for Ductile Iron Pipe ...... 9-30.2(1) The following aggregates shall meet the requirements of the following sections of the Kent Special Provisions: L Bedding Material ....................... 9-03.12(3) F Foundation Material................... 9-03.17 L 7-09.3 Construction Requirements L SECTION 7-09.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 7-09.3(8) Removal and Replacement of Unsuitable Materials L.. Where required or where directed by the Engineer, stabilization of the r trench bottom shall be in accordance to Section 7-09.3(8) of the WSDOT Standard Specifications except that the foundation material shall meet the requirements of Kent Special Provisions 9-03.17. r L Excavation and disposal of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. L r L r L James St I mprovements/Ha I lock & Kuehne 7 - 5 February 18, 2016 r Project Numbers: 15-3001 & 06-3016 L SECTION 7-09.3(9) IS DELETED AND REPLACED WITH THE FOLLOWING: 7-09.3(9) Bedding the Pipe In most cases, imported bedding is not required for water main installations. The native material shall be worked to form a continuous and uniform trench bottom for all buried pipe. Bedding material shall be tamped in layers around the pipe and to a sufficient height above the pipe to adequately support and protect the pipe, compaction shall be 95 percent of maximum dry density per ASTM D-1557. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material, so as to provide firm and uniform support for the full length of the pipe, valves and fittings. Care shall be taken to prevent any damage to the pipe or its protective coatings. Material larger than 1 1/2 inch diameter found in the trench shall be removed for a depth of at least two inches around the pipe. When specified, imported bedding material shall be used. All bedding material prior to use shall be subject to the approval of the Engineer. The responsibility for obtaining said approval shall rest solely with the Contractor. NOTE: Pea gravel will not be allowed as a bedding material. Bedding shall be placed 6 inches under and 6 inches over the pipe where, in the opinion of the Engineer, existing material is found to be unsuitable. Bedding material shall be material described in KSP 9-03.12(3). SECTION 7-09-3(13) IS REVISED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: 7-09.3(13) Handling of Pipe In addition, all installed lengths of pipe shall have a suitable swab or "pig" drawn continuously through them to remove all possible debris prior to flushing and disinfection. SECTION 7-09.3(19)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(19)A Connections to Existing Mains J Also see Appendix A-4 New Water Main Connection Procedures. J Connections to existing mains which require turning off the water, shall not be made without at least five (5) working days notice to the Engineer, the City Water Department, and affected water customers. J James St I mprovements/Ha I lock& Kuehne 7 - 6 February 18, 2016 Project Numbers: 15-3001 & 06-3016 F-' Prior to purchase of materials, the Contractor shall field inspect the connection points to verify the exact fittings, adaptors, etc. required to make an approved connection. The Contractor shall furnish and install materials approved by the City. The City shall not be responsible for incorrect or unapproved materials purchased by the Contractor. Where various methods are possible, or if doubt exists as to what is required, the Contractor shall coordinate with the City prior to construction. r The Contractor shall not make a connection to a live water main until after satisfactory pressure and purity tests. r- SECTION 7-09.3(19) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW L SECTION: 7-09.3(19)CConnection to Existing Concrete Cylinder Mains L. The connections to an existing concrete cylinder water main shall be made in accordance with the Kent Standard Plans 3-5 and 3-6 and L_ these Kent Special Provisions. The connection shall be made by the installation of a hat flange with L tapping valve onto the existing main paying particular attention to the following: F L. 1 . All welding is to be done by a certified welder. 2. The hat flange shall have a special connection flange welded to the connection end (end connecting to existing main) as shown on the �. details. 3. The connection flange and end of the hat flange shall be checked ' for proper contour of its mating surface to the existing main. Any connections required shall be made before installations. 4. The outer concrete coating on the existing main shall be cleaned away to expose the steel portion of the pipe. The extent of L concrete removal shall be no more than two inches from the outer weld of the hat flange ring in its installed position. Before cutting r the concrete reinforcing wire mesh the mesh shall be secured by , welding it to the pipe. 5. The weld to the existing main shall be made with the main shut r- down and pressure released. L 6. After the weld has been accepted and the reinforcing wire mesh reconnected to the pipe and hat flange, the joint area and exposed F_ portion of the existing pipe shall be recoated with cement L concrete. SECTION 7-09.3(20) IS DELETED AND REPLACED WITH THE FOLLOWING: L, 7-09.3(20) Detectable Marking Tape L. Instead of tracer tape, 12 gage solid copper wire protected with plastic shall be installed over all non-metallic water lines including service r lines. The tracing wire shall be placed as shown on Standard Plans and L shall extend the full length of the line. James St I m provements/Ha[lock& Kuehne 7 - 7 February 18, 2016 Project Numbers: 15-3001 & 06-3016 L SECTION 7-09.3(23) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(23) Hydrostatic Pressure Test Hydrostatic pressure tests shall be made at a minimum pressure of 250 psi. SECTION 7-09.3(24) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(24) Disinfection of Water Mains Following the pressure test, flushing procedure and disinfection of the pipe, the Contractor shall arrange with the Public Works Inspector for coliform (purity) tests to be taken by the Water Department. Two samples taken 24-hours apart, with no flushing between samples is required to be taken from each apparatus. The Contractor may elect to contract with a City-approved lab for the tests. Contractor shall pay for purity tests as required by the City. The Contractor shall install corporation stops at all locations required to take bacteriological test samples. If the original test sample proves unsatisfactory, an additional charge will be assessed to the Contractor for processing each additional sample. SECTION 7-09.3(24)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(24)A Flushing The Contractor shall be responsible for disposal of treated water flushed from mains. The sanitary sewer shall be the preferred option for disposal of all flushed water. The City shall approve disposal into available sanitary sewers, provided that the rate of disposal will not overload the sewer. All discharges to the storm system shall be tested for total residual chlorine using a portable "HACH" kit or equivalent, prior to discharge. NO DISCHARGE TO SURFACE WATERS OR THE STORM SYSTEM IS J ALLOWED AT CONCENTRATIONS OF TOTAL RESIDUAL CHLORINE ABOVE 20 UG/1 (.02 MG/1). (Because the minimum detection limit for this test is about 10 ug/1 (.01 mg/1) under ideal conditions, field testing may lack precision.) If no acceptable discharge for the treated water is identified, the Contractor shall be required to dechlorinate the water prior to discharge. Water for testing and flushing, when taken from the City water mains shall pass through an approved reduced pressure backflow valve assembly. This activity must be coordinated with and approved by the City. James St I mprovements/Ha I lock & Kuehne 7 - 8 February 18, 2016 a Project Numbers: 15-3001 & 06-3016 r- SECTION 7-09.3(24)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(24)B Requirement of Chlorine All new, cleaned or repaired water mains shall be disinfected in accordance with AWWA Standard C651 . This Specification includes L detailed procedures for the adequate flushing, disinfection, and microbiological testing of all water mains. L SECTION 7-09.3(24)M IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 7-09.3(24)M Chlorinating Connections to Existing Water Mains and Water L Service Connections After the new piping has been flushed, pressure tested, disinfected, and L_ all purity test sample results are satisfactory, connections to the existing main can be made. All closure pieces and fittings shall be swabbed with an appropriate chlorine solution (5-6 percent Cl), in L accordance with AWWA Standard C651 . Maximum length of swabbed section of water main pipe shall be less than 18 feet (1 section of pipe). L SECTION 7-09.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: r L 7-09.4 Measurement Measurement for payment of pipe for water mains will be by the linear L foot of pipe laid, tested and approved and shall be along the pipe through fittings, valves, and couplings. r L SECTION 7-09.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-09.5 Payment Payment will be made in accordance with Section 1-04.1, for the r following bid items when they are included in the Proposal: L The unit contract price per ton for "Pipe Zone Bedding for Water Main" constitutes complete compensation for all labor, material, tools, L supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the r specifications. This includes but shall not be limited to: excavating, L loading, hauling, mixing, placing, shaping, and compacting. r The unit contract price per ton for "Foundation Material, Class I and I I L for Water Main" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to r furnish and place foundation material as shown on the plans and L described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. L James St I mprovements/Ha I lock & Kuehne 7 - 9 February 18, 2016 F Project Numbers: 15-3001 & 06-3016 L The unit contract price per ton for "Bank Run Gravel for Trench Backfill for Water Main" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The actual quantity for bank run gravel for trench backfill is unknown since selected native materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. "6 Inch Diameter Ductile Iron, Cl 52 Restrained Joint Water Main Pipe" "8 Inch Diameter Ductile Iron, CI 52 Restrained Joint Water Main Pipe" The unit contract price per lineal foot for the above items shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, cement concrete thrust blocking, risers, elbows, disinfecting, flushing, testing, temporary blowoffs, tapping and corporation stops required for testing, and additional costs for overtime work when working on weekends. "6 Inch Connection to Existing Water Main" "8 Inch Connection to Existing Water Main" The unit bid price per each for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to wet tap the main or cut into the main and make the connection, complete in place as shown on the plans and described in the specifications. The unit bid price shall include but not be limited to excavation, dewatering, all fittings, couplings, adapters, tapping valve with tapping sleeves, concrete blocking and disinfection. Costs for connection to the ends of existing pipes (water main extensions) including removal of existing concrete blocking, and connections to existing valves, crosses, and tees and similar fittings shall be included in this bid item. The cost to coordinate this work with the City Water Department and to notify affected users of the system such as adjoining businesses and property owners shall be included as part of this bid item. Also included shall be any costs resulting in work that is required to be performed at other than normal working hours. The unit contract price per lump sum for "Abandon Existing Water Main" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to abandon the existing water main as shown on the plans and described in the specifications. The unit bid price shall include but not be limited to excavation, removal of pipes, concrete blocking, or fittings, plugging and capping the main, backfilling and compaction. Plugging and capping the main shall be completed by use of mechanical (MJ) plugs or caps. The cost to coordinate this work with the City Water Department and to notify affected users of the James St I mprovements/Ha I lock & Kuehne 7 - 10 February 18, 2016 Project Numbers: 15-3001 & 06-3016 r system such as adjoining businesses and property owners shall be included as part of this bid item. Also included shall be any costs resulting in work that is required to be performed at other than normal L working hours. F The unit price bid per each for "Control Density Fill (CDF) Trench Cutoff L Wall" constitutes complete compensation for all labor, tools, supplies, materials and equipment required to provide and place controlled r density fill (CDF) at the location and configuration as shown on the L drawings and specifications or where directed by the Engineer. The CDF shall meet the requirements of Section 2-09 of the WSDOT Standard Specifications. The unit bid price shall include but not be L limited to: saw cutting, excavation, hauling, formwork, backfill and compaction, Hot Mix Asphalt for pavement patching, and clean up. The r cost shall also include: installation of 4" diameter perforated PVC pipe, core drilling existing catch basins, installation of 4" diameter solid PVC pipe and all connections as shown on the plans and described in the F- specifications, or as directed by the Engineer. L 7-12 VALVES FOR WATER MAINS F L SECTION 7-12.2 IS REVISED BY SUPPLEMENTING THE FIRST PARAGRAPH WITH THE FOLLOWING: r L 7-12.2 Materials The following materials shall meet the requirements of the following L sections of the Kent Special Provisions: Gate Valves .................................9-30.3(1) L Valve Boxes .................................9-30.3(4) Valve Marker Posts........................9-30.3(5) Valve Stem Extensions ..................9-30.3(6) L SECTION 7-12.3 1S SUPPLEMENTED BY ADDING THE FOLLOWING: F L 7-12.3 Construction Requirements r All valves shall have valve boxes installed with the cover lugs parallel to L the direction of water flow. F SECTION 7-f2.3(l) IS DELETED AND REPLACED WITH THE FOLLOWING: L 7-12.3(1) Installation of Valve Marker Posts r- L 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 L 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 t_ letters 2-inches high. James 5t I mprovements/Ha I lock & Kuehne 7 - 11 February 18, 2016 Project Numbers: 15-3001 &06-3016 L SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-12.3(2) Replace Existing Valve Box Top Section and Lid _a 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 J 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 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, J All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. J SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.4 Measurement J Measurement of valve marker posts shall be incidental for new valve J installations, and per each for valve marker post installed opposite an James st I mprovements/Hal lock& Kuehne 7 - 12 February 18, 2016 J Project Numbers: 15-3001 & 06-3016 r` existing valve. Relocation and remarking of existing valve marker posts shall be incidental to the project. r L SECTION 7-12.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7 7-12.5 Payment Payment will be made in accordance with Section 1-04.1, for the r following bid items when they are included in the Proposal: The unit bid price per each for "8 Inch Gate Valve MJ x FL or MJ x MJ or r FL x FL" constitutes complete compensation for all labor, materials, L tools, supplies and equipment required to install the type and diameter of valve complete and in place, including but not limited to: verifying existing pipe type, location and fittings; furnishing and installing the L; gate valve and all necessary fitting and appurtenances; furnishing and installing the valve box top section, lid, and base section; tapping valve ' with tapping tee where shown on the plans; valve nut extenders where : needed; trenching; dewatering; backfilling and compacting selected materials;jointing; painting; disinfecting; flushing; hydrostatic and purity testing; furnishing and installing valve box with cover and a valve marker post; running a pig through valve. Water disconnect may be required after hours or on a weekend. Additional costs for weekend work, removal of existing valves, cutting and capping existing water mains shall be included in this item. The unit contract price per each for "2 Inch Combination Air Vacuum L Valve and Vault" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to supply and install the air release valve and vault including, but not limited to: excavating; L backfilling; supplying, laying and joining the 4 inch ductile iron Cl 52 pipe; pipe, fittings (i.e., bends, tees, reducers, adapters, flanges), restrained retainer glands, supplying and installing the 4 inch gate L valve, valve box and nut extender, discharge riser, stainless steel screen, Styrofoam insulation, thunderline link seal, pipe support, and F` concrete blocking; core drilling; testing; supplying and laying washed L rock; providing hole in vault floor for drainage; cover and cleanup. F- The unit contract price per each for "Remove and Salvage Existing Water Valve" shall constitute complete compensation for all labor, materials, tools and equipment necessary to remove the existing water r valve as shown on the plans and salvage to the City of Kent Shops or L as directed by the Engineer, This item also includes removal and disposal of the fittings, adapters valve boxes, concrete blocking, backfilling with gravel borrow and compaction. The unit contract price per each for "Remove Existing Water Valve Skirt r and Cover and Restore Site" shall constitute complete compensation for all labor, materials, tools and equipment necessary to remove the existing water valve skirt and cover, backfill the void with crushed r- surfacing top course, 5/8 inch minus, and pave with HMA to match L James St I mprovements/Ha I lock& Kuehne 7 - 13 February 18, 2016 F Project Numbers: 15-3001 & 06-3016 i_ J existing pavement depth as shown on the plans or as directed by the Engineer. 7-14 HYDRANTS SECTION 7-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-14.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Fire Hydrants .......................... 9-30.5 Hydrant Dimensions ................. 9-30.5(2) Fire Hydrant Guard Posts .......... 9-30.5(6) 7-14.3 Construction Requirements SECTION 7-14.3(1) IS REVISED BY DELETING THE FOURTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 7-14.3(1) Setting Hydrants After all installation and testing is complete, the exposed portion of the fire hydrant shall be painted with one field coat of metal primer and two coats of oil based white colored paint. The white hydrant paint shall be Farwest Wonderglow Quickset 1100 white high gloss, oil base fast drying paint or equal approved by the Water Department. SECTION 7-14.3(2)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-14.3(2)C Hydrant Guard Posts Concrete fire hydrant guard posts shall be furnished and installed with fire hydrants as directed by the Engineer. Guard posts shall be buried to a minimum depth of three feet (3'). Guard posts shall not be set higher than the top of the fire hydrants, they shall be plumb, and where more than one post is used at a hydrant, they shall be set with their tops at the same elevation. Posts shall be located to leave a minimum 3-foot radius of unobstructed working area around the face of the fire hydrant. Final location of guard posts is subject to the approval of the Engineer. The exposed portion of the guard post shall be painted with two coats of approved white concrete paint. SECTION 7-14.3(3) IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 7-14.3(3) Resetting Existing Hydrants Where existing hydrants are shown on the plans for adjustments to conform to new street alignment or grade or installation of new utilities James St I m provements/Ha I lock & Kuehne 7 - 14 February 18, 2016 __, Project Numbers: 15-3001 & 06-3016 r-, L. or all three, the hydrant shall be relocated without disturbing the location of the hydrant lateral tee at the main. SECTION 7-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 7-14.5 Payment L Payment will be made in accordance with Section 1-04.1, for the F following bid items when they are included in the Proposal: The unit bid price per each for "Hydrant Assembly" constitutes complete r compensation for all labor, materials, and equipment necessary or L incidental to furnishing and installing fire hydrant assemblies, including, but not limited to: the 6-inch fire hydrant, the 6-inch resilient wedge gate valve, the valve box, the 6-inch diameter ductile iron pipe joining �- the gate valve to the fire hydrant, furnishing and installing the main line tee, all costs for shackles, rods, concrete blocking, gravel backfill, painting, guard posts and anything else required for the complete L- installation and testing of the hydrant assembly as specified. Reference Kent Standard Plan 3-1 . r The unit bid price per each for "Remove Existing Fire Hydrant Assembly" shall constitute complete compensation for all labor, materials, tools, and equipment necessary to remove the existing fire L-. hydrant and riser pipe, remove the existing gate valve near the main line, cap and plug the existing tee and plug the existing pipe with concrete at each end. This bid item includes trenching, backfill, L compaction, shoring, dewatering and salvaging any items necessary to the City Water Department or disposing of these items as directed by r the Engineer, and any overtime work required for the main shutdown L. including weekend work. Guard post installation for fire hydrants shall be considered incidental to fire hydrant work of all kinds, unless a specific bid item for guard posts is listed in the proposal. F L SECTION 7-15 IS DELETED AND REPLACED WITH THE FOLLOWING: r 7-15 SERVICE CONNECTIONS L 7-15.1 Description This work consists of installing the service connections from the water main to the customer's service meter including meter setter; from the customer's service meter to the property or easement line; and where L shown on the plans, from the service meter to the customer's service line. Service connections for commercial users as well as residential r users are included. This work also includes replacing existing service lines including new V service connections, new pipe, new meter boxes and setters as required and relocating meters or combinations thereof. Also included is James St I mprovements/Ha I lock& Kuehne 7 - 15 February 18, 2016 l^ Project Numbers: 15-3001 & 06-3016 L. J abandonment and disconnection of service lines being replaced at the City main line. 7-15.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Saddles................................ 9-30.6(1) Corporation Stops.................. 9-30.6(2) Polyethylene Pipe .................. 9-30.6(3)B Service Fittings ..................... 9-30.6(4) Meter Setters........................ 9-30.6(5) Meter Boxes.......................... 9-30.6(7) Water Meters ........................ 9-30.7(8) 7-15.3 Construction Details 7-15.3(1) General Service lines from the water main to the meter setter and from the meter setter to the property or easement line shall be one piece and at least 1 inch in diameter iron pipe size (IPS). Meter setters shall be of the appropriate size for the size of the meter to be installed and reducing bushings shall be installed when the existing meter size is less than 1 inch. Pipe materials used for service lines shall be either Type K copper tubing without sweat joints, or ultra-high molecular weight, high density polyethylene (PE) plastic pipe, only. Pipe materials used for water service lines on private property, and installed by the customer shall conform to the Uniform Plumbing Code. It is the customer's responsibility to install and maintain the service line between the property or easement line and the facility being served. The Contractor shall notify all customers affected, the City Water Department, and the Engineer at least two working days prior to working on live services. The Contractor is responsible for planning and coordinating its work such that water service will be resumed with the least possible inconvenience to the water users. The location of existing water service laterals and service lines between the water main and the water meter shall be determined and marked in the field or otherwise located by the City Water Department. Unless otherwise approved by the City Water Department, new service lines from the water main to the meter shall be perpendicular to the 1 water main, i.e. the meter shall be located directly opposite the corporation stop. J James St I mprovements/Ha I lock & Kuehne 7 - 16 February 18, 2016 Project Numbers: 15-3001 & 06-3016 r' L 7-15.3(2) Flushing, Disinfection and Testing All service pipe and appurtenances shall be prechlorinated prior to installation. After installation, the service connection shall be flushed prior to connecting the meter and tested after connection to the meter. L, 7-15.3(3) Service Connections This work shall consist solely of connecting 1 inch or greater diameter L service lines to the water main pipe by installing new corporation stops and service line adaptors at the water main pipe and shall include F7 saddles. Corporation stops and saddles shall be of the size shown on the plans and shall be installed with a 22 degree vertical angle from the water main pipe centerline as shown in the Kent Standard Plans. r L Direct taps shall not be allowed, a double strapped saddle must be used as shown in the Kent Standard Plans. r, L Particular care shall be exercised to ensure that the main is not damaged by the installation of the service line. F- L 7-15.3(4) Relocating Existing Water Meter Assembly r This work shall consist solely of disconnecting and removing the L. existing meter, setter and meter box (the meter assembly) from their existing location, cleaning the meter assembly, relocating the meter assembly to the location shown on the plans, and reconnecting the used meter assembly to the service line pipe. 7-15.3(5) Water Service Lines L This work shall consist of installing new water service line pipes from r the corporation stop at the water main pipe to the water meter setter L. and from the water meter setter to the water service line. Water service lines shall be the size shown on the plans, but shall in all cases be at least 1 inch in diameter iron pipe size (IPS). Water service lines shall be L. either copper tubing type K or polyethylene plastic (PE) pipe and shall be installed with a minimum of 2 feet of cover over the top of the line. r Whenever PE pipe is installed, 12 gage solid copper tracing wire with L plastic coating shall be installed over the pipe for its entire length as shown in Kent Standard Plans 3-10 and 3-11 . The wire shall be bared and connected between the corporation and the angle stop on the meter setter so as to maintain continuity. Water service line pipes shall not exceed 60 feet in length from the water main pipe to the meter r setter. L When water services lines are installed for future use, the work shall F- include a "tail run" section of service pipe two feet long from the water L meter setter to the property or easement line. This "tail run" section shall have a union fitting on the end of the "tail run", shall be indicated r with a 2 x 4 stake marked with the legend "WATER" and shall otherwise L F James St Improvements/Hallock & Kuehne 7 - 17 February 18, 2016 Project Numbers: 15-3001 & 06-3016 L J be marked in conformance with Section 7-18.3(5) of the WSDOT Standard Specifications. When new water service lines are to be connected to existing service lines smaller than 1 inch in diameter, the new water service lines behind the meter shall be the same diameter as the service line from the water main to the meter and shall be suitably reduced at the connection. 7-15.3(6) Water Meters Water meters 5/8 inch x 3/4 inch to 2 inch shall be provided and installed by the City Water Department. All water meters larger than 2 inch shall be provided and installed by the Contractor. The Contractor shall reinstall existing water meters where shown on the plans regardless of meter size, unless otherwise stated in the Kent Special Provisions. Water meters shall be located behind City sidewalks when sidewalks are present or scheduled for immediate construction. If in case the water meter must be located within the sidewalk, as determined by the Engineer, no portion of the water meter box shall be closer than 6 inches to any edge of the sidewalk. In the case when City sidewalks are not present or scheduled for immediate construction, new water meters shall be located 2 feet from the right-of-way or easement line and inside the right-of-way or easement. In all cases the angle stop shall be installed 9 inches below finished grade. 7-15.3(7) Compound Meter Assemblies Compound meter assemblies shall be installed where shown on the plans. Compound meter assemblies shall conform with Kent Standard Plan 3-12 in all respects and shall include a water meter of the specified size unless otherwise stated in the Kent Special Provisions. The utility vault for the compound meter and by-pass shall be sized to allow access to all gate valves when the cover is removed, shall be rated for H-20 traffic loading, and shall otherwise conform to Kent Standard Plan J 3-12. This work includes connection to the customer's service lateral when they exist. 7-15.3(8) Excavation, Bedding and Backfilling J Excavating, bedding and backfilling for service connections shall be as specified in Section 7-09-3(10). Bedding of water service lines is _J omitted and backfill material shall consist of selected materials, as outlined in Section 2-03.3(10), unless otherwise specified in the Kent Special Provisions or directed by the Engineer. James St I mprovements/Ha I lock& Kuehne 7 - 18 February 18, 2016 Project Numbers: 15-3001 & 06-3016 r L 7-15.3(9) Meter Boxes and Vaults r.. Water meter boxes shall be installed directly opposite the main line L connection; shall be generally perpendicular to the street; and shall be within City sidewalks when they are present. Meter boxes installed r within City sidewalks shall be located so that no portion of the meter L box is closer than 6 inches to any edge of the sidewalk. Water meter boxes installed outside of City sidewalks shall be located within the easement or right-of-way with the near edge of the box being 1 foot L from the property or easement line and set to finished grade. r Water meter boxes are specified for varying meter sizes and for varying L locations. Water meter boxes within driveways or other traffic areas shall meet the requirement for a H-20 traffic loading. Water meter boxes within sidewalks shall be concrete or cast iron. Water meter L boxes within planting or similar nontraffic areas may be plastic. Water meter boxes shall be of sufficient size to contain the water meter. With the exception of plastic lids for plastic meter boxes, all lids and covers L of meter boxes shall be steel. r Water meter vaults shall be adequately sized to contain the meter L assembly; shall be set flush to the finished grade; and shall be rated for a H-20 traffic loading unless otherwise shown on the plans. L 7-15.3(10) Replace/Abandon Existing Water Service Where the plans call for an existing water service to be abandoned, the L corporation stop at the water main line shall be exposed and shut off. The service pipe shall then be removed from the corporation stop and a plug installed on the corporation stop. L. For service being replaced, the procedure specified above shall be used r except that the new service pipe shall be connected to the corporation stop and the stop turned on. Use appropriate adaptor, when necessary, for connecting new pipe to existing corporation stop. L Should the existing corporation stop be of the improper size, it shall be abandoned as specified above and a new corporation stop shall be r installed on the water main line. L SECTION 7-15.4 IS DELETED AND REPLACED WITH THE FOLLOWING: F L. 7-15.4 Measurement Measurement of service connections, relocating existing water meters, L meter setters, compound meter assemblies, water meters, meter boxes and abandon water service will be made per each. Measurement of new r water service line will be made per linear foot. r- L James St I mprovements/Ha I lock & Kuehne 7 - 19 February 18, 2016 F- Project Numbers: 15-3001 &06-3016 L SECTION 7-15.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-15.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Service Connection 1 Inch Diameter" constitutes complete compensation for furnishing all labor, tools, equipment, and materials necessary for installing the service connection to the water main pipe including, but not limited to, double strap saddle installation, installation of the corporation stop, connection to the water service line, gate valve with valve box, all excavation, backfill, restoration, pipe fittings or adaptors, testing, flushing, disinfection, and testing of the service connection. Reference Kent Standard Plans 3-10 and 3-11 . The unit contract price per each for "Abandon Existing Water Service" shall be full pay for performing the work as specified including excavation, backfill and compaction. The Contractor shall expose, shut off, and plug the corporation stop at the main, and cap the service line. Bank run gravel, crushed surfacing and asphalt shall be paid under their appropriate contract items. The unit contract price per linear foot for "Water Service Line 1 Inch Diameter" constitutes complete compensation for the labor, materials, and equipment necessary or incidental to the installation of new water service lines including, but not limited to trench excavation, bedding, laying pipe, fittings and adaptors, connection to existing meters and corporation stops, backfilling, restoration, marking of "tail runs", testing, flushing, and disinfection. The unit contract price per each for "1 Inch Meter Setter" constitutes complete compensation for all labor, materials, and equipment necessary or incidental to the installation of new meter setters including, but not limited to connecting the service lines, connecting to "tail runs", excavation, backfill, fittings and adaptors, testing, flushing and disinfection. The unit contract price per each for "Meter Box for 1 Inch Diameter Service" constitutes complete compensation for all labor, materials, and equipment necessary or incidental to furnish and install new meter box and cover including, but not limited to excavation, backfill, and setting to grade. y a James 5t Improvements/Hallock & Kuehne 7 - 20 February 18, 2016 Project Numbers: 15-3001 &06-3016 r D I V I S I ON 8 - M I SCELLANEOUS CONSTRUCTION L r 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL L SECTION 8-01. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description L This work consists of temporary erosion and sedimentation control r 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. r SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 8-01.2 Materials r- L Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: F- L Seed ...................................8-01 .3(2)B and 9-14.2 Fertilizer ..............................8-01 .3(2)B and 9-14.3 r^ Mulch and Amendments.........8-01 .3(2)D and 9-14.4 L Tackifier ..............................8-01 .3(2)E and 9-14.4(7) r SECTION 8-01.3 IS SUPPLEMENTED WITH THE FOLLOWING: SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: iL 8-01.3(1) General F L Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best F7 management practices (BMPs) as per the plans and as directed by the L City. r As site conditions dictate, additional BMPs may be required. The L contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. ry L Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a r timely manner, or fail to take immediate action to install additional L approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. r L 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 r additional working days for this project. L James St I mprovements/Ha I lock & Kuehne 8 - 1 February 18, 2016 F- Project Numbers: 15-3001 & 06-3016 L ' 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. a The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1 . Spill Prevention Control and Countermeasures Plan SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: J 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 173-201 A 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 James St I mprovements/Ha I lock& Kuehne 8 - 2 February 18, 2016 Project Numbers: 15-3001 & 06-3016 r L 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if there is a L. suspected discharge that exceeds state water quality standards. r Any results that are outside the appropriate range of compliance will L. require immediate implementation of adaptive management as directed by the Engineer. r L All sampling records shall be submitted to the Engineer by the last day of the monitoring period. r 8-01.3(9) Sediment Control Barriers r SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(9)13 Inlet Protection L. Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. r L SECTION 8-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: r 8-01.3(17) Vehicle Maintenance and Storage r Handling and storage of fuel, oil and chemicals shall not take place L 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 r. valves shall be provided on hoses. Fuel, oil, and chemicals shall be L dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided r on all valves, pumps, and tanks. Materials used to clean up fuel, oil, IL 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) L of any kind shall be discharged onto the ground, to surface waters, or r. to stormwater conveyance systems. L SECTION 8-01.4 IS SUPPLEMENTED WITH THE FOLLOWING: 8-01.4 Measurement L No unit of measure shall apply to the lump sum price for SWPPP. F L r-, L F L.. James St I m provements/Ha I lock& Kuehne 8 - 3 February 18, 2016 r Project Numbers: 15-3001 & 06-3016 L SECTION 8-01.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.5 Payment "Inlet Protection" "Culvert Inlet Protection" The unit contract price per each for the above items shall be full pay for furnishing all labor, materials, supplies, 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. "SWPPP", lump sum. 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: a Definitions: The word "provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.1(1) Submittals 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. James St I mprovements/Ha I lock& Kuehne 8 - 4 February 18, 2016 Project Numbers: 15-3001 & 06-3016 r- SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: ' 8-02.2 Materials L, Materials shall meet the requirements of the following sections: r Topsoil Type A, Type B, and Type C............ 9-14.1 (1), (2), (3) L, Seed...................................................... 9-14.2 r Fertilizer................................................. 9-14.3 Mulch and Amendments............................ 9-14.4 Wood Cellulose Fiber................................ 9-14.4(2) Special Planting Mixture............................ 9-14.4(9) r 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 L- Tree Ties ................................................ 9-14.7(1) Water for Plants ...................................... 9-25.2 r L Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. L. 8-02.3 Construction Requirements L. SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: F- 8-02.3(1) Responsibility During Construction L The Contractor shall at all times keep the planted areas free from F- accumulations of waste materials or rubbish. Upon completion of the L 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 L. the approval of the Engineer. r SECTION 8-02.3(2)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: L. 8-02.3(2)A Roadside Work Plan r The work plan shall include coordinating with the owners of 611 E. James Street to identify a location on their property to place pallet(s). F The pallets will be used to hold the brick the owner had placed in the L. planting strip. The contractor shall be responsible for salvaging, neatly removing and stacking the bricks on the pallets. r. SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 8-02.3(3) Weed and Pest Control r L During the maintenance period, all weeds are to be removed by hand. r L James St Improvements/Hallock & Kuehne 8 - 5 February 18. 2016 r Project Numbers: 15-3001 & 06-3016 L ' 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. Before planting, after placing compost blanket, the area shall be stripped to a depth of five inches. The work plan shall include coordinating with the owners of 611 E. James Street to identify a location on their property to place pallet(s). The pallets will be used to hold the brick the owner had placed in the planting strip. The contractor shall be responsible for salvaging, neatly removing and stacking the bricks on the pallets. SECTION 8-02.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(6) TAGRO Mix, Compost Blanket, Placed and Tilled Compost blanket shall be placed to a depth of 1-inch over bare soil. Compost (TAGRO Mix) shall then be thoroughly blended into the existing soil by tilling into the upper six inches of native soil. Compost shall be TAGRO Mix, a blend of 50 percent biosolids, 25 percent sawdust and 25 percent screened sand available through Tacoma Grow. Contact info: Tacoma Grow, Central Treatment Plant, Gate 6, 2301 Cleveland Way, Tacoma, WA 98421 ; phone (253) 502-2150. SECTION 8-02.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: J 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 _a 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 James St I mprovements/Ha I lock& Kuehne 8 - 6 February 18, 2016 a Project Numbers: 15-3001 & 06-3016 r^ 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. r, 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. r The Contractor shall use rootball bracing (triangle method) rather than L staking or guying to support new trees. r- SECTION 8-02.3(11) IS REVISED AS FOLLOWS: L 8-02.3(11) Clean Crushed Rock Mulch r Bark or Wood Chip Mulch L Revise all references in this section from bark or wood chip mulch to r- "Clean Crushed Rock Mulch" reference the plans and KSP 9-14.4(3). SECTION 8-02.3(13) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.30 3) Plant Establishment r- Plant establishment shall extend for a period of two calendar years. �. Plant establishment shall begin immediately upon written notification from the Engineer of the completion of initial planting for the project. F The two calendar years shall be extended an amount equal to any L periods where the Contractor does not comply with the plant establishment provisions. F' L The entire body of plant establishment work including but not limited to removing foreign material, removing garbage, weeding, pruning, " removing dead plant material, replacing rejected plants, replacing L stolen or damaged plants, over the entire site shall occur on a frequency of no less than twice a year and be completed to the r' satisfaction of the Engineer. Failure to comply with minimum work L frequency shall constitute justification for the Contracting Agency to take corrective steps and deduct all costs from monies due the Contractor. L The Contractor shall operate the irrigation system to assure watering frequency and amount to maintain all shrubs in a thriving condition. _ Maintenance and operation of the irrigation system is critical to the survival of the shrubs. The contractor shall winterize the irrigation r- system in the fall before November 1 St. The Contractor shall energize L the irrigation system each spring before May 15th. The Contractor will make all necessary repairs and preform all preventative maintenance to assure proper irrigation system operation and longevity. Water for the L James St Improvements/Hallock & Kuehne 8 - 7 February 18, 2016 r Project Numbers: 15-3001 &06-3016 ' irrigation system shall be provided by the Owner without charge to the Contractor. 8-02.3(13)A Extended Landscaping Maintenance Extended Landscaping Maintenance shall extend three years beyond the end of plant establishment. The Contractor shall maintain, operate and guaranteeing the irrigation system and the plants. After the initial two- year Plant Establishment period set forth in section 8-02.3,(13) has been accepted in writing by the Engineer, the Extended Landscaping Maintenance period shall begin. Extended Landscaping Maintenance shall run for three consecutive years. Extended Landscaping Maintenance shall be compensated annually by an annual lump sum payment made at the beginning of each annual period. The bid item amount shall be adjusted each year against the Prevailing Landscape Labor Rate established by the State Of Washington for the King County. The adjustment shall be calculated by taking the percent change in the Prevailing Landscape Labor Rate at the time of bid opening and J increasing the bid item by the percentage change. The calculation shall be made at the beginning of each of the three years extended landscaping maintenance is performed. Extended Landscaping Maintenance shall continue in force all provisions set forth in KSP 8- 02.30 3) without interruption. SECTION 8-02.3(94) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.304) Plant Replacement The Contractor shall replace all shrubs which, in the opinion of the City Nursery Supervisor, have failed to establish themselves during the maintenance period at its sole expense. The Contractor shall replace all shrubs which, in the opinion of the City Nursery Supervisor have failed to thrive during the Extended Landscaping 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 J 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. James St I mprovements/Ha I lock& Kuehne 8 - 8 February 18, 2016 J Project Numbers: 15-3001 & 06-3016 r SECTION 8-02.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING SECTION: 8-02.4 Measurement "TAGRO Mix, Compost Blanket, Placed and Tilled" shall be measured per square yard. Clean 5/8"-Minus Crushed Rock shall be measured per square yard. r SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment r The unit contract price for per Square Yard for "TAGRO Mix, Compost Blanket, Placed and Tilled" constitutes complete compensation for r furnishing all labor, materials, tools, supplies and equipment necessary to perform the work as shown on the plans and described in the specifications. r L. "PSIPE Mt. Vernon Laurel, 1 Gallon Container" "PSIPE Flaming Mound Spiraea, 1 Gallon Container" "PSIPE Blue Star Juniper, 1 Gallon Container" L "PSIPE St. John's Wort, 1 Gallon Container" "PSIPE Furzey Heath, 1 Gallon Container" r- The unit contract price per each for the above items constitutes L. complete compensation for the plants, all labor, materials, tools, supplies and equipment necessary for planting the shrubs in accordance with the plans and described in the specifications. This item includes L but is not limited to mulch, fertilizer, watering, planting mixture, pruning, cleaning, weeding and maintaining the shrubs for a period of not less than two calendar years from plant acceptance. L The unit contract price per cubic yard for "Topsoil Type A" constitutes F complete compensation for all labor, materials, tools and equipment L 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 r limited to the labor required for raking and compacting the topsoil, L cleanup and complete preparation ready for seeding. The unit contract price for per square yard "TAGRO Mix, Compost L Blanket, Placed and Tilled" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary F to provide till and shape compost (TAGRO Mix) into upper six inches of L native soil. F The unit contract price for per square yard for "Clean Crushed Rock L Mulch" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary including, but not be limited to, placing, shaping and compacting mulch around plants as i_ shown on the plans and described in the specifications. F L James St I mprovements/Ha I lock & Kuehne 8 - 9 February 18, 2016 F- Project Numbers: 15-3001 & 06-3016 1 The unit contract price for per Year for "Extended Landscaping Maintenance" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to performing Extended Landscaping Maintenance, as shown on the plans and described in the specifications. 8-03 1 RR I GAT I ON SYSTEMS SECTION 8-03.3 IS SUPPLEMENTED AS FOLLOWS: 8-03.3 Construction Requirements Contractor shall adhere to all requirements found in KSP 9-15 IRRIGATION SYSTEM. The irrigation sleeves may be installed by open cut or directional boring in a manner similar to that described in Section 8-20.3(5)E of the Standard Specifications. SECTION 8-03.3(5) IS SUPPLEMENTED AS FOLLOWS: a 8-03.3(5) Installation Rigid Type L copper pipe shall be used from the water meter service connection to the double check valve assembly. } SECTION 8-03.3(13) IS SUPPLEMENTED AS FOLLOWS: 8-03.3(13) Irrigation Water Service Water meters for the irrigation service are existing as shown on the plans. SECTION 8-03.3(14) 1S SUPPLEMENTED AS FOLLOWS: 8-03.3(14) Irrigation Electrical Service No electrical service will be provided the irrigation controllers. Battery operated devices have been specified for use on this project. SECTION 8-03.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-03.5 Payment Payment will be made for the following Bid items when included in the Proposal: "Irrigation System", lump sum. All costs for furnishing and installing irrigation system equipment and components where indicated and as detailed in the Plans, all costs of initial and annual inspections and tests performed on cross connection control devices and electrical wire testing and operation of the iiregation system during the life of the Contract and As Built Plans shall be included in the lump sum price for the complete irrigation system as James St I mprovements/Ha I lock& Kuehne 8 - 10 February 18, 2016 Project Numbers: 15-3001 & 06-3016 r shown in the Plans, for the duration of the plant establishment period. L The Contracting Agency will, at no cost to the Contractor, provide water services needed for installation and operation of the irrigation system L for the life of the Contract. As the irrigation system is installed, the payment schedule will be as follows: Payment will be made in proportion to the amount of Work performed up to 90 percent of the r— unit Contract price for irrigation system when the irrigation system is L completed, tested, inspected, and fully operational. Payment shall be increased to 95 percent of the unit Contract price for irrigation system r upon completion and acceptance of initial planting and submittal of As Built Plans. Payment shall be increased to 100 percent of the unit Contract price for irrigation system upon completion and acceptance of r— the first-year plant establishment. Contractor shall adhere to all L requirements found on the plans, these specifications and including KSP 9-15 IRRIGATION SYSTEM. r 8-04 CURBS, GUTTERS, AND SPILLWAYS r SECTION 8-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways L- The Contractor shall place a curb and gutter control string line for approval by the Engineer prior to placement of curb and gutter. The r Contractor will provide the City 3 full working days advance warning L- prior to setting string line and allow half of a working day after string line and forms are set for the City to verify elevations and grades. L If the curb and gutter flow line is found to deviate from the flow line shown on the directives by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new L section meeting specifications. The removal and replacement shall be at no cost to the City. F L SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: F 8-04.5 Payment L "Cement Concrete Curb and Gutter" per linear foot shall be considered complete compensation to: excavate, load haul, dispose of spoils, place, grade and compact subgrade, place, grade and compact crushed surfacing, all materials, labor, tools and equipment required to install r— curb and gutter in accordance with the plans, specifications and as directed by the Engineer. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES L, SECTION 8-06.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: F L 8-06.3 Construction Requirements F Cement Concrete Driveways shall be installed at the locations indicated on the plans or where directed by the Engineer. See Kent Standard James St I mprovements/Hallock & Kuehne 8 - 11 February 18, 2016 r Project Numbers: 15-3001 &06-3016 L A Plan 6-43. Where native ground is firm crushed rock may be omitted or used for leveling purposes only. Cement concrete driveways and associated cement concrete curb drops shall be constructed using a 3-day mix. In addition, the Contractor shall immediately implement temporary provisions for access so that no driveway is out of service. SECTION 8-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: J 8-06.5 Payment The unit contract price per lineal foot for "Cement Concrete Driveway, 8 Inch Depth, Reinforced Gutter Only" constitutes complete compensation to: excavate, load, haul, dispose of spoils; place, grade and compacting subgrade; place, grade and compact crushed surfacing; all materials, labor, tools and equipment; required to install 8" thick cement concrete driveway gutter in accordance with the plans and specifications. Reinforcing steel in the driveway gutter shall be included in this bid item. Reference Kent Standard Plan 6-43. The unit contract price per square yard for "Cement Concrete 6 inch Residential Driveway" constitutes complete compensation to: excavate, load, haul, dispose of spoils; place, grade and compacting subgrade; place, grade and compact crushed surfacing; all materials, labor, tools, and equipment; required to install the driveway in accordance with the plans and specifications. 8-12 CHAIN LINK FENCE AND WIRE FENCE _ SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.1 Description J 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. J SECTION 8-12.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3(1) Chain Link Fence and Gates Existing fences and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall meet the requirements shown in the plans or as directed by the Engineer. Fence shall meet WSDOT Standard Plan L- 20.10-02; Type 4 (4' high, black, vinyl coated chain link, no slats with a top rail). James St I mprovements/Ha I lock& Kuehne 8 - 12 February 18, 2016 Project Numbers: 15-3001 & 06-3016 r SECTION 8-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 8-12.4 Measurement L; New fence shall be measured by the linear foot of new fence installed along the ground line, exclusive of openings. L. Temporary fencing shall be measured by the linear foot of temporary fence, along the ground line exclusive of openings. Gates shall be r included in the fence measurement. SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: r L 8-12.5 Payment r— "Install New 4' High, Vinyl Coated, Chain Link Fence With Top Rail," per L linear foot. r 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.3 Construction Requirements r Where native ground is firm crushed rock may be omitted or used for L leveling purposes only. SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 8-14.5 Payment r L Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the Proposal: L "Cement Concrete Sidewalk," per square yard "Cement Concrete Sidewalk, Bus Pad and Garbage Receptacle Pad," per square yard L "Cement Concrete 6" Residential Driveway," per square yard "Cement Concrete Sidewalk Ramp Type Single Direction A," per each "Cement Concrete Sidewalk Ramp Type Parallel A," per each L "Cement Concrete Sidewalk Ramp Type Parallel B," per each. The unit bid per square yard or per each for the above items constitutes F complete compensation for all materials, labor, tools and equipment L 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: L restoration of areas adjacent to sidewalks and ramps disturbed by the work. L F James St Improvements/Hallock & Kuehne 8 - 13 February 18, 2016 r- Project Numbers: 15-3001 &06-3016 L ' 8-18 MAILBOX SUPPORT SECTION 8-18.3 IS REVISED AS FOLLOWS: J 8-18.3 Construction Requirements THE FIRST AND SECOND PARAGRAPH ARE REPLACED WITH THE } FOLLOWING: } The existing mailboxes on James St shall be replaced in their exact same locations with all new baked enamel boxes of like size, including all new parts and materials. The Contractor shall mark the name and J address for each new mailbox with straight 2"stencil or decal that are UV resistant, for exterior use, and have a minimum 5 year warranted characters. Within 8 hours of being removed, existing mailboxes shall be replaced. See Kent Standard Plan 6-70. THE THIRD PARAGRAPH IS REPLACED WITH THE FOLLOWING: New mailbox supports shall be installed at the same time as the irrigation mainline and traffic conduit to avoid conflicts. Mailbox supports shall be enclosed within 8 inch diameter PVC sleeves and backfilled with adjacent native material and compacted to 90% of maximum dry density or to the satisfaction of the engineer. Sleeves only need to extend to the bottom of irrigation mainline and traffic conduit trench with mailbox posts extending below the sleeve to the specified post depth. Sleeves shall be compacted to 90% of maximum dry density or to the satisfaction of the engineer. SECTION 8-18.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-18.5 Payment The unit contract price per each for "Mailbox Support, Type 1, Remove and Reset Mailbox" shall constitute complete compensation for all labor, materials, tools, supplies and equipment necessary to remove and reset the existing mailbox as shown on the plans and described in the specifications. This item includes setting at a temporary mailbox support if required and later resetting to the permanent location. J 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS. AND ELECTRICAL SECTION 8-20.1 IS REVISED AS FOLLOWS: 8-20.1 Description THE SECOND PARAGRAPH IS REVISED TO READ AS FOLLOWS: Unless otherwise noted in the plans, the locations of traffic signal poles, controller cabinets, and street light standards are exact. The locations of junction boxes, conduits and similar appurtenances shown in the plans are approximate; and the proposed locations will be staked or similarly marked by the Contractor and approved by the Engineer. James St Improvements/Hallock & Kuehne 8 - 14 February 18, 2016 a Project Numbers: 15-3001 &06-3016 SECTION 8-20.2(1) IS REVISED BY ADDING THE FOLLOWING TO PARAGRAPH 3, FOLLOWING ITEM 2: r L; 8-20.2(1) Equipment List and Drawings r, 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 luminaire r meets the minimum street lighting requirements of the City. '- 5. Catalog Cuts and/or ordering information clearly showing selected luminaire options. 8-20.3 Construction Requirements r- SECTION 8-20.3(5) IS REVISED AS FOLLOWS: 8-20.3(5) Conduit r THE SECOND PARAGRAPH IS REPLACED IN ITS ENTIRETY WITH THE FOLLOWING: r_ 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 L approval of the Engineer. r 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. F L. THE FOLLOWING CHANGES APPLY TO THE NUMBERED ITEMS FOLLOWING THE WORDS"Galvanized steel conduit shall be installed at the following locations:" L. Item 1. Change to read "All State highway roadbed crossings" r Item 3. Contents are deleted, leaving it BLANK L. THE THIRD PARAGRAPH OF SECTION 8-20.3(8) IS DELETED AND REPLACED r' WITH THE FOLLOWING: L. 8-20.3(8) Wiring L All splices in underground illumination circuits and induction loops circuits shall be installed within junction boxes. The only splice allowed r- in induction loop circuits shall be the splice connecting the induction L loop lead in conductors to the shielded home run cable. Splices for illumination circuits, including two way, three way, four way and aerial r splices, and splices for induction loop circuits shall be spliced with L copper crimped solder-less connectors installed with an approved tool James St Improvements/Hallock & Kuehne 8 - 15 February 18, 2016 r Project Numbers: 15-3001 &06-3016 L ' designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Sections 9-29.12(1) and 9-29.12(2) of the Kent Special Provisions to seal each splice individually, unless otherwise specified by the Engineer. In no case shall epoxy splice kits be permitted. 8-20.5 Payment J "Junction Box, Type 1" "Junction Box, Type 2" 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. .J 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. 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. The unit contract price per ton for "Crushed 5/8 Inch Minus for Trench Backfill" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The unit contract price per ton for "Sand for Conduit Bedding, Under Paved Areas" 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. James St I mprovements/Ha I lock& Kuehne 8 - 16 February 18, 2016 Project Numbers: 15-3001 & 06-3016 8-21 PERMANENT S I GN I NG ' SECTION 8-21.3(4) IS REVISED AND SUPLLMMNTED BY DELETING THE 4TH r SENTENCE AND BY ADDING THE FOLLOWING: 8-21.3(4) Traffic Sign Removal and Salvage r L The Contractor shall deliver all signs designated for removal and disposal (signs and posts) to the Sign Shop at the City Maintenance Facility located at 5821 South 240th Street (a.k.a. West James Street.) SECTION 8-21.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3(5) Traffic Sign Relocation City supplied signs shall be installed on new Contractor provided metal posts with new Contractor provided new mounting hardware. Signposts shall be enclosed within 8 inch diameter PVC sleeves and backfilled with adjacent native material and compacted to 90% of maximum dry density or to the satisfaction of the engineer. Sleeves only need to extend below irrigation mainline and traffic conduit with post extending r- below the sleeve to the deeper of specified depth or 36". The �- Contractor shall store and protect signs in preconstruction condition. The Contractor shall be charged $2.00 per square foot for any signs r that are lost or damaged. Also see Section 2-02.3 of the Kent Special L Provisions. Reference Kent Detail 6-82aM Permanent Sign Installation. r SECTION 8-21.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 8-21.4 Measurement r L SECTION 8-21.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: FIF 8-21.5 Payment L The unit contract price per each for "Provide & Set Metal Sign Post and r install City Provided Signs" constitutes complete compensation for all labor, materials, supplies and equipment necessary to provided metal posts with new Contractor provided new mounting hardware and mount r City provided signs as shown on the plans and described in the L specifications. Signposts shall be enclosed within 8 inch diameter PVC sleeves and backfilled. F- The unit contract price per each for "Traffic Signs Removal and Salvage" constitutes complete compensation for al labor, materials, r` supplies and equipment necessary to remove and deliver the traffic L signs shown on the plans and described in the specifications. L James St Improvements/Hallock& Kuehne 8 - 17 February 18, 2016 r^ Project Numbers: 15-3001 & 06-3016 ' DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-28 POTHOLE UT I L I T I ES 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 a 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. l 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment J 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 Contractor-furnished 4 foot x 8 foot project signs where shown in the plans or where directed by the Engineer. All project signs become the property of the City at the end of James st Improvements/Hallock & Kuehne 8 - 18 February 18, 2016 Project Numbers: 15-3001 &06-3016 A r" the project, and the Contractor shall return project signs to the same L facility when so directed by the Engineer. r-° 8-30.2 Materials L. Sign posts shall be 4 inch x 6 inch Fir. r- 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. r 8-30.3(2) Design A r- 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. L 8-30.3 Installation r L. 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 r more than 12.25 square inches of drilled shear area at a point 2 inches above the ground, or as directed by the Engineer. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.4 Measurement Project signs will be measured by the installed and maintained unit. L Failure of the Contractor to adequately maintain the project signs as determined by the Engineer shall be deemed noncompliance with this Specification. L 8-30.5 Payment F L. Payment will be made in accordance with Section 1-04.1, for the following bid item when they are included in the Proposal: L. The unit contract price per each for "Project Sian Installation" constitutes complete compensation for furnishing all labor and r materials, installation and maintenance of project sign(s) for the life of L the project and removal and delivery of sign(s) to the City Shops. Failure to adequately maintain and deliver project signs to the City r Maintenance Shop shall be deemed reasonable grounds for the L Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not r negotiable except at the Engineer's discretion. L F L James 5t Improvements/Hallock& Kuehne 8 - 19 February 18, 2016 F_ Project Numbers: 15-3001 &06-3016 L DIVISION 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 9-03.17 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.17 Foundation Material Class I and Class I 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 Passina Sieve Size Class I Class I I 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. James St Improvements/Hallock & Kuehne 9 - 1 February 18, 2016 Project Numbers: 15-3001 & 06-3016 F Adsorption 3% max L (Corps of Engineers CRD-C-107) r Accelerated Expansion (15) days 15% max L Soundness 5% max loss F7 L Density (solid volume) 155 pcf min F Specific Gravity 2.48 min �- SECTION 9-03.21(1)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: r i� 9-03.21 (1)D Recycled Steel Furnace Slag Steel Furnace Slag shall not be used for any purposes. L 9-14 EROSION CONTROL AND ROADSIDE PLANTING F L SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: F 9-14.1 (1) Topsoil Type A L Topsoil Type A shall consist of a mixture of compost, meeting requirements of Section 9-14.4(8), and sandy loam per USDA soil texture classification. The mixture shall contain a minimum of 10% organic matter. The mixture shall be free of weeds, deleterious materials, rocks, and debris. 100% of the imported topsoil shall pass i_ through a 3/4" screen, less than 25% shall pass through a #200 sieve. Submit one-gallon sample, source, and letter of certification from the supplier for approval prior to installation. L The topsoil shall be Cedar Grove Composting two-way topsoil, Pacific F Topsoil 2-way, TAGRO Topsoil, or approved equal. To be equal, source L should be a commercial operation with expertise in production of topsoil, an established method of screening materials to verify no F pollutant contamination and that all materials are biodegradable, and L produce a product that is equal in quality to the source listed. A quality topsoil product is at a minimum a sandy loam soil with fine compost amendments, rich in nutrients, free draining, and weed free. L SECTION 9-14.4(3) IS SUPPLEMENTED AS FOLLOWS: F L 9-14.4(3) Clean Crushed Rock Mulch Bark or Wood Chip Mulch L Clean Crushed Rock Mulch shall be used instead of bark or woodchip mulch. Clean Crushed Rock Mulch shall not contain hot F: - mix asphalt, concrete rubble, recycled glass or steel furnace slag or recycled material. Mulch shall be placed after planting is complete. F Clean Crushed Rock Mulch shall conform with the following gradation: L James St Improvements/Hallock & Kuehne 9 - 2 February 18, 2016 F Project Numbers: 15-3001 &06-3016 L ' Sieve Size Passing 3/4 Inch 100% 5/8 Inch 95 - 100% J 1/4 Inch 20 - 65% US No. 40 0 - 15% US No. 200 7 max. % % Fracture 75 min. 9-14.4 Mulch and Amendments J SECTION 9-14.4(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4(8) Compost Compost shall not contain any straw, green or under-composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. 9-15 1 RR I GAT I ON SYSTEM SECTION 9-14.1 IS SUPPLEMENTED AS FOLLOWS: J 9-15.1 Pipe, Tubing, and Fittings Galvanized iron pipe shall not be used on this project. Mainline shall be PVC Schedule 80. Lateral lines shall be PVC Schedule 200 or better. SECTION 9-14.1(1) IS SUPPLEMENTED AS FOLLOWS: 9-15.1(1) Galvanized Pipe and Fittings Galvanized iron pipe shall not be used on this project. SECTION 9-14.2 1S SUPPLEMENTED AS FOLLOWS: 9-15.2 Drip Tubing Netafim Techline CV drip irrigation with 0.4 GPH inline emitters spaced 24" on-center (TLDL4-24--) with Netafim in-line check valve (TLCV050M1-13) placed at every 4.5 vertical feet decline in elevation within an irrigation zone. _l SECTION 9-15.3 IS SUPPLEMENTED WITH THE FOLLOWING: 9-15.3 Automatic Controllers The controllers shall be as follows: Hunter Node-100 single station controller shall be battery operated. Controller: General Conditions A. Number of stations:1 B. Independent programs: 3 James St Improvements/Hallock& Kuehne 9 - 3 February 18, 2016 Project Numbers: 15-3001 & 06-3016 r C. Start times per program: 4 D. Operates DC latching solenoid only E. Accepts single or double 9 volt batteries F. Programmable off �- G. Manual cycle H.Global seasonal adjust I. Battery life indicator J. Waterproof body r SECTION 9-15.3(l) IS NEW WITH THE FOLLOWING: L 9-15.3(1) Rain Sensor r The rain sensor shall be as follows: r- Hunter Mini-clik-c rain sensor with conduit mount to be mounted at the highest point on the nearest sign post. r SECTION 9-15.5 IS SUPPLEMENTED WITH THE FOLLOWING: L 9-15.5 Valve Boxes and Protective Sleeves All valve boxes shall have non-skid, locking lids and be rated for Heavy Duty, incidental/non-deliberate vehicular traffic loads. H-series polymer or approved equal are acceptable boxes. L SECTION 9-15.7(2) IS SUPPLEMENTED WITH THE FOLLOWING: r- L 9-15.7(2) Automatic Control Valves Provide Netafim low volume control zone kit with DC latching solenoid L 1" control valve and disc filter and pressure regulator for all irrigation zones. L SECTION 9-15.9 IS SUPPLEMENTED WITH THE FOLLOWING: r 9-15.9 Drain Valves L Manual Flush Valves shall be Netafim Techline shut-off valve, #TLSOV. r L SECTION 9-15.11 IS SUPPLEMENTED WITH THE FOLLOWING: F 9-15.11 Cross Connection Control Device L Provide as follows: F A. Manufacturer must be on the "Approved Cross Connection Control L Devices" list of the Washington State Department of Health. B. Shall be type and size shown on drawing and/or the following: r FEBCO Model 850, double check valve, or approved equivalent, L size 3/4 inch. r L James St Improvements/Hallock & Kuehne 9 - 4 February 18. 2016 r- Project Numbers: 15-3001 & 06-3016 L 9-29 ILLUMINATION, SIGNAL, ELECTRICAL SECTION 9-29. 1 IS SUPPLEMENTED BYADDING THE FOLLOWING J PARAGRAPH TO THE BEGINNING OF TH►S SECTION: 9-29.1 Conduit, 1 nnerduct, and Outerduct _J 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(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING A SENTENCE TO THE END OF T141S SECTION: 9-29.20) 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 J 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: J This cable shall be filled with a gel compound to resist water penetration and migration unless otherwise specified by the plans. 9-30 WATER DISTRIBUTION MATERIALS 9-30.2 Fittings SECTION 9-30.2(7) 1S SUPPLEMENTED BY ADDING THE FOLLOWING: J 9-30.2(1) Ductile Iron Pipe Cast or ductile iron pipe fittings shall have the same coating, lining and strength as the pipes to which they are connected. Fittings shall be flanged or mechanical joint. Mechanical joint fitting gaskets shall be vulcanized styrene butadiene rubber gaskets (SBR) in accordance with the most current version of AWWA standard C111/A21 .11 . Flanged joint fitting gaskets shall be full face synthetic rubber gaskets appropriate to meet the required pressure rating in accordance with the most current version of AWWA standard C115/A21 .15. James St I mprovements/Ha I lock & Kuehne 9 - 5 February 18, 2016 Project Numbers: 15-3001 & 06-3016 rl 1.. 9-30.3 Valves r SECTION 9-30.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 9-30.30) Gate Valves (3 to 16 1 nches) r* Gate valves shall be resilient wedge gate type as manufactured by Clow, American Darling, Waterous, Dresser M&H, Mueller or an `M approved equal, with epoxy-coated valve interiors. They shall conform to AWWA specifications C-509, and shall have a working pressure rating of 250 psi, unless otherwise specified in the Kent Special Provisions. They shall be iron bodied bronze mounted, non-rising stem, and counterclockwise opening. Valve stems shall be provided with O-ring seals. r SECTION 9-30.3(4) IS DELETED AND REPLACED WITH THE FOLLOWING: r 9-30.3(4) Valve Boxes Valve boxes shall be installed on all buried valves and conform to Kent ' Standard Plan 3-7. The box shall be of cast iron, 2-piece design with a base corresponding to the size of the valve and the top section. The box shall be coal-tar painted by the manufacturer using industry standards. F The valve box top section shall be an Olympic Foundry No. 940, The L cover shall be an Olympic Foundry deep skirt No. 940 DS, have the word "WATER" cast into it, and shall be of the non-locking type, unless a locking cover is specifically called for in the Kent Special Provisions or L. shown on the plans. The bottom section shall be an Olympic V13-1 C or approved equal. r L. A 3 feet x 3 feet x 6 inches concrete pad, flush with finish grade, shall be poured around each valve box top section not located within asphalt or concrete finished areas. Valve box covers shall have the lugs or stainless cap screws r installed parallel to the direction of water flow. L SECTION 9-30.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: r' L 9-30.3(5) Valve Marker Posts Valve marker posts shall be constructed of Class 3000 cement L concrete; shall be 4-inches by 4-inches by 42-inches long with a 6-1/4 inch by 4-inch base; shall contain one number 3 reinforcement bar; and shall otherwise conform to Kent Standard Plan 3-4. L. The exposed portion of the marker posts shall be coated with two coats F of WHITE concrete paint. The FOG-TITE valve marker post is the pre-approved marker post. F_ L James St I mprovements/Ha I lock & Kuehne 9 - 6 February 18, 2016 F Project Numbers: 15-3001 & 06-3016 L SECTION 9-30.3(6) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(6) Valve Stem Extensions J Valve stem extensions shall conform to Kent Standard Plan 3-7. Valve stem operating nuts shall be no shallower than one and one-half (1 1/2) feet. Valves with an operating nut more than 3 feet below finished grade shall have a solid steel valve stem extension rod assembly, with a rock guard, installed on the operating nut. - 1 SECTION 9-30.5 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: J 9-30.5 Hydrants Fire hydrants shall be compression type, break-away (traffic model) hydrants conforming to AWWA C502 except as modified herein. Hydrant types shall be, Clow Medallion, M & H 929, or Mueller Super -� Centurion. SECTION 9-30.5(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.5(2) Hydrant Dimensions Hydrants shall conform with Kent Standard Plan 3-1 . Valves and Nozzles — Fire hydrants should have a bottom valve size of at least five inches, one 4-1/2 inch pumper nozzle and two 2-1/2 inch nozzles shall have NST threads, with 1-1/4 inch pentagonal nuts. Painting - Public owned hydrants shall be painted with two (2) coats of Farwest Wonderglow Quickset #1000 (white gloss alkyd enamel). Private hydrants shall be painted with two (2) coats of Farwest Wonderglow Quickset #X 3472 (case yellow gloss alkyd enamel). SECTION 9-30.5(6) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.5(6) Guard Posts Guard posts shall be constructed of Class 3000 cement concrete; shall be 6-feet long and 9-inches in diameter; shall have 5 equally spaced number 3 reinforcement bars with a minimum of 1-1/2 inch cover; and _J shall otherwise conform to Kent Standard Plan 3-3. The FOG-TITE hydrant guard post is the pre-approved guard post. All other posts require the approval of the Engineer. j ry James St I mprovements/Ha I lock & Kuehne 9 - 7 February 18, 2016 Project Numbers: 15-3001 & 06-3016 r- SECTION 9-30.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6 Service Connections 9-30.6(1) Saddles L. The body casting of saddles for service connections shall be of r malleable or ductile iron, extending at least 160 degrees around the L circumference of the pipe at the maximum range and at least 180 degrees when the saddle is tightened on the water main. The saddle body and/or straps shall be stamped with the size range of the saddle. The saddle shall have a groove for the neoprene or nitril gasket in order to prevent gasket movement. The saddle is to be tapped with an I.P. thread. The "U" straps shall conform to the outside diameter of the L range stamped on the saddle. r The service saddle shall be manufactured by Smith Blair, Romac, or Mueller. Service saddles shall be either double strapped or stainless steel full circumference band. 9-30.6(2) Corporation Stops r- All corporation stops shall be Ford ballcorp style. The following Ford L model numbers shall be used for the respective sizes stated. Ford Corporation Stops Size Ford Model Number 3/4 inch FB500-3 1 inch FB500-4 1 1/2 inch FB500-6 r 2 inch FB500-7 L Connection to service pipes shall be by Ford pack joints (Section 9- r- 30.6(4)) only. SECTION 9-30.6(3)B IS DELETED AND REPLACED WITH THE FOLLOWING: r L 9-30.6(3)B Polyethylene Pipe F Polyethylene service pipe shall be iron pipe size (IPS) ultra-high molecular weight, high density polyethylene plastic meeting or exceeding the following standards: ID ASTM D-2239, SIDR-7, and PE 3408, AWWA C-901, AWWA C-800, and National Sanitation Foundation L Standards and conforming to all other applicable standards. This polyethylene pipe shall be rated at or above a working pressure of 200 psi. Polyethylene plastic pipe shall have a manufactured stainless steel r insert stiffener at all compression pack joints. L. Driscopipe 5100 Ultra-Lien water pipe is an approved product meeting r- the above specifications. All other products require approval of the City Water Department after submittal of a sample length of pipe and the James St I mprovements/Hallock& Kuehne 9 - 8 February 18, 2016 r Project Numbers: 15-3001 &06-3016 L ' manufacturer's product literature. The City is not responsible for the purchase of materials not meeting the above specifications. J SECTION 9-30.6(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(4) Service Fittings Ford Pack Joint Couplings (hereinafter Ford Pack Joint Couplings or Pack Joint Couplings) shall be used to connect the service line pipe to the a corporation stop and meter setter at both ends. When the plans call for the installation of a new service line from the water main to the setter -' and/or new setter, the connection between the new service line on the private side of the setter and the existing private service line the Contractor shall use an adaptor. If the existing service line is long enough to connect to the setter directly without the need of an adaptor, _J a pack joint coupling shall be used for the connection to the setter. Pack joint couplings shall make a tight and permanent joint on type K copper tubing or polyethylene plastic pipe as appropriate. Pack joint couplings shall be made of bronze, and shall have a gasket or 0-ring. } Fittings used for copper and/or polyethylene tubing shall be Ford pack joint type only. Ford stainless steel stiffeners shall be used when utilizing compression fittings on polyethylene tubing. Insert Stiffeners The following table is a summary of the insert stiffeners that shall be ' utilized for the respective pipe sizes stated. Ford Insert Stiffeners Size Ford Model Number 3/4 inch Insert-71 1 inch Insert-72 1 1/2 inch Insert-74 2 inch Insert-75 Pack Joint Couplings The following table is a summary of Ford pack joint couplings that shall be utilized for the respective pipe sizes and types stated. Ford Pack Joint for Straight CTS Pipe J Ford Model Number Male Iron Pipe P.J. for CTS C84-34 3/4 inch 1 inch C84-44 1 inch 1 inch C84-66 1 112 inch 1 1/2 inch C84-77 2 inch 2 inch James St I mprovements/Hal lock & Kuehne 9 - 9 February 18, 2016 Project Numbers: 15-3001 &06-3016 Ford Pack Joint for Pol eth lene Pipe L'' Ford Model Number Male Iron Pipe P.J. for PEP C86-34 3/4 inch 1 inch C86-44 1 inch 1 inch C86-66-I DR7 1 1/2 inch 1 1/2 inch -, C86-77-IDR7 2 inch 2 inch LJ SECTION 9-30.6(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(5) Meter Setters r- Meter setters shall be manufactured and tested in accordance with all applicable parts of AWWA C800. L Meter setters shall have dual-purpose end connections for iron pipe thread male adapters on both ends. The meter setter shall have a brace L' pipe eye to hold the setter vertical. The setter shall be equipped with an angle shut off valve with padlock wings, and on the outgoing side a check valve to prevent backflow. The check valve shall be spring loaded, of brass and stainless steel construction with a removable back �- for maintenance purposes. In no case shall residential meter stops be equipped with a bypass. The following meter setters shall be used for the respective size meter r setter I isted: F Meter Setter Size Type 3/4 inch Ford VH72-15W-11-33 " 1 inch Ford VH74-15W-11-44 F 1 1/2 inches Ford VBH76-15B-11-66 L L/BP 2 inch Ford VFH77-15B-11-77 �- L/BP SECTION 9-30.6(7) IS DELETED AND REPLACED WITH THE FOLLOWING: r 9-30.6(7) Meter Boxes L Meter box requirements vary with respect to water meter size and location of the meter box. Meter boxes shall be as follows: L_ r Meter Box L Meter Size Location Type 3/4 inch 'Planters Carson 1220-12 Sidewalks, Olympic Foundry L driveways, #SM29 F pavements or adjacent to vehicle L turning areas r L_ James St Improvements/Hallock& Kuehne 9 - 1 February 18, 2016 r Project Numbers: 15-3001 & 06-3016 L Meter Box Meter Size Location Type 1 inch 'Planters Carson 1220-12 Sidewalks, Olympic Foundry driveways, #SM30 pavements or adjacent to vehicle turning areas 1 1/2 inch to 2 'Planters Carson 1730-15 inch Sidewalks, Olympic Foundry driveways, #SM30 pavements or -' adjacent to vehicle turning areas 3 inch and larger Concrete vaults per Kent Standard Plan 3- 12 ' All plastic boxes shall be constructed of black polyethylene. Irrigation Box DCVA or PRV Size Type 3/4 inch to 1 inch and Carson 1324-15G all PRV's Green solid lid 1324-21L Extension Boxes - 6 Carson 1324E-1 L inch 1 1/4 inch to 2 inch Carson 1730C-1 B for 15 inch high Carson 1730D-1 B for 18 inch high Green solid lid 1730-P2L SECTION 9-30.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-30.6(8) Water Meters Water meters 5/8 inch x 3/4 inch to 2 inch shall be provided and installed by the City Water Department. The City Water Department will not provide or set the water meter(s) until the Contractor has obtained the necessary permit(s), paid all associated fees, and receives a request from the project inspector. All water meters larger than 2 inch shall be provided and installed by the Contractor. All 5/8 x 3/4 and full 3/4 meters shall be the short pattern. All water meters regardless of their respective size shall register in cubic feet. The following table is a list of respective meter sizes and meter types. Meter Size Type 5/8 inch x 3/4 inch Invens s SR 3/4 inch Invens s SR 1 inch Invens s SR 1 1/2 inch I nvens s SR 2 inch Invens s SR 3 inch to 6 inch Invens s SRH Compound James St I mprovements/Ha I lock & Kuehne 9 - 1 February 18, 2016 Project Numbers: 15-3001 & 06-3016 r Compound meters for service connections 3 inches and larger shall be r installed within a concrete vault and be constructed in accordance with Kent Standard Plan 3-12. After installation of the compound meter, a L certified testing laboratory shall certify the accuracy of the meter. A copy of the certification report shall be provided to the Kent Water L Department. ' r+ L: r L, F- L F- L r L. L. r L. L. L. L.. L_ r L r L r L James St I mprovements/Ha I lock & Kuehne 9 - 2 February 18, 2016 r Project Numbers: 15-3001 & 06-3016 L KENT STANDARD PLANS _J The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. WATER 3-1 Standard Fire Hydrant 3-3 Guard Post 3-7 Valve Box and Operating Nut Extender 3-9 Concrete Blocking 3-10 Service Connection 1" Service 3-20 Combination Air/Vacuum Valve and Vault 3-21 Tapping Sleeve and Valve Assemblies STORM 5-35 Temporary Stockpiling STREET 6-33M Cement Concrete Curbs 6-34M Curb and Sidewalk Joints J 6-35M Expansion and Contraction Joints J 6-43 Commercial Cement Concrete Driveway Approach 6-82aM Permanent Sign Installation 6-70 Mailbox Support (2 sheets) 6-93 Standard Junction Box Types 1 & 2 (2 sheets) James 5t I mprovements/Ha I lock & Kuehne A - 1 February 18, 2016 Project Numbers: 15-3001 & 06-3016 _J a � d pw mui 3 FwF WWIIo + W u 2 W w Z U' 'v +. v '•v JOB p a Q Votii . - +.. . pW¢ tN � LA- � ud a H u w z _ � 0 J =N LU JZN zN .__i Z Q= = tY uN= =Lu _ N �g d �11 K w x FZ u z rzy yrj _ LLJ C'z,� ¢ NOp o O NO U fLLs co,m z £ cc w0~ 0 z �� ¢ �x g `LCDw¢ ILUa ZSO cc- O f<w QpQ W.Z+Jx �an =r-'N Q W W 3N oa a^ j Q�F ��z m3Ce as �W dc�z J zN{a� z /uj x0Q ot5¢r7 ��� ace � m �NiA Ngs}�Ci w d��(�F gaWw mo � w = a., -� iA iO Z dS C17 3 w Q S W ¢ W a 0 =1- w mow¢ p£wLL '" = oJ (/� ..-J Xn,_f' •--i W ECO O Q �� Z W Q�Q�f.7 LLW4 W�'+W rY CC N radC7 z z� �z OH o3 gaI, �vo p Wa�ca =� �w FW Q. 3o3 za 'o aa3 o � a x o 07 ai W x N m W O D LLJ G w CD z 0� zzQ 14 3 z= LLJ0 a wz `•' �w z ado 36"MIN. o En ad. w xz / In �2 In ¢� w¢ a' N Or'i y w ui \ a U w W O_ T¢ ¢ ,�H OQ YQ g� z t3 p a 3 w �< rrr, QN W z LU J zC': ¢W J a. Q Jwua� 6�a o wp �Off= F d} 12W F Q. O WQOzz V oor7 OU W¢z~za w¢ ¢O O � 2TU K Co= O Z Ce r'1 r¢a d4 2 w M J LL Z w p w w t9 a 0 Q = $x N U p C z to�zz z ° � �u- �o 0aa I O� O 4 O `o N �' zd Nw� d Wo ;� �� zo ce ri zra 4d'W aLu o z= �wp Sa a ° wa�z 0 =c� X=p�p J W z JU�.Y O NO LL m Q�~f = �uQ wz w3Q z I.L.WLli 0 O W LLJ W w Q x W XX X LLI U K J z O W �N O C O 2 d FQ- Ind z'4 W z p� li.i U N Y�F N W °a�� J z �Q Lu Vl OLLJ u; L~il7 QOu N d0'N ¢ O n 2U N m Co O O OLfi J 5 leU 'NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT IS X NOMINAL z psEPLr AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE 8 S I ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT WAS y�y y THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. • O �� co O CITY OF KENT oENGINEERING DEPARTMENT z bv z �� KENT STANDARD FIRE HYDRANT rr v i i +.. v �I aP� �F 2 4®�R�p � wAaMIxvrv■ ONAL DRAWN 9� SC&E NONE STANDARD PUN ° CHECKED DATE _1 APPROVED D •7 I 3 GUARD POST FIRE HYDRANT MIN. - - -Lj CLASS 3000 -nl CONCRETE -- -ili— —II III LIJ ill 111 III Ili -- -� o Z-I WATER " � N MAIN LOWER LIMIT + FOR PAINT � GUARD POST A//A TYPICAL PLACEMENT DETAIL z � 7n NOTES: 1. THE FOG-TITE HYDRANT GUARD POST IS PRE-APPROVED.ALL OTHERS -- J REQUIRE WRITTEN APPROVAL OF THE ENGINEER PRIOR TO INSTALLATION _ 2O. GUARD POST ARE INSTALLED WITH TOPS SET AT THE SAME HEIGHT AS 9"DIA. THE HYDRANT.IF MORE THAN ONE POST IS SET,THEY SHALL BE SET AT THE SAME HEIGHT, 3. PAINT EXPOSED POST THE SAME COLOR AS THE FIRE HYDRANT.SEE STANDARD PLAN 3-1 4. SEE STANDARD PLAN 3-1 FOR FIRE NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT HYDRANT DETAILS, ()SE P AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE S `I ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT S. GUARD POSTS ARE NOT USED WHERE 5 pF WASly �� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, FIRE HYDRANT IS LOCATED BEHIND J CURB AND GUTTER OR POSTED CXTY OF KENT SPEED LESS THAN 40 MPH z +�� ENGINEERING DEPARTMENT 6. GUARD POST SHALL BE LOCATED C` \./KENT GUARD POST OUTSIDE OF THE CLEAR ZONE.SEE -0 p 21493 wAs"I" eam STANDARD PLAN 6-50. �Dn FSISTe DESIGNED. D►iVl DRAWN -- SCALE NONE STANDARD PLAN7. FOR USE ON PRIVATE PROPERTY. TONAL F� CHECKED— DATE 3-3 APPROVED ` � t i a -1 A OLYMPIC FOUNDRY VS 940 WITH TWO(2)INCH"DEEP SKIRT"COVER. THE COVER SHALL BE MARKED"WATER". 3' 0 n e4 a .e 4n uY G .-f M ° ° Via'• ° °° .4 Q 4 ° d a EXTENSIONrn ,. WATER AS NEEDED a ° r+ Fn d 4 N —1 L Tx3'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 LIJ VALVE BOX WITH z z Lu OPERATING NUT EXTENDER -' 3/4"SOLID STEEL ROD. NOTES: 1. EXTENSIONS SHALL BE A MINIMUM OF -I ONE(1)FOOT LONG. In] _j 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. 10SEPzT AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE i 7 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 3. EARS, LUGS OR STAINLESS CAP of WASy� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. � � SCREWS ON COVER SHALL BE ALIGNED �P eo p CITY OF KENT WITH DIRECTION OF WATER FLOW, h % ENGINEERING DEPARTMENT 4. FOR ADDITIONAL REQUIREMENTS AND Lam' KENT VALVE BOX AND USE SEE WSDOT STD.SPECIFICATIONS 1O 21493 W'sM,YOTDM OPERATING NUT EXTENDER - SECTION 3.19 �0,�. � `vG\� DRAWDESIGN sew SCALE NONE STANDARD PLAN S. VALVE BOX SHALL BE CENTERED OVER �NAt F CHECKED DATE 2"SQUARE OPERATING NUT, PON= 3-7APPROVED J i I 3 r r �� a3A0HddV 6-2 '1sml ISIS3a Siva a3?IO3ilO lb'NO NVId aWOW IS 3NON 3TPJs �NMYN° \�N� �S Ol A1III9VIS 1N3IOI AnS 301SVIIV9 N OlPN1NtrM J03NO'S3a . p -4 S10 ���'Od HEM 1N3W3OHldR ONV lVad a0 NDAW r £eim o' d0 IVA0W3a A9 a0 SNOI1tlON1103 O1lOS JND13018 313H NOO .L4331 W Ol SOOa 3I1'dO SFId AS O3NIVUS3a E-i _ 9 IIVHS sisnaH1 IiV'1V3d a0 NDnW NI 1N31NMV430 ONIV33N10N3 a 7- y a LNOEX a1;0 AaLIO O r� �Y y 000101 31tlHS OatlH 'IS3nb3a NOdn 03N]V19O 39 AVW Ado?V'lN3N d0 kM 31-11 �' ��HsVM '�° 000'0 AVID HIM GIN2W3O ltl 311A NO 1d3N SI NOLLVDIl9nd dw 03AOaddV ONV a33NI9N3 l3Atla9 V ONVS 3Hl A9 03N9IS'IVNI9Ia0 31-11'31VDIldnO DINOa13313 NV �7Cj�.5� 0001E 13AVa9 V ONVS Ina 1N3Wnooa 9NIa39NIDN9 IV031 V lON SI NVld SIHl:310N 000'Z ONUS 'NOOi91SnaH1d0 000'T AtlIDLiOS r V311tl NI 9NI133HS 3N31AH13AIOd IIW b HEM NIVW a31VM dVHM '9 0 '019'1V3d'NOAW '3OIAa3S d0 SNOLLIONOD IIV a3ONn 3anSS3ad 9 yoi OtlOI NLLVd3dO 2 9NINV38 3dtlS 1105 9l ONVISHIIM AISnonNLLNOD 01 SV 119M SV 3anss3ad isu lln3 ONUSWIM 013ivnb3aV 9ND OOIG IIVISNI IIVHS a01OVa1NOD 'S '133d Z S033DX3 3dId 3H1 a3AO '1NIOC 9NC11NtlWSIO 110 do 9N1NVI JIWa3d 01 SINIOC a3AOD 40 HId3O 3141 N3HM sisnaH1 d0'dV31O 39 IIVHS 18 AINO S9NLLLIA 1SNIV9V Mg IIVHS N0019 'b IVINOZWOH HOA 3HV 319V1 ONIM0110d 3Hl NI N3A19 SOVOI 9NIaV39 3dVS 3Hl 'SWIHS 311SOdWOO H1IM SNDOl9 101NIO 3.010NOO UA' S '9l NI SOVOI 9NIaV39 3AVS „bxPOTX OT RUM O3lNOddOS 39 OSIV AVW S3AIVA'9NLL W 3Hl iSNItl9tl 9NMV39100d 3atlnbS vA 30 WnWINIW 9AV14 O38WI.8'NIW 3AIVA 31V9 IR OOO'£SSV10'3DVId NI ISVD 39 IIVHS 9NIN3019 313aONOD 'E X SNOIlIONOO IIOS v s am3ad'3d]d 3ZIS a3H10 a03 031SnCOV 3915nW svRdv 'Z '1003 3atlnbs aid SONnOd(000E)/000Z d0 OVOI 9NIaV39 33VS NO 03Stla V3aV NDola-slSnaH1319HDNOD r10133d 3aVnbs 'T :S31ON r ON39 ob/T TT ON39 oZ/1 ZZ 3ZIS POT NVHl a394VI SOOa 'VIO 11T-Z a3llVWS V 3ZIS POL a0d SCION'Via ob/E-z d RE O aD(INVIIVHS S DN a3ONn O3OIAOad 39 OSIV IIVHS 9NINOOl9 IVNOIlI00V'9NLLS319NIanO 3NII 30 ON3 1V SI 3AIVA 31V9 Al 030IAOad 3a 1SnW 9NIND019 IVNOIlIOOtl:31ON ' 3 O (90/EZ (9)/6 (ZT)/8T (£Z)/S£ (0E)/90 (£b)/09 00Z 11bz (TT)/9I (b)IL (8)/Ei (9T)/bz (Tz)/ZE (6z)/sb OOZ „OZ CIN39 oSb 9nld/dVD (6)/EI (b)/s (L)/DI (£T)/OZ (LT)/9Z (OZ)/9E OOZ ,8T (6/01 (£)/5 (9)/6 (ZT)/LT (91)/EZ (TZ)/ZE sZz 119T g ' (£)/s (9)/8 (TT)/9T (bi)/TZ (61)/6Z I OOZ E/S (9)/6 ZT /8T (91)/EZ ()ZZ/EE OsZ (9)IL (Z)/E (b)/9 (8)/Zi (TT)/91 1£T /ZZ OOZ 11171 E lb 5/L T67FEi TT ILT 9T)/bZ 05z J (b)/S (Z)/E (£)/5 (9)/6 MAT (IT)/9T OOZ °zT r (E)/b (Z/E £ /5 (9)/6 L TT iT /9T 5LZ (T)/z (Z)lE (b)l9 (9)/8 (8)AT ooz Poi 331 ON39 o06 (Zl/E T)/z {Z)/E (0/9 (S)/8 8/TT OOE (T)/T (z)/z (£)/b (£)/s (S)IL 00Z 8 {3NON)/T (T)/Z (Z)/E (E)/b (b)/9 OOE 3NON (3NON)/1 (T)/T (T)/E (Z)/£ (E)/b OOZ °9 3NON 3NON (T)/T (I)/Z (Z)/z Z)/£ 00£ b 9NON 9NON (3NON)/I (3NON)/i (T)/Z OOZ ISd 001 3 0 O g y ISd 3ZIS X 3anSS3ad 3dId IN 133d 3aVn S lIOS O38a111SIONn 1SNIV9V V3aV 9NI'dV39 WnINIW 319b1 - >ooio ismH1 a . f � Z 0C Lu CL w a d(D En o ..J OW m W 0 J Q ZU W LLI Z a =d Fu:6 Lu =W Wd d 2 > w In z z Q z � V a Q LL �: w o ztr W WC ii�wCL Z as o W `o¢ u- � wa C QO rr 10 ��� Q le CL UwF 1 �--4 a LLO a W N OIJ- leW W J �0 wU UEno J� w O OO FQ�Q 000 t<- �Jn _.., Lp 3NIl oou jZ) zwN m�uj gOz a 1N3W3SV3 U m w Er r, n 8 Q" En v 'dO aldad0ad Z ^ O Z _ Ce w a 0. p L J Y o -, rW 0 Q ,.,ZN l7W J N Z z }} .L� En(ZJW WO N O � 0. 0 a oC N Q H J I-EEl m Z J Z 0 OTOl„B Y uj LL �U U� w a.4 QUD O Lu G.C3 Y [V Z Ln CL W W v a L7 N c� wc V J \ w z w m O V0.1 C] EnZEn ' 0 F� t-� B �twn -Z w �p w Q w 0 ce O ~OQ CY W X 0Lu W W W�j O � a2P W ' t C{1]1 W �w a} aC] _cN %D `.' 7 g {L� Q Q�m W VU�) .., O� oo�� aZ _ •i CA o y`L7 ^v` �"�Og �i Lb tY CL(nM � Z, or 0 W vua N J .o � "'Z W O ~w O Z JY N ❑ J w a 0. z z �o �U - Wr oX a� UU w gu'no o� �Q QoG� om as Sao W ���Jo: 3aN Ma 0 Lu a d W 0 w W a d V W Z� �LL f w g Q OF 3 ' N� GW o W 6wWaa a �a 0 0 > 5 FZ , i � cc 8 ena En aEu U -4 ItU c.fU 0 lZ z o N o 0 0 WE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT � nsE� AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE in t-n �Z ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT WAsly THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT SERVICE CONNECTION I p 21�3 0 KENNT 1" SERVICE Q, ,F01 TERM V� DESIGNED DMF` �NAL ENG\� DRAWN BB SCALE NDfFE STANDARD WAN -A CHECKED DATE 3-1 0 ENGINEER APPROVED o -N-d-dV OZ—£ Xvo (UNo3N0 N� �d NV1d O NO WUNVIS, 08 NA1VM0 r '�-3iVJS woaaw'________M_�a___,03N91530 C� slsl����`�od _ 1lndA V 3AIVA mnnm/w NOULYNismoo .LN3�1 1N3PI1wvd3G ONIH33NION3 Z y rLNHX 3o AlLio O�0Y�,�/ P \ z s w '1S3nb3d NOdn(33NIV190 39 AVW AdO:)V'1N3>1 d0 km 3h1 G LL}r�/SdM 1V 311A NO 1d3N SI N01J.VJI gnd'dOA 03AObddV 0NV b33NIEJN3 (7d,3�,�5 v v w r AlI�3H1 A9 03NDIS lVNIEUO 3H1'31V�I1df10 DINO'dl0313 NV 1f191N@wn:)o0 JNRI33NIEJN31V931 V lON SI NVId SIHl:31ON g r; Q D n v vm r v� 00� rn 7o o -0 x w 0 O O O lz 10 00-0 3 4,Z D rn O ,'a O O r-0 ;00z� 0� ic xvA00 CZ Fa D In C rnzOrCn Esq rn r^00 � 7a G7 _ 'n n p rn p x n G) m a n A m 'o � C z r)Jz" d y a ax vp m y no�� 0 m a a r� ZN� � w � -03 s• 'P II roO,z �z 6moz D �3 o D --i U) -.1 m -I "v. n 0 o� cn mmtn> m� OrnO tncn N mz 2p A--I rnGz1 p30 ml-1zZo �� > C rnz m a xr- qG) m Tf z rn CA mO m N m rn mGAicoOmrn mw� m ? �/ 00 AG)�a z PX0 G7 EACpp nrCoD rn Via.' e. . " e. ' O l'] A Z 00 -ai a oo 00 N N a X m z O z C) m N �. r N rn N m z 4r� m O z N C) O O o 70 ry - m rn� m.o cn rn 0 n D m D I 4"MIN. 18" tOo Z p z D z .D. rr--' m 0 tCn O vA I '' M r C in C� ZZ Z 0 N n n m z rn Z Gl z rn N q1 En Lnn rn Om , . .�. En m 0 rn0 0 O 1 A D A 0m �r^ n , �n - 0Ln En r m y Z T _ T p n C 3 O C r N O z xz0 Mr- z -A m O _ N O m0 A 3 y p = r 3 v = N r z 3 Lnn �D vcn 7 z 0 Wn y p w z 3 m p n w M z - m O In ? x Vzi x p z n h D .-p C fmnC y 2 2 �: =x`WtntnN O D h �� n O 0 > r 000mvvin 3 r rn � � Z m 51, DDz °zm SDm Z M 2 z0 00 2 m <T -I �r �ZZ D m r-z C rn O X 2 200m m , r-- rn m A z o A v w O rd z rd W s n A m n 0 * tn in 7C O C O N T .1 NOTES: 1. MECHANICAL JOINT LONG SLEEVES SHALL BE HEAVY DUTY CAST DUCTILE IRON,HAVE END AND SIDE GASKETS. 2. LONG TAPPING SLEEVE&VALVE ASSEMBLY TO BE PRE-APPROVED BY THE ENGINEER, PRESSURE TESTING SHALL BE APPROVED BY CONSTRUCTION INSPECTOR PRIOR TO TAPPING, FOLLOW AWWA REQUIREMENTS FOR DISINFECTION OF TAPPING SLEEVES(AWWA STD.C651) 3. WET TAPS SHALL NOT BE ALLOWED ON SAME SIZE OR SMALLER MAINS. CONCRETE CONCRETE -J BLOCKING BLOCKING a 4 0 O --� e4 O O a a O O 'e O a . i d a .a EXISTING WATER MAIN a as PLAN SLEEVE ELEVATION HEAVY DUTY CAST DUCTILE IRON TAPPING TEE CONCRETE CONCRETE BLOCKING BLOCKING ,_ be a.d O O J d (0) 0 ®E V- 4 _ e O 0 O O a •a � a G e a . J PLAN DUCTILE IRON TAPPING TEE ELEVATION NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 5 pSE AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT �� pF WAsH�N 4. THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. 0 CITY OF KENT ENGINEERING DEPARTMENT �` KE O T TAPPING SLEEVE AND -o 21493 a WA.eIN.T.. VALVE ASSEMBLIES cI R N D�F �E� � DRAW Be ` pNAL w SCALE NONE STANDARD PLAN ' CHECKED I DATE aMMR 3-21 APPROVED J J J J _I FOR FURTHER INFORMATION ON STOCKPILING MATERIAL SEE SECTION 2.3.E J 24' AX HEIGHT BURY SHEETING 1 p'MAC SPACING INTO EXISTING SOIL -, MINIMUM 4"X4"TRENCH BFTVyF� TIRES,SANDBAGS, OR EQUILVALENT NPLASrICSy MAY BE USED TO WEIGHT PLASTIC ��S MAX SPACING SHALL BE 10' CLEAR PLASTIC SHEETING BURY SHEETING SHALL HAVE A MINIMUM THICKNESS INTO EXISTING SOIL OF 6 MIL. MINIMUM 4"X411 TRENCH GENERAL NOTES: 1.PLASTIC SHEETING SHALL MEET THE REQUIREMENTS OF WSDOT STANDARD SPECIFICATIONS 9-14.5. 2.MAXIMUM PERMITTED SLOPE SHALL BE 2H:1V. 3,SEAMS BETWEEN SHEETS MUST OVERLAP A MINIMUM OF 12"AND BE ' WEIGHTED OR TAPED. 4.TEMPORARY STOCKPILES SHALL NOT BLOCK THE SIGHT DISTANCES OF ANY INTERSECTION OR DRIVEWAY. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT pSEp AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE S `I ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT WASy THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. p �4� `o O CITY OF KENT �r tii Z ENOINE6RIN0 DEPARTMENT r-1-r -3 tzl ��K E N TEMPORARY STOCKPILING 21493 Q Q7 wAf"IN OTOM k, F�/ST�R� �� F ANAL F DESfGNED SCALE NONE STANDARD PLAN J a/ N DRAWN. TJH CHECKED DATE 5--35 APPROVED G�7u+crn � I J 12" 6" 91. 10" Lu 2 1/2" 5" 2 1/2" ✓� ti~\ i r EPDXY J ADHESIVE 7�,o FOR FRESH ' CONCRETE Lu COMBINED CURB AND GUTTER EXTRUDED CURB FULL DEPTH BOND BREAK MATERIAL: 18 COMBINED CURB AND GUTTER 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL N 2 3 1/2" 5'-0"HAND TROWELED 1,5"/a TAPER SECTION 1%MIN,- — — 2%MAX.- d a. 6' ROLLED CURB C SIDEWALK 4" 12" MAINTAIN EDGE 24" OF CONCRETE CURB—'e, ROLLED CURB CURB TRANSITION MAINTAIN VERTICAL BETWEEN GUTTER AND CURB LIP *1/2"OR**1" StOpF,1 %D •! Y� n 12" 6" 12" 6" -' ADA RAMP DRIVEWAY NOTES: r. NOTE: 1. CONCRETE CLASS 3000. TYPICAL,UNLESS WITHIN DRIVEWAY SECTION,SEE ' ;''•, + FACE OF CURB SHALL DRIVEWAY STANDARD PLANS. NOT EXTEND BEYOND THE FACE OF 2. ROLLED CURB MAY ONLY BE USED WITHIN A CUL-DE-SAC. j4 GUARDRAIL TOWARD THE TRAFFIC LANE 3. IN ROADWAY SECTIONS WITH SUPER ELEVATION,THE GUTTER PAN WILL MATCH THE B„ ADJACENT PAVEMENT SLOPE. -� 11 2" 4, DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. a4 M VARIES S. FORMS SHALL BE STEEL UNLESS OTHERWISE APPROVED. FORMS SHALL BE SET TRUE TO LINE AND GRADE AND SECURELY STAKED PRIOR TO CONCRETE PLACEMENT. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT {' .RE AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE Y ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT PAVEMENT +/ OF 'tAslrf��r THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. EXTRUDED CURB UNDER GUARDRAIL CITY a N ERIN DEPAIMMENT NT Z �� KENT CEMENT CONCRETE A 'd `f 38256 W­NIMOTON CURBS T � SW DESIGNED COXL� 1r DRAwN SPS SCALE NONE STANDARD PLAN s`SrONAL �' CHECKED__0 DATE - 3M 6_3 Z I APPROVED [NO,NERi V i i r �+ mNaa a3noaddv 53anlOnblS 3ltl�S woo sag03NMVda tO 'IVNOjss,� �0 S30IS aflOd NO 313a0N00 NI Wd aNvewl4 - — —a3N9IS34 •-. 030039W3 39 AVW SaV9 9NIOa0dNI321 3ldY4VX3 .—NIH—M �� 96zgc d' dpa 'S3annna1S 0Nnodv SINIOC lN(or NIVM3aIS (INV 8ano .LN3� NOISNVdX9 01311I1VNa31lV SV 'S z iN3PlltlWd3G ON1833N1ON3 w UJ $1NIOC Z,L�IHX 30 J LIO °�� _ yay ' NOISNVdX3 3HI 01IV)il 03Wa31NI 'IS3n03a NOdn 03NIVI90 39 AVW Ad00 V'IN3X d0 AIIO 3HI f MJ 0 3 avw 39- HS NV 1V I J 319 0IS NI F�'6Ai 3 S, 30VW 39 IIVHS 0NV HSINId 313a0N00 IV 3lId NO ld3M SI NOLLvoriend'dW 03AOaddV ONV a33NI9N3 � 3� O1NI 03100139 IIVHS H1d30 3H1 A9 09N91S'IVNI9Ia0 3H1'31VOIldna 01NOU3313 NV WS%SZ X 30IM MT d0 9Ni1SISN00 1n91N3Wn000 9NI1133N19N31V991 V lON Sl NVId SIHI!310N SINIOC lOaINOJ/NOInValNOJ 'V r 'dlbiS 9N11NVId A9 03IVWd3S 'S9NIM kVM9AIdo a0 SdWVd V0V 30 a0 9ano Ol1N3JVC0V SI AIVM30IS a3HAHM 9an0 3HI NI SINIOC SUMS 3H1 NIHIIM 03OV1d 39 ION IIVHS S30NVN31anddV 3HI 14O1VW 01 SV OS 031VO01 39 IIVHS XIVM901S NI SiNIOf NOISNVdX3 '£ HOnS 'XIVM30IS 9NIONnows 3Hi d0 30Va9 - 3H19NIHOlVW 30VdanS INVISIS3a-dllS V 30nlONI 1SnW '035n 39 AVW H1d30 lln3 01 do ONV HJIHI„Z/T 01 do MIS 0301OW3ad S1IWCl NIVM30IS 3HI NIHIIM S30NVN31anddV d3H10 V'EMMOd-dllS AS 03JVld 3aV SAI M30IS a0/ONV SUM NUM 0NV S1lnVA 919VJ'S3X09 NOLLONni'MAA00 SS3JOV 'L 'SAINI 39VNI"(I d0 S30IS IV 0NV S1VAa31NI 100d Si d0 WnWIN1W V IV SNIVM30IS ONV 59an0 NI 030V1d 99 11VHS lVIa31VW 1NIOf 'N1VM30IS IN30VCOV 0301OW3ad dO H1daa-nnj X„9/E d0 9NLLSISNOO 1NIOf NOISNVdX3 NV 'Z r- 3H10NV 9903 03NDMU a0 9af10 3HI N93M139 (33:)VId 39 lIVHS H1d30llnd IVIa31VW 1NIOC AV3119 '(1,660 WISV)£EW OlH5VV ` ON09 30 9NIISISNOO INIOC NOISNVdX3 NV NOIlOna15N00 d0 S1N3W3aIna3a 3HI 01 W'dOANOJ IIVHS 100M 1NIOC'SV3aV anOd 3MVd3S NO'1001 Mum Sniavd hb/T 03AVd NI S3af1LOnMiS aO SIIVM 9NOIV 0NV S9NUSV0 kumn ONV HEM(13Wa0d 99 IIVHS NOII:)fIUSN0O anOd 1tla931N1 'S1SOd'S3lOd-S1NVa0AH RId ONnOaV 030V1d 99 lIVHS IVIa3IVW INIOC NO XlVM30IS 1N30VC0V 0NV 9ana N93M139 30VHa31N1 '9 0301OW3ad d0 Hid30llnA X„8/E 30 9NIISISNOJ IN[Of NOISNVdX]NV 'i :S31ON V-V NOI109S lVna3 03AOaddV a0 MISVId IIW 9'113d 9NId00a 9I o£ XlVM30IS XOIHI„b :1V1a31VW XV3a9 ONO9 H1d30 Ilnd .- 1NIOC IOUNODMOLL)VIUNOJ ----- INIOCNO1SNVdX3 1NIOC XV3a9 ON09 ^^� d _ _ _ b :ON9931 ('d U)1NlOC IOa1N0WNOLMUNOD ('NIW,,i)H1430 WS%SZ X 301M„V/T SIN3W31dina3a 31Va9 90 IVNOLLI00V a0d S NOLL03S NVId OaVONVIS IN3H 335 ('dAl)1NIOC NOISNVdX3 e8/f SO ('dAI)1NIOC ?!�; IOUNO0/N0I13VIRN0Z ('NIW uT)Hid30 9V1S%SZ X 30IM„b/i I AVM3AIa0 a0 r I dWVa 9anD I r NAD DV3anS 9NINdVeA r 319V1O3130 V0V H10IM llnd 93 ltlnb3 03AOaddV a0:)IISVId IIW 9'113d 9NId00a 91 0£ lVIa3IVW XV3a9 ON09 HIM II r r I [+[� a3ARNddV r W 7 i—9 - 311W ar QdN�3H� S ZyH01 T-E 11t/130 oatlaNV151N3X 33S'1NIOC sds NMvaa ��� SS.� NOISNVdX3 3Sn 1V1131VI ssad 0V Wd aNVUNVIS MON �tl�s --a3Naisaa ,LSl, Wp 13NVd 30IM.E 1131N30'1VN31Vi SAW 10211N0a/N0I13b211N00 9SZB£ 1N d' gyp. VNOAH S3SSOn XlVM3aIS 3213HM 'L 1N3 4Nd NOISNVdX3 °i°5'i 3811tlH5 `Z CZ a(1"9 SSONJ XIVM30IS N9IS30 '9 1N3YUHVd30 ON1833NION3 W p .! y .L.l ax 30 AMIO I � '13SJAO ION(INV a3H10 'I.SMnbMN NOdn a3MIV190 39 AVW Ad00 V'1N3X j0 kU:)3Hl �f �l 'ECM 3p H0V3 H11M 03N9I1V 38 11VHS S821nJ r 1V TIM NO Id3>1 Sl NOJ1V0119nd IdOd a3AO)JddV(INV NM3NI9N3 � �5 aNV SN1VM30IS NI S1NlOf NOISNVdX3 'S 3H1 AB 09N91S'IV Eno 3H1'31V011dna 01NON10319 NV ins iN3WnJ0a 9NI 9Nl9N3IV991 V ION SI NVId SIHl:310N 3131iJN0J 9NIlInOd 3210j39 a3l1lnb311 NOI103dSN1 3avm9-9ns aNV W)JOJ 'b 'S9NIM AVM3MI21a S1NIOd 919NV 11V ONV SNdnJ3d 9MnJ lltl 1V'1'd V'J'd W SdWVl1 VOtl j0 S3d(lS 3H1 WHIM 033Vld IV)nVM3alS(INV dgun9 v am NI a3llViSNI 99llVHS SINIOC NOISNVd)G '£ 30 ION IIVHS S3JNVN3landdV HOns 'mim3aIS 9NIONnOlnlns 3Hl j0 3OM 3H19NIHJIVW '9NIOWS S 1V 'BdIS x8110j d330 J'9VlS,19110j d33a„S'T'MS.,b NOj � 3JVjllns AVISIS3ll-dTIS V 30MDNI ISnW SIMI d33a„T!H1d3O 9V1S%SZ A9 30IM,Ib/T 99 INNS 1NIOI 10111NO3/NOLL:)WINOJ 'Z NIVM3a1S 3H1 NIHIIM S30NVN3idnddV 119H10(INV S11nVA 319V0'S3XO9 NOLL)NnC'Sd1 w ss3J0tl '8 It,)11,0-6 NOI103S NOIMIJIJ3dS'a1S lOaSM HIIM 33NVWHOAN03 NI 39 llVHS 1VR131tlW 1NIOC JI1113W0ISVl3'9NI3VdS'J'0 AT r NOU33S SSOl1J AVM3AM(I IV 030 ld 39 IIVHS 0NV Hid30 IYU X x8/£39 01lVM3lVW INIOC NOISNVdX3 'SAVM3AIl101V1J213WWOJ ilOA 11311n9 :S310N T 31ON 13NV NOl1dV 31310NOJ 1NDW30 COMOANIId„8 33S'lVIll31VW 'SAVM3AR10lVUN3aIS3ll'doi 11311n9 ` 1NIOC NOISNVdX9 aNV NOl1dV AVM3AIaa 9131i0N001AJ3W30„9 NOL1.03S SSOl10 XlVM3ais aNV)J311119 unJ H1d3O llnj X„8/£ 3S21nOJ d01 9Ni:)vAdns a3 HsnaJ eZ K-8 NOIlV0JJIJ3dS'a15 100SM 113d 31310NOJ b ` XlVM3(31S HSINIA A 33NIHS kVM3AIda %S'T ltlnb3(13AO*dddV 110 3USVld 11W 9'll3d 9NUO0l1 81 OE - -NOLL03)lIa 13AV111 NVIl11S3a3d :1Vi2131tlW)lV3119 ON08 Hid3a llrW 1NIOC IOUNOJ/NOLL:)"iNOJ 1NIOC NOISNVdX3 r u8u lItl1M0 'A.TVI30 Z 31ON 33S'J'O,S'1NI01 T 31ON 33S 70 ST '1tlR131VW IOUNOJ/NOIlJtllJWO xZ iN101 NOISNVdX3 Rwia llnj X.8/£ J b b HSINIJ 3NIHS HSINIA 3NIHS Ilz �+—Al 'XVW,ST 'Hid3O xb/T S1131i31 HJIH x£ '81111J 01 UVlnJI0N3dl 9d S3SSOl1J 113M3S \ 3aIs 3113HM on:)jO 3Jtlj dWV1S „tl„IIV130 33S('dAi) I `NOI1Jn211SNOJ H3M3S M3N'dOJ 1NIOC NOISNVdX3 SS \ 113lln9 aNV G'drO �- \\\ �G,,l[tl130 33S 'dAl)i N10( IONiNOJ/NOI1Jtl211NOJ (a, 321 N3HM} \ dIlIIS 1d31NVld A,1IV13a 33S ` N,ki)1N10f \ \ S3RlVA HAIM NOISNVdX3 \\ \\ \ HIVM30IS HSINIA HSINIA 3NIHS„Z 3NIHS ob xtlx 1IV13(1 33S S S 5 (' W 1NIOC ('dAl)13Ani NVIl11S303d Ol NO1SNVdX3 r )jm:)I0N3d'd3d HSINIA 03WO0119 XVW 1ST i r 03AOHddV 31V0 O3NO3H0 r 3lVOS NMVHO NVId OHVONViS 3NON HMO 03NDIS30 HOVOHddV AVMMIN ■OlOM,MQYq �\��� �� 0 .)✓ ` 313HONOO MM30 IVIOUMV400 J.N33I,mmwoe ¢si•tt ANNUMVa130 ONIV33NION3 G_] +a NOLUAS 33S'Sa3A3nNVW ONINsnl LLmax ` o XLLIO E-+ _ F—' 910IH3A N9IS3O 9H1 A9 O3NIWa913O '1S3nb3a NOdn(13NIV190 99 AVW AdOO V'1N3x 40 Ul:)3Hl xo A 3aV HlOIM AtlM3AIaO 0NV 1V RIM NO 1d3X St NOLLVOIl9nd a0d O3AOaddV 0NV'd33NI9N3 p�, ��,1, y ��y �H1QIM HJV02iddtl AVM3AINa 3Hl 'E 3H1AS 03N9IS'IVNI9Ia0 3H1'31VOIldnO OINUID;I19 NV ;'ySVM �� 'S9dOIS AVM3AIW Ing lN3Wnz)00 9NIa33NI9N3IV931 V ION SI NVId SIH1:310N rgso%, a0d 96-9 NVld QVONV1S 39S 'Z (b)T310-6 r 'SS31 SI a3A3HJIHM'3NI1 AVM-d0-1H9Ia NOLL03S'SNOLLVOL3[OUS aWONViS _ 3H10NIH99,Oil a0 39VEV9 3H101 NIVM30IS IOOSM Ol 30NVWa03N00 NI 39 3H1 d0)1OV9 3H1 WOad 03AVd 39 IIVHS SAVM3AIW 'SS IIVHS IVIa31VW lNIO[OI83WOlSVl3 '9NI0Vds WnWIXVW,ST lV ' '%S'T 99 IIVHS 90*0 SSOID)IIVM9OIS N9IS90 'b GOVId 39 IIVHS S1NI01 NOISNVdX3 O ` :S31ON V-V NOI103S AVM HDV3„ZT lV SaV9 b# IVI1131VW NOISNVdX3 (141d30'NIW„b) X/£HEM lNIOI NOISNVdX3 3SanO7 d019NI0VdanS 03HSna0 CdAl)aV310„T r„9 „8� —y (S3IaVA) 'XVW%Z S3dOIS AVM3AIaO NOLLISNVal 'NIW%T ao3 Sb-9 NVId(IWONV1S 33S SaV9 b#-Z dAi r,Z/T r IVOIdAl'dV31J at, I *S3IaVA *S;MVA r r SNOUV0IAISSVIO AVMOVOH aid SNOISN3WIO* (dam �bes��M44" N M. ypy'?�s �JI�p�JjHB r. v S�itol�� 4 S Jb 4 oyys S�Ip��ll7 'ydp �'b9 ,OF S dl 4)y�svls r plM�b�4o oil b' d p b�0ly� AdS * - 09 N1�V0 T�,bNb W r J ATTACH SIGNS 30"AND UNDER WITH 2 DRIVE RIVETS,SEE NOTE 5 ATTACH SIGNS 36"AND OVER WITH CORNER BOLTS,SEE NOTE 6 SEE NOTES 9 AND 10 ! SS 0.030 BAND-IT BRACKET <i OR APPROVED EQUAL 0 SIGN POST SQUARE 2"x 2", 0 14 GAGE,ALL HOLES 0 PRE-PUNCHED 0 0 o 3" � CORNER BOLT, 0 SEE NOTE 6 0 FINISHED GRADE X: 0 5/1611 X 1"SS 0 BOLTS WITH 0 SS WASHERS 0 o 0 :+—SET FOUNDATION ON 0 UNDISTURBED NATIVc.SOIL 0 OR COMPACTED MATERIAL ° SET ANCHOR PLUMB AND 3N ° TRUE,SEE NOTE 3 0 0 CONCRETE BASE SHALL BE MOUNTING ON STREET LIGHT 0 POURED IN PLACE AROUND STANDARD OR SIGNAL POLE 0 ANCHOR WHILE PREVENTING CONCRETE FROM ENTERING 6" THE ANCHOR NOTES: 1. METAL POSTS SHALL BE TELESPAR POST STEEL PIPE TYPE,OR 5. DRIVE RIVETS TO BE TL3806 3/8"DIAMETER APPROVED EQUIVALENT. 6. CORNER BOLTS TO BE TL070M.]AMNUTS TL062 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; J GALVANIZED MATERIAL TO MEET ASTM A500 GRADE B,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. J NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT S�oF ONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 1IYA ENGINEER RAN AND FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT KENT SIGN POST INSTALLATION 382966Q WAONINOTON TYPE A 0,6 is �j��S DEStCNED C `S`5'lONAL DRAWN COK SCALE NONE STANDARD PLAN CHECKED DATE 26.07.2915 C—Q r�Q►I APPROVED ENGWEp1 V VL M J EDGE OF VARIES TURNOUT 6"TO 12" @ FACE OF CURB VARIES 6"TO 12" ' z WOOD OR STEEL POST 0.17'MAX. STEEL z (STEEL POST SHOWN) TUBE N pp � H I N CURB ANTI-TWIST PLATE,SEE / -A WSDOT STANDARD ANTI-TWIST PLATE, SDOT PLANS H-70.10-00(TYP) SEE STANDARD PLANS TYPE 1 (STEEL POST OPTION) TYPE 1 INSTALLED BEHIND CURB EDGE OF TURNOUT VARIES BACK OF 6"TO 12" SIDEWALK VARIES 6"TO 12" J 4"x 4" MAX. z WOOD OR STEEL POST v .°Dv. WOOD POST (STEEL POST SHOWN) av Fj� ,SIDEWALKT ANTI-TWIST PLATE, \ SEE WSDOT STANDARD PLANS J TYPE 1(WOOD POST OPTION) TYPE 1 INSTALLED BEHIND SIDEWALK S GSEP NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �� of WASy�N AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT O w THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. NOTE: y CITY OF KENT ENGINEERING DEPARTMENT 1. ALL LOCATIONS TO BE APPROVED .off RF 21493 �� MAILBOX INSTALLATION BY THE POSTMASTER. D,� GwreR KENT TYPE 1 AND 2 FS G\2. SEE WSDOT STANDARD PLANS WAsNIMO,ON SHEET I OF 2�NAI �N H-70.10-00 AND H-70.20-00 FOR DESIGNED DRAWN 89 SCALE NONE STANDARD PLAN ' DETAILS. CHECKED DATE - 6_70 APPROM aGIMIR k t ..J J 0 �—SEE WSDOT STANDARD PLAN H-70.20-00 FOR TUBE CONNECTION TWO 5/16"X 4 1/2"BOLTS 2"O.D., 14 GAGE TUBE DIRECTION WITH TWO FLAT WASHERS OF T�RAFFIC AND ONE LOCKNUT ' POST MOUNTING SOCKET w _I _� fV ANGLE LEG a FRONT VIEW SIDE VIEW TYPE 2 (MULTIPLE BOX INSTALLATION) NOTES: 1, SEE STANDARD PLAN 6-40 FOR SIDEWALK REQUIREMENTS, ' 2, SEE WSDOT STANDARD PLAN H-70.20-00 FOR DETAILS. 2'-7" 5'-0" o 0 0 0 MIN.CLEAR WIDTH _ 0 0 0 0 — 0 0 0 0 MOUNT ON PEDESTAL 1'-411 — PROVIDED WITH ANCHOR BOLT PATTERN PER ftN.D.C,B,U,UNIT N.D.C.B.U. PEDESTAL TEMPLATE 6" PLANTING STRIP EXPANSION JOINT WIDTH 0' _I EXPANSION JOINT TO VARIABLE '.°•a ° � EXPANSION JOINT a ° a . .d ° d ° e d o a 2 VERTICAL CURB 4 1'-6" d . -' FRONT VIEW 2 -• TYPE N,D.C.B.U.INSTALLATION (NEIGHBORHOOD DELIVERY AND COLLECTION BOX UNIT) SIDE VIEW NOTES: 1C)SEP�7 NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT o� WASy �.q AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 1 1. THE POSTMASTER OR DESIGNATED of W ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT SERVING POST OFFICE WILL DESIGNATE O o O THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. THE LOCATION AND MANNER OF ' " _ 7- `o GROUPING OF MAIL BOXES. 3 CITY OF KENT tzj ENGINEERING DEPARTMENT 2�INSTALLATION OF N.D.C.B.U. AT'O p 21493 � �'� • MAILBOX INSTALLATION (INCLUDING CONSTRUCTION OF BASE) �` �� �• KENT TYPE 1 AND 2 WILL BE DONE BY U.S.POSTAL SERVICE, F` ANAL ENG\ WAGMINOTON SHEET 2 OF 2 DESIGNEO, D,ft — SCALE NONE STANDARD PLAN 3. SEE STANDARD PLAN 6-34 FOR CURB DRAWN 00 AND SIDEWALK JOINTS, CHECKED DATE - 6-70 APPROVED A z w »ma mc�°Co Qa �, Ja i F-Z is Otic _ �W ;0 Q0 � WWOU 1ZCL r p ~ X O a �Mna�Mp D H= 0e °•--1O m JE 2c C gm°�g '�g�U Nm��b~ OL xW CL O LE. p ZJD w �1On-UZO� ALL N&Z � Z" u. QZ 600ZQjmVp7 �aUlal� Ed aZO �z WOwg m XO�2 6WZO O Q w 0 en t—u 'O Q 12 1 22 n Q x 7 ` LC (7 U OZ CW W w00 '-p mW ZV? Wu 0 a. M o g� "'oSo oOp -o w u< oWp.ujom a ooLZ NvWa� zoNL , maO Z Z �iZ ' Z mQa G 0 O Lu Zo � ? HUZ V1 W = En Z UHtQpa. a �umt�� F- aaZ W _ x X LL p X a J �rn = O w w O w�N �U, U' Z w °Cg3: WQ zW 0� w U W O v w Lou.�i OM C�7 W&a 9N Wcop i ui �3 Qcz Luw OC7� s� N �W O �ai-i O `O 'v i- s a O� ; 'X11W I$B Y {0.. � 'NIW ,9 N 11 O lA Z N m z z x Q U w f O > O aaaoa 0 °` aeaa aaa z ,n ao W 1- p a in N LZuO u- w w �. a a DO Z Q Z Lu g W 9 W W� o ul Q >auj 0- z p J w Q ~ L) S pSEP�I NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT WAS/y 4.p AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE -A �, ,�� c �O ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT y� z THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT Cif ENGINEERING DEPARTMENT 400� Io'P F PSG GISTS ��� �� W�.HIM eoml STANDARD JUNCTION BOX oc rsTE� ��c, KENT TYPES 1 & 2 SS7pNAL ENI SHEET I GF I DESIGNED DWH SCALE NONE. _ STANDARD PLAN DRAWN He CHECKED DATE _ C 9 3 E7(MNEER V APPROY£D SYSTEM IDENTIFICATION DETAIL fl"(TYRE L- ±1 f- I TS-T J 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 Y BOX TYPE a ITEM TYPE 1 TYPE 2 A OUTSIDE LENGTH OF JUNCTION BOX 22" 33" B OUTSIDE WIDTH OF JUNCTION BOX 17" 22 1 2" -J C INSIDE LENGTH OF JUNCTION BOX 18"-19" 29"-30" D INSIDE WIDTH OF JUNCTION BOX 13"-14° 18 1/2" 19 1 2" E I LID LENGTH 1 17 5 8" 28 5 8" FI LID WIDTH 1 12 5 8" 18 1 8" CAPACITY-CONDUIT DIAMETER 1 6" 12° .J JUNCTION BOX TABLE FOR SHEET 1 _J _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 OF KENT ENOINCIERING OEPARTMQHT STANDARD JUNCTION BOX KENT TYPES 1 & 2 Y/A�"IIIOTOM SHEET 2 OF 2 DESIGNED DWH SCALE NONE STANDARD PLAN DRAWN CHECKED DATE - I O,EM 6-93 APPROVED I WSDOT STANDARD PLAINS J 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 ry F-40.15-02 Perpendicular Curb Ramp F-40.16-02 Single Direction Curb Ramp F-45.10-01 Detectable Warning Surface FENCE AND GLARE SCREEN L-20.10-03; Type 4 (4' high, black, vinyl coated chain link, no slats with a top rail) (2 sheets) James St I m provements/Ha I lock & Kuehne A - 2 February 18, 2016 Project Numbers: 15-3001 & 06-3016 a O T FF M O < $ E RY b8o�,y W T sh p Ks l .Sda z { J n �j ,V � ! �� x b a o A a fir` o`h 06 M K Sri � Q a P�YMQB PaQQO \; O $ 66� a a A w Xxl 140 P uj W � 9 rz• P' cde PIC IL .9 Ol.tt O Q, WOUd 831HVA n_ ro ..1 1}1�1 l oz q9: C t 1�11 IEd vH tu w O II�'IF b W u $> LL V a £ 0 g b O a E6 LL d W Va .9 U O U1 LL, $tt d �TI- 5 u�. cc -..I 0 it U)O �Q P•• Ya�{ N W K Cu75o W m w 0 0 d uul d . : J •;.� Z 1- W C� U P ZZ 00 Sa CO llaaan Na3d :l.9 NMVUO uawaiaxnmxuu�.�..mr rwn� O A taxnn�uam waerwirru O � wuarnw.•�rra�ae�arwaviaa.a�aau Q k .roam axmow urruww•xmnvrvuu um.vmawwaaa.onraevaarunu vox a m O O ` t6 pd�yd tk F 'o x� c„ a a a tk LL a 0 8 4 8 z A, 10 U 02 --- z .9 .L .Z 'r i vx h� k-z" bUl " - --- U ik, N .Z .7. -J .B J J .l .Z d -- oe 10 W a yc ra - b W s kg a _a SWIM IIIB:A9 WAYHO l J J 4 N C6 1 o � G z�N§ Fi :wl T.1 41 In In .•ri �, i d G J -1 S � and I O Ei ..---- .------. z _ ace I ......... w i o .._--.........._._..._.......... z .a1 z1 J SHM138 1118-A8 WAVUO N i � N o� O o till beet' 9 o d p F s e LL ...._........___..._..................................................................... he fr 5 {w{( d ---------------------------- q w H C0. F W ......................._......................... ........................... Q Y u G O -. V .e Rap yW W m O° co Ix O N n Re a52 g3 � g��o -i £ F a tv [v tr b S� 6o fc L. `�v� `�o� n $g o- 4 V mm m IF �n p ? h R to F io m O F F F F F F F F R N a O N G Offs N R} d e J ........................._....._................................._ V J m ------------------------- -------------------------- H �¢S J Q C J - alQu3e life M W MI Iky Y'v z 'M um, �) b CM 0 �11 001 C sa L LU ce J—q u UJ z 4 (9z gg 3 qb ¢� mw T u 4 u lu J'o w w ME U4 LU 'o 6S E Z ui �50 ' 0 cn I'l LJ 17 z z- 30 oa 9 0 L) "Z z I z uj uj (7j fe B tLL 52 cz, 14 MWAO VS11 :Ao NMV'dcj 1 Ga CL rL z 0�12 E is r :52 UZ �W-. 0 0 p g jh E 9.J, Z5. 0 0 2 4!G 2 C. a ll� w 0. Ta z .Us 0 CEL 72i c m 42- 0I., m CL p z Vd 0 12 — co 0 E A S _p E m E 43 .0 � 1,21 R L9 0 -e L 04 C6 �i I 4 cn ll cn > m w z LLJ 'w 0 Z- Lu RI L9 70,LR uj kw V) 10, Si u —'0, 'o x UJ $,a Z<am om Fig WY z CL z V jil� LIJ z 0-9 NVA u w LU CL z, z aro 0 L) LU In tL w e w 113COJI NOJ �AS WAVkl(l c 1111DY1N1®IYiy:�w�oor wJnra (�] _3 d, � ��e a�nanuaunnr nrwaw.+Jw�rnr � P'! � t-` D. � c$Z .ormvsa�rr vw�os.wvwlom.vaw �.� o� a� �m'+Irnwaa allovvmwuorv.rsir `� � m n v 1�`° O1 C E�� soru�aram+wimnnav�ruau mw ! �3 N �c raa o�iA gig ¢RRY UBg� a F r g� a w O oV m0 — v 3 2 4� of�y �� IL J E m �av c �• 'c „d, '�' Z N I _—� 0 �N Z U H U �� W t �. O O O Z m ILUl LLLL Q E{c a a 81 a E at � oh i w 1 dAM 8 Q� ' a a`w cog uz°� EM, f� g9 om bra v! c c c a� obo v w A43 �m .ay• Um E�awa �c W �7JW1JJ Iww MW >L• �xQ"O U '! A EE C M 0 Z yJW ltlW 1�0j 0W V'pp 35 �V(A aw ON C, W C O S Y 0. K N w@ o ts � o W e 9� 9 N O m c J?m vQ - ivy E 0 N ,1 k i s � � ��a c Eu @m dvA s 7 $� a o �9 a y to m a �c v 6 Z O tll Q p A Ugg � c Lum ace 5 p o c N c3N10 `� 5 O 1 m ? N JO t` co y 1 2 36J to ¢' " `aYr�p&t �p 1 1 a SS a5 '1 O O CM t {Wj1`, OC1 Of }7 O 2Z 0� �daa9 pvra�z�cjj+�y �Q� (�� �� aLu 0 � dN EYE i 1 U a w 0 d g tCSu $ ma u15 S W N 6 ~ J z � G LL¢¢IN V' 4vJW O 6 H IL Ji a to m J a b ma Ow^ O QQ vWv�J U� ZN O �go 1e O �^ UW O�Z �Z� =�N KpWN 1Wy O Z .` Z NAL zo ic }}C W OL grz c3$ ¢¢ 1WJJ QN Q U OW O _J a ••J C7 Y2� ' z U R co t� G Y ._.. � •. 7gZ5 5 5,5,ffQQyy(( 1 z ca I J § N U11 O w ON r J imcm Nw3d 'AG wuaao u 3� z E' lly yu 2 CL Wl2 3 0 c Q C E E 0 Cti N A g A s i� 0 IX 0 p u a I 5, 14 z CnL to 0 0' Le)a CL L)g �� g 2 B .8 E R 4 6 j=. z S!, r M js o E L4 E IE C."9 IM--. 2 M -12 E 0 r iz P ON �5 > tE 89 to 0) r 0 CL Q z C14 of 'o (0 t, C6 0 LS :E 0 Z M Lo V) (L zw w C, P�z '9 iiju IM �j Wz I �1� ��' II H gl om z -0 UD M z 0 0 z -Z ct 4 z z u ag CL 0 D 'o A LU D 4 ou tu 0 06 !Z U� wo 0 z z p 67� 0 0 q z 01- L) V f z z IL tH 1 ku z � 0 w a IvIssodo 7q 0:9 �2 250� :3 u u 0 w jL 1�lul (0 z l ES P a OZ M 80 �4 1 (dA.0 w Z7, z 2z 9 0 u w .11 wnvne/ez�ns,wor aasuw� T N ° C � �ai $ u.rswonu.wia...Mau.r.0 Ia�oo aaawrvv.na.a�.nenmo�e.0 to .�oAn.,am.0 n ar emauu.v.er V' 3 _ « « m 1 y �1 uw»weroo+va lron a,., Ei A$ is $ d ��t n �� Cul" a CL S 41 63 m E o o CDM. Ml a a °r r°S v z Q I o = E s# K m_ a Y LU; uj Z r N 64 Vt 6 A m KN 0,,, W J p 4Yy� j Z I O� W �w � i_ , � 0 1 tvi°d tmw ll W UU t = =t W Z =j U. o '` 5 ° W' p WIN m H O t;,2 A.z Inc .I sli : : a z�w Z a w ii"ii €z NIWA-9 � mew g J ) Q t7 aN a O �WWUFI V 4. Y Y Z J w ><w Q R 4g Z OW S� 7(VW dt a; t/1 Q5W � NIW9 NIW9 O °ww � S m Int d iii �� � iiiS 10 h [7 W U = G O ° z I N m ° ° m fl� 3 LL uz � J Y uM m Ul " nW R. � L � p O p4 3 O OggY CF��N J T— —L z y RK: W L+I oWJ W � m �QZ LL �T OR � �p W I..�F1 .J �m� F' Itlw O ONN U G GqW Z IN a aamsv lfFf..f E 4dzo o � i g �=Q %1�a8all -W iiiii �W TC�rrr CC�W a LLN1 � ti([=a 1 p YI =ry 10 mM LL 8 A -1Om u A u m I I � I i=aaan Naas 'M►aAvao o a Iq o Cc3m : C m � fs.1 4 .a. c fu ^ W r z ry c�A w`off pQ o f U mad y� v L16 m a 1E€3t ou Rio Q� iY. � Fly ro$m� Ynv� am c II na c jy I n 3 � 5 W €gy m j � w� o P'P °�r �% �Z a $49s's m B �� MUs 4�I `'" a OaC N C U a _ F C RH OJr °W wUU _J y0 U0 1 F� a Z 1 w Fw (� 011, u u 1 =y K SN K ZQ A2 O z ZLU O S 19i z W O J z za12 �1� F xQW wOLD w.� a� c7 CL w _I 1 co W� I}pCL WJ R Y Ob 0W b O � w N •- �� a � ' � z tt w r 7a C) FC d w $ uL ¢ U < U � T 1 4CC1� NC1� 1 W a0" 1JiO18H owavil NAl) a" 1H013H OIHBdj AWkO UQ Uk .O uN O z a m a LL n a w _J �m m 11-- N LL o $ o w 0! a LLJ ...1 _ - - .. .___- .•�-_ p z Q Q w HEHOL31A A8100 IAB WAVHa J a ` 2 ! i � y ��» d\ Z� 2 §\7 _ Lao u ƒ \ U.§ ■ a2 At | � ® ` I " Zen2 § � \ , �� �� \ �■ § § �\2 | �22 �� � q§ � � ` . • | , § � ■ 0 t � — E§ 2 $§ 2 B§ 2§ &2 §§ a ¢§[ $$ ilk k§) — § B$ � )§ p K a a � ■ 2 & / |q -- ----- - r© \f _m,_=mw_ I TRAFFIC CONTROL PLANS a a J I James St I mprovements/Ha I lock & Kuehne A - 3 February 18, 2016 Project Numbers: 15-3001 & 06-3016 i I " go� n�j� "etl 88 I I 5 �Z �CNJ1� �� mZ CORill BB a$5 N OAV INO POOAA m _T -- •pa � ! " OLV lie Cn all sR ey e i rat i n f» r- g P S2 Lo Ip: e s I I I 11 W Di -N v m r r NBAy uW32f y _ -4 _ 13 N cn 3 If ' m I a> I ° u (n AL I ¢ } u °' F 1 A p r- o I I f Q = m m n ;u any eiouaI N O q m o I I 0 a3 co w N; o. Pi- 3 m N moD I I 3 `vo 71 N N m185 I ] toN: n gf n I 1 1 0 9ft o t - - m p —N OAV IOZOH z D c p < a v r I ---------- A f� M 00 �g W 1�2 LL 45 p ca /> 10 AI q w CL Flizpa 0wa N CA w 21 N Lanurv,Ave it 4� 21 L9 ri Tl LO E LO c4 Lo K is Pmspval Ave V a Is, 5 76 Ts M­ w nAve N w 0 z U) x x u r.L =3 ClarK Ave N 0 :3 <y 0 eo 16 =3 IF < LU L) 0 I u /1," - 0 L A' I I N�OhVlaz, E; PN two w m;r, r— ITS 0-8 9 C— �e cn k 1U 6h —41 �o OAV PiCAIV Ki- 0 Xk� Na OX 43' s mv puzu 9 1 No, W Ul Ul of 00 eo lit 09 m rn C) X 0 >3. 0 t C/) z a S 61 zi NEW WATER MAIN CONNECTION PROCEDURES J .J J J -J i James 5t I mprovements/Hal lock& Kuehne A - 4 February 18, 2016 Project Numbers: 15-3001 & 06-3016 PUBLIC WORKS OPERATIONS STANDARD OPERATING PROCEDURES J- 3.21 CONNECTION TO AN EXISTING WATER MAIN A physical separation between all untested and potentially, contaminated watermains (or main extensions) and the City's existing water system shall be maintained at all times unless the connection is protected by an approved City and WSDOH backflow device. See Standard Plan 3-2. A hydrant meter and an' approved backflow prevention device shall be used whenever drawing water from.the City`s water system. Hydrant meters and J backflow prevention devices may be obtained from the Public Works Operations Division, Water Section located at 5821 South 240th Street. The Contractor will be required to complete the billing forms for a Water Permit ' and making the required damage deposit. There will be a charge for ail water used In accordance with KCC 7.02.180 - Temporary Water Meters. Prior to the new watermain being dnstalied, the Contractor has the option of cutting In the connection tee on the existing watermain, or providing potable water from an eilsting hydrant or blowoff to provide a temporary water supply, If the contractor chooses the option of Installing a new connection- tee, the contractor shall install new resilient wedge valves on all sides of the tee, or otherwise as required by the Engineer. A mechanical Joint plug with a 2" minimum tap and proper blocking shall be Installed on the new Incoming mainline valve at the new tee with piping accessible to accommodate filling the new water main. 3.22 CUBING Foam cubes (pigs) shall be inserted into and pushed through the new water main to remove .any residue, dirt, debris, obstruction or possible foreign material In the new water main. 3.22.A Cube Usage 1. The Water Section will supply the foam cubes to the Contractor based on the water system design as shown on the approved Engineering Plan. 2. The Contractor shall pickup the cubes at Public Works Operations and shall install two (2) foam cubes at the initial connection and two (2) foam cubes at each lateral connection 6" In diameter and larger (downstream of each connecting valve), as the new main is installed. This would Include all 6" and larger diameter lateral runs to hydrants that are longer than one full pipe length, or have more than a single joint In them. sanitary sewer will be at risk, the Contractor shall be responsible. for disposing of the water per all applicable regulations, Amount of chlorine needed to produce 50mg/L in 18' of pipe (one pipe length) for 5.25% household bleach (with no additives), 12,5% sodium hypochlorite solutions and 65% available dry calcium hypochlorite is shown In the following table, Table 3.7 r � F�a �,�5 ./a alp ��;r �2r NT oy Diameter a 5% of 5 /n Ib ° Illy " 1 �Pi •'."v r v-x M "".�7."" v 'v Nl } y V Ji'd w {,d 4 ty aN�. '�1 rS' . e7tk,��kt .{i aR.�fU�.'.5d$L$i� �1,00'� ��,1`1' ��{ym 1 6" 0,022 0.011 0.017v ,11—I k, 5 >°..,i ;vv ,.i �.,ti ..,{aE.n.. '° *rw 'S e �.sS:Y< "k�f�`F°a'i :r� "�i�°<i�;,'��' ;F'Z.,.E'i"�'^7.. i '1 uCi�fYt_�:�vv,� ��h "t imx S�_k� N� ���5 e a, Y �' r �.'� 1Q" 0.061 0.031 0,052 ..�g�, 4n i, ,J 16" 0A56 0,119 p � L x ash P eW + 7L d i t kcJ w'• h ,..�.. 241" 0 352 r * <✓ t 0.�76, 1 0��.."!�271 � 0144, x ;! t . y Y � 1 RQ i s Formula: Gals Required (Pipe L: ngth/18) x Disinfectant Amount Example: How many gallons of fresh 5,2.5% sodium hypochlorite will be required to disinfect 5,000' of 8" maim 5,000' . 18" 278 lengths of 8" pipe 278 x 0,,039 = 1 ..gallons required All Costs for re-injecting, including the Inspector's time'to come back due to the Contractor "not being ready," will be the responsibility of the Contractor. Costs, shall be the actual costs including hourly overtime rate for labor, overhead, equipment and materials and any other associated charges. The casts shall be based on the latest cost schedule prepared and approved annually by the Engineer. 3.24 BACTERIOLOGICAL PURITY SAMPLES Two (2) consecutive sets of acceptable purity samples, taken at least 24 hours apart, shall be collected from representative points of the new waterman, all appurtenances and all other connections to the new watermaln(s).. Water Section personnel will take the first bacteriological purity samples) after the chlorine is removed, flushing Is completed and the chlorine level is no greater than, or less than, the level present in the adjacent distribution system, Water services installed prior to watermain testing shall also be FJ purity tested with the water main and all other connections to the new I PREVA I L 1 NG WAGE RATES _J l 1 James 5t Improvements/Hallock& Kuehne A - 5 February 18, 2016 Project Numbers: 15-3001 &06-3016 rage i or i i State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 03/08/2016 Count Trade Job Classification Wage lHoliday Overtime Note King Asbestos Abatement Workers Journey Level $43.95 5D 1H King Boilermakers Journey Level $64.29 5N 1C King Brick Mason Journey Level $52.82 5A 1M King Brick Mason Pointer-Caulker-Cleaner $52.82 5A 1M King Building Service Employees Janitor $22.091 5S 2F King Building Service Employees Traveling Waxer/Shampooer $22.54 5S 2F King Building Service Employees Window Cleaner (Non- $23.99 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $26.78 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $54.02 5D 4C. King Carpenters Bridge, Dock And Wharf $54.02 5D 4C Carpenters King Carpenters Carpenter $54.02 5D 4C King Carpenters Carpenters on Stationary Tools $54.15 5D 4C King Carpenters Creosoted Material $54.12 5D 4C King Carpenters Floor Finisher $54.02 5D 4C King Carpenters Floor Layer $54.02 5D 4C King Carpenters Scaffold Erector $54.02 5D 4C King Cement Masons Journey Level $53.95 7A 1M King Divers Et Tenders Diver $107.22 5D 4C 8A King Divers Et Tenders Diver On Standby $64.42 5D 4C King Divers Et Tenders Diver Tender $58.33 5D 4C. King Divers Et Tenders Surface Rcv Et Rov Operator $58.33 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator $54.27 5A 4C Tender King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F I httns://fortress.wa.aov/Ini/waaelookun/DrvWaaelookun.asnx 2/1 R/2n16 rage or i i r- L King Dredge Workers Leverman, Hydraulic $58.67 5D 3F r King Dredge Workers Mates $56.44 5D 3F L King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $54.02 5D 11 Fi King Drywall Tapers Journey Level $54.07 5P 1E L King Electrical Fixture Maintenance Journey Level $27.24 5L 1E Workers r King Electricians - Inside Cable Splicer $69.77 7C 4E �- King Electricians - Inside Cable Splicer (tunnel) $74.95 7C 4E King Electricians - Inside Certified Welder $67.41 7C 4E King Electricians - Inside Certified Welder (tunnel) $72.37 7C 4E King Electricians - Inside Construction Stock Person $37.94 7C 4E King Electricians - Inside Journey Level $65.05 7C 4E King Electricians - Inside Journey Level (tunnel) $69.77 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 L King Electricians - Powerline Cable Splicer $74.92 5A 4D Construction r- King Electricians - Powerline Certified Line Welder $65.71 5A 4D L Construction King Electricians - Powerline Groundperson $44.12 5A 4D F Construction L King Electricians - Powerline Heavy Line Equipment $65.71 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $65.71 5A 4D �. Construction King Electricians - Powerline Line Equipment Operator $55.34 5A 4D r' Construction L_ King Electricians - Powerline Pole Sprayer $65.71 5A 4D Construction r King Electricians - Powerline Powderperson $49.16 5A 4D L Construction King Electronic Technicians Journey Level $31.00 1 r King Elevator Constructors Mechanic $85.45 7D 4A L King Elevator Constructors Mechanic In Charge $92.35 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $16.55 5B 111 r Products Work Only King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $37.26 7A 31 r King G[aziers Journey Level $56.16 7L 1Y King Heat & Frost Insulators And Journeyman $63.18 5J 15 Asbestos Workers King Heating Equipment Mechanics Journey Level $72.83 7F 1 E King Hod Carriers Et Mason Tenders Journey Level $45.32 7A 31 F King Industrial Power Vacuum Journey Level $9.47 1 L Cleaner King Inland Boatmen Boat Operator $56.78 5B 1 K (- King Inland Boatmen Cook $53.301 5B 1 K L_ r- L_ hhl-nc-//fnrf-rccc tern nnv/Ini/wnnclnnliin/nrv1A/�nolnnLr> >cnv 7/iQ/7fli � rayC a ui i i King Inland Boatmen Deckhand $53.301 5B 1K King Inland Boatmen Deckhand Engineer $54.32 5B 1K King Inland 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 Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $54.02 5D 4C King Ironworkers Journeyman $63.53 7N 10 King Laborers Air, Gas Or Electric Vibrating $43.95 7A 31 Screed King Laborers Airtrac Drill Operator $45.321 7A 31 King Laborers Ballast Regular Machine $43.95 7A 31 King Laborers Batch Weighman $37.26 7A 31 A 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 Concrete Placement Crew $44.76 7A 31 King Laborers $44.76 7A 31 httos://fortress.wa.aov/lni/waaelookuD/DrvWaaelookur).asox 2/18/2016 rage + or i i r L Concrete Saw Operator/core �- Driller King Laborers Crusher Feeder $37.26 7A 31 L, King Laborers Curing Laborer $43.95 7A 31 King Laborers Demolition: Wrecking Et $43.95 7A 31 1, Moving (incl. Charred Material) I V_ King Laborers Ditch Digger $43.951 7A 31 L King Laborers Diver $45.32 7A 31 King Laborers Drill Operator $44.76 7A 31 (hydrau tic,diamond) L 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 lr, King Laborers Erosion Control Worker $43.95 7A 31 King Laborers Faller Et Bucker Chain Saw $44.76 7A 31 L King Laborers Fine Graders $43.95 7A 31 King Laborers Firewatch $37.261 7A 31 r-- King Laborers Form Setter $43.95 7A 31 L 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 L. Person King Laborers Grinders $43.95 7A 31 F King Laborers Grout Machine Tender $43.95 7A 31 L- King Laborers Groutmen (pressure)including $44.76 7A 31 Post Tension Beams King Laborers Guardrail Erector $43.951 7A 31 �- King Laborers Hazardous Waste Worker $45.32 7A 31 (level A) r King Laborers Hazardous Waste Worker $44.76 7A 31 L (level B) King Laborers Hazardous Waste Worker $43.95 7A 31 r (level C) I L- King Laborers High Scaler $45.32 7A 31 King Laborers Jackhammer $44.76 7A 31 r L. King Laborers Laserbeam Operator $44.76 7A 31 King Laborers Maintenance Person $43.951 7A 31 King Laborers Manhole Builder-mudman $44.76 7A 31 L.. 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 L.. Green Cutter When Using Combination Of High Pressure r Air Et Water On Concrete & L Rock, Sandblast, Gunite, Shotcrete, Water Bla King ILaborers Pavement Breaker $44.76 7A 31 r httns://fortress.wa.00v/Ini/waaelookuo/DrvWaaelookur).asox 2/18/2016 rdyc z) ui 1 i 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 A 3I King Laborers Pipe Refiner $44.76 7A 31 King Laborers Pipe Wrapper $44.76 7A 31 King Laborers Pot Tender $43.95 7A 31 King Laborers Powderman $45.32 7A 31 King Laborers Powderman's Helper $43.95 7A 31 King Laborers Power Jacks $44.761 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 I King Laborers Scaffold Erector $43.95 7A 31 King Laborers Scale Person $43.95 7A 31 King Laborers Roper (over 20") $44.76 7A 31 King Laborers Roper Sprayer $43.95 7A 31 King Laborers Spreader (concrete) $44.76 7A 31 - King Laborers Stake Hopper $43.951 7A 31 King Laborers Stock Piler $43.95 7A 31 King Laborers Tamper 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 (lagger, Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $43.95 7A 31 King Laborers Topper $43.95 7A 31 King Laborers Track Laborer $43.95 7A 31 J 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 31 8S -� Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $79.32 7A 31 8� Worker 30.01-44.00 psi -� King Laborers Tunnel Work-Compressed Air $83.00 7A 31 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $88.70 7A 31 Worker 54.01-60.00 psi hffnc //fnrtrPcs_wa_nnv/Ini/wanelnnkiin/nrvWanPInnkiin_agnx 9/1 R/Mi F rage b OT I i 7 L King Laborers Tunnel Work-Compressed Air $90.82 7A 31 80 7 Worker 60.01-64.00 psi L King Laborers Tunnel Work-Compressed Air $95.92 7A 31 8� Worker 64.01-68.00 psi r King Laborers Tunnel Work-Compressed Air $97.82 7A 31 8�( L Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $99.82 7A 31 r Worker 70.01-72.00 psi L. King Laborers Tunnel Work-Compressed Air $101.82 7A 31 8M Worker 72.01-74.00 psi f- King Laborers Tunnel Work-Guage and Lock $45.42 7A 31 8� Tender L King Laborers Tunnel Work-Miner $45.421 7A 31 8l King Laborers Vibrator $44.761 7A 31 King Laborers Vinyl Seamer $43.95 7A 31 King Laborers Watchman $33.86 7A 31 r King Laborers Welder $44.76 7A 31 L King Laborers Well Point Laborer $44.76 7A 31 King Laborers Window Washer/cleaner $33.86 7A 31 King Laborers - Underground Sewer General Laborer Et Topman $43.95 7A 31 Et Water King Laborers - Underground Sewer Pipe Layer $44.76 7A 31 Et Water L. King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers F King Landscape Construction Landscape Equipment $28.17 1 L. Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 r Laborers L King Lathers Journey Level $54.02 5D 1 H King Marble Setters Journey Level $52.82 5A 1 M King Metal Fabrication (In Shop) Fitter $15.86 1 L King Metal Fabrication (In Shop) Laborer $9.78 1 r King Metal Fabrication (In Shop) Machine Operator $13.04 1 L King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 r King Millwright Journey Level $55.52 5D 4C L King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.47 1 L King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 F King Modular Buildings Welder $11.56 1 i_ King Painters Journey Level $39.35 6Z 2B King Pile Driver Journey Level $54.27 5D 4C F King IPlasterers Journey Level $51.68 Z_Q 1R L F L httns-//fortress.wa.anv/Ini/waaelnnkun/nrvWanelnnkun_asnx 2/1 R/?nl 6 rdye i Ul 1 i King Playground Et Park Equipment Journey Level $9.47 1 _ Installers J King Plumbers Ft Pipefitters Journey Level $75.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $56.94 7A 3C 8P King Power Equipment Operators Assistant Engineer $53.57 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $56.44 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $56.44 7A 3C 8P Concrete King Power Equipment Operators Bobcat $53.57 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $53.57 7A 3C 8P _, Equipment King Power Equipment Operators Brooms $53.57 7A 3C 8P King Power Equipment Operators Bump Cutter $56.44 7A 3C 8P A King Power Equipment Operators Cableways $56.94 7A 3C 8P King Power Equipment Operators Chipper $56.44 7A 3C 8P King Power Equipment Operators Compressor $53.57 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $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 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 a (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 J (including Jib With Attachments) King Power E ui ment 012erators 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 1 $56.001 7A 3C 8P https://fortress.wa.00v/lni/waaelookuo/r)rvWaaelookuo.asr)x 2/18/2016 vageuorii F Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons L King Power Equipment Operators Crusher $56.44 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $56.44 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $56.94 7A 3C 8P King Power Equipment Operators Dozers D-9 Et Under $56.00 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $56.00 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $57.51 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $53.57 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $56.44 7A 3C 8P L And Gamaco Et Similar Equipment r- King Power Equipment Operators Forklift: 3000 Lbs And Over $56.00 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $53.57 7A 3C 8P With Attachments King Power Equipment Operators Grade Engineer: Using Blue $56.44 7A 3C 8P L Prints, Cut Sheets, Etc r King Power Equipment Operators Gradechecker/stakeman $53.57 7A 3C 8P L King Power Equipment Operators Guardrail Punch $56.44 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $56.94 7A 3C 8P r Articulating Off- Road L Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $56.44 7A 3C 8P Articulating Off-road L Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $56.00 7A 3C 8P r Locator King Power Eauioment Operators Horizontal/directional Drill $56.44 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $56.00 7A 3C 8P r 10 Tons L King Power Equipment Operators Hydralifts/boom Trucks, 10 $53.57 7A 3C 8P Tons And Under r- King Power Equipment Operators Loader, Overhead 8 Yards. Et $57.51 7A 3C 8P L Over King Power Equipment Operators Loader, Overhead, 6 Yards. $56.94 7A 3C 8P But Not Including 8 Yards L King Power Equipment Operators Loaders, Overhead Under 6 $56.44 7A 3C 8P Yards I F King Power Equipment Operators Loaders, Plant Feed $56.44 7A 3C 8P L King Power Equipment Operators Loaders: Elevating Type Belt $56.00 7A 3C 8P King Power Equipment Operators Locomotives, All $56.44 7A 3C 8P L King Power Equipment Operators Material Transfer Device $56.44 7A 3C 8P King Power Equipment Operators $57.51 7A 3C 8P L F L httDs://fortress.wa.aov/Ini/waaelookun/nrvWanelookun.asnx 7/1 Row 6 1-dye y UI 1/ ,a Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $56.94 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, $56.94 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield ry King Power Equipment Operators Oil Distributors, Blower $53.57 7A 3C 8P Distribution Ft 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 E ui ment 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 $56.001 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, BeRman $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 Equipment Operators 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 Eguil2ment Operators Scrapers - Concrete Et Carry $56.00 7A 3C 8P 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 httDs://fortress.wa.aov/lni/waaelookuD/DrvWaaelookui).asDx 2/18/2016 Nage iu or i i Shovel , Excavator, Backhoe, r- Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $56.94 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons L. King Power Equipment Operators Shovel, Excavator, Backhoes, $56.44 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $57.51 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons r King Power Equipment Operators Shovel, Excavator, Backhoes: $58.10 7A 3C 8P L. Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $56.94 7A 3C 8P r^ King Power Equipment Operators Spreader, Topsider Et $56.94 7A 3C 8P L_. Screedman King Power Equipment Operators Subgrader Trimmer $56.44 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $56.00 7A 3C 8P L King Power Equipment Operators Tower Crane Up To 175' In $57.51 7A 3C 813 Height Base To Boom r King Power Equipment Operators Tower Crane: over 175' $58.10 7A 3C 813 L- through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $58.67 7A 3C 813 L- height from base to boom King Power Equipment Operators Transporters, All Track Or $56.94 7A 3C 8P Truck Type L. 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 r Tons And Over L King Power Equipment Operators Truck Crane Oiler/driver $56.00 7A 3C 8P Under 100 Tons F King Power Equipment Operators Truck Mount Portable $56.44 7A 3C 813 L Conveyor King Power Equipment Operators Welder $56.94 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $53.57 7A 3C 8P L King Power Equipment Operators Yo Yo Pay Dozer $56.441 7A 3C 8P F King Power Equipment Operators- Asphalt Plant Operators $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $53.57 7A 3C 8P Underground Sewer Et Water r King Power Equipment Operators- Barrier Machine (zipper) $56.44 7A 3C 8P �. Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $56.44 7A 3C 8P r Underground Sewer Et Water Concrete L King Power Equipment Operators- Bobcat $53.57 7A 3C 8P Underground Sewer Ex Water r King Power Equipment Operators- Brokk - Remote Demolition $53.57 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $53.57 7A 3C 8P r Underground Sewer Et Water L r L. httns://fortress-wa.00v/lni/wanelookun/nrvWanelookun.asnx 2/19/2016 raye 11 UI 1/ King Power Equipment Operators- Bump Cutter $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cableways $56.94 7A 3C �8P Underground Sewer Et Water King Power Equipment Operators- Chipper $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount $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 Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $56.00 7A 3C 8P -� Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $56.44 7A 3C 8P Underground Sewer fit Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $58.67 7A 3C 8P Underground Sewer Et Water over King Power Equipment Operators- Cranes: 20 Tons Through 44 $56.44 7A 3C 8P Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $57.51 7A 3C 8P Underground Sewer Et 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 8:Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $58.67 7A 3C 8P Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $56.94 7A 3C 8P _a Underground Sewer Et 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 Et Water Under King Power Equipment Operators- Cranes: Friction cranes $58.10 7A 3C 8P Underground Sewer Et Water through 199 tons _J King Power Equipment Operators Cranes: Through 19 Tons With $56.00 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons .a King Power Equipment Operators- Crusher $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $56.44 7A 3C 8P _J Underground Sewer 8 Water (power) King Power Equipment Operators- Derricks, On Building Work $56.94 7A 3C 8P Underground Sewer Et Water httDs://fortress.wa.aov/Ini/waaelookUD/DrvWaaelookur).asDx 2/18/2016 rage 1L UI 1/ L. King Power Equipment Operators- Dozers D-9 Et Under $56.00 7Q 3C 8P r-- Underground Sewer Et Water L King Power Equipment Operators- Drill Oilers: Auger Type, Truck $56.00 7A 3C 8P Underground Sewer Et Water Or Crane Mount F, King Power EquipmentOperators- Drilling Machine $57.51 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $53.57 7A 3C 8P r Underground Sewer Et 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 r- King Power Equipment Operators- Forklift: 3000 Lbs And Over $56.00 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $53.57 7A 3C 8P r- 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 L Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $56.44 7A 3C 8P Underground Sewer Et Water L. King Power Equipment Operators- Hard Tail End Dump $56.94 7A 3C 8P Underground Sewer Et Water Articulating Off- Road FI Equipment 45 Yards. Et Over L, King Power Equipment Operators- Hard Tail End Dump $56.44 7A 3C 8P Underground Sewer Et Water Articulating Off-road r Equipment Under 45 Yards L King Power Equipment Operators- Horizontal/directional Drill $56.00 7A 3C 8P Underground Sewer Et Water Locator r-- King Power Equipment Operators- Horizontal/directional Drill $56.44 7A 3C 8P L Underground Sewer a Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $56.00 7A 3C 8P r Underground Sewer Et Water 10 Tons L King Power Equipment Operators- Hydralifts/boom Trucks, 10 $53.57 7A 3C 8P Underground Sewer Et Water Tons And Under F King Power Equipment Operators- Loader, Overhead 8 Yards. Et $57.51 7A 3C 8P L Underground Sewer 8t Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $56.94 7A 3C 8P Underground Sewer Et Water But Not Including 8 Yards L King Power Equipment Operators- Loaders, Overhead Under 6 $56.44 7A 3C 8P Underground Sewer Et Water Yards r King Power Equipment Operators- Loaders, Plant Feed $56.44 7A 3C 8P L Underground Sewer Et 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 It Water r King Power Equipment Operators- Material Transfer Device $56.44 7A 3C 8P Underground Sewer Et Water L_ King Power Equipment Operators- Mechanics, All (leadmen - $57.51 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) L F L httos-//fortress.wa.00v/Ini/waaelooku oh)rvWaaelookuo.asox 2/18/2016 rage is or i i A 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 ft Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $53.57 7A 3C 8P - 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 813 Underground Sewer a Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $57.51 7A 3C 8P Underground Sewer Et Water Tons And Over J 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 J 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 a Underground Sewer Et Water King Power Equipment Operators- Power Plant $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $53.57 7A 3C 813 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, Bellman $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 8P 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 httDS://fortress.wa.aov/Ini/waaelookun/nrvWaaelookUD.asox 2/18/2016 rQyu l-t VI 1/ r` Power Equipment Operators- Scraper, Self Propelled Under F Underground Sewer Et Water 45 Yards L: King Power Equipment Operators- Scrapers - Concrete Et Carry $56.00 7A 3C 8P Underground Sewer Et Water All r King Power Equipment Operators- Scrapers, Self-propelled: 45 $56.94 7A 3C 8P L Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $56.00 7A 3C 8P r Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $53.57 7A 3C 8P L, Underground Sewer Et Water r King Power Equipment Operators- Shovel , Excavator, Backhoe, $56.00 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. r King Power Equipment Operators- Shovel, Excavator, Backhoe: $56.94 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $56.44 7A 3C 8P Under round Sewer Et Water Tractors: 15 To 30 Metric Tons L King Power Equipment Operators- Shovel, Excavator, Backhoes: $57.51 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons L King Power Equipment Operators- Shovel, Excavator, Backhoes: $58.10 7A 3C 8P Underground Sewer Et Water Over 90 Metric Tons F King Power Equipment Operators- Slipform Pavers $56.94 7A 3C 8P L_ Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $56.94 7A 3C 8P r Underground Sewer Et Water Screedman L King Power Equipment Operators- Subgrader Trimmer $56.44 7A 3C 8P Underground Sewer Et Water F King Power Equipment Operators- Tower Bucket Elevators $56.00 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $57.51 7A 3C 8P Underground Sewer Et Water Height Base To Boom L King Power Equipment Operators- Tower Crane: over 175' $58.10 7A 3C 8P Underground Sewer Et Water through 250' in height, base to boom L. King Power Equipment Operators- Tower Cranes: over 250' in $58.67 7A 3C 8P Underground Sewer Et Water height from base to boom F King Power Equipment Operators- Transporters, All Track Or $56.94 7A 3C 8P L Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $56.00 7A 3C 8P Underground Sewer Et Water L King Power Equipment Operators- Truck Crane Oiler/driver - 100 $56.44 7A 3C 8P Underground Sewer Et Water Tons And Over r King Power Equipment Operators- Truck Crane Oiler/driver $56.00 7A 3C 8P L Underground Sewer Et Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $56.44 7A 3C 8P Underground Sewer Et Water Conveyor King Power Equipment Operators- Welder $56.94 7A 3C 8P L Underground Sewer Et Water r- King Power Equipment Operators- Wheel Tractors, Farmall Type $53.57 7A 3C 8P Underground Sewer Et Water L F L httns://fortress.wa.00v/Ini/waoeIookuo/orvWaaelookuo.asox 2/18/2016 rdye 1J ui 1/ King Power Equipment Operators- Yo Yo Pay Dozer $56.44 7A 3C 8P Underground Sewer a Water -J King Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A Trimmers King Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $40.84 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers King Refrigeration Et Air Journey Level $74.36 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 Applicators King Residential Drywall Tapers Journey Level $54.07 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $38.40 7L 1 H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers a Journey Level $34.69 1 Pipefitters King Residential Refrigeration a Air Journey Level $74.36 6Z 1 G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $43.46 7F 1 R Workers King Residential Soft Floor Lavers Journey Level $44.11 5A 3D King Residential Sprinkler Fitters Journey Level $42.73 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $52.82 5A 1M J King Residential Terrazzo Workers Journey Level $47.46 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 J Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $46.46 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 a Ship Repair Boilermaker $40.87 7M 1 H King Shipbuilding Et Ship Repair Carpenter $40.41 7T 2B King Shipbuilding a Ship Repair Electrician $41.43 7T 4B httDs://fortress.wa.aov/Ini/waaelookuD/DrvWaaeIookUD.asr)x 2/18/2016 rcayc r.o ui li rY, L_ King Shipbuilding £t Ship Repair Heat Et Frost Insulator $63.181 5J 15 F, King Shipbuilding Et Ship Repair Laborer $41.47 7T 4B L King Shipbuilding Et Ship Repair Machinist $41.46 7T 4B King Shipbuilding Et Ship Repair Operator $41.39 7T 4B King Shipbuilding Et Ship Repair Painter $41.42 7T 4B L. King Shipbuilding Et Ship Repair Pipefitter $41.40 7T 4B King Shipbuilding Et Ship Repair Rigger $41.48 7T 4B r King Shipbuilding 8 Ship Repair Sheet Metal $41.43 7T 4B King Shipbuilding Et Ship Repair Shipfitter $41.48 7T 4B King Shipbuilding & Ship Repair Trucker $41.32 7T 4B King Shipbuilding Et Ship Repair Warehouse $41.37 7T 4B King Shipbuilding Et Ship Repair Welder/Burner $41.48 7T 4B r King Sign Makers Et Installers Sign Installer $22.92 1 L (Electrical King Sign Makers Et Installers Sign Maker $21.36 1 (Electrical) King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) r" King Sign Makers Et Installers (Non- Sign Maker $33.25 1 L Electrical King Soft Floor Lavers Journey Level $44.11 5A 3D r- King Solar Controls For Windows Journey Level $12.44 1 L, King Sprinkler Fitters (Fire Journey Level $70.14 5C ix Protection) 7' King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $52.82 5A 1M r- King Street And Parking Lot Journey Level $19.09 1 l . 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 L Technicians King Telephone Line Construction - Cable Splicer $37.60 5A 2B r^ Outside ►- King Telephone Line Construction - Hole Digger/Ground Person $20.79 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $36.02 5A 2B L. Outside King Telephone Line Construction - Special Aparatus Installer 1 $37.60 5A 2B Outside L King Telephone Line Construction - Special Apparatus Installer II $36.82 5A 2B Outside King Telephone Line Construction - Telephone Equipment $37.60 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $34.94 5A 2B (- Outside Operator (Light) L r httos://fortress.wa.aov/Ini/waaelookur)/orvWaoeIookur).asr)x 2/18/2016 raye 1 i ui I i King Telephone Line Construction - Telephone Lineperson $34.93 5A 26 Outside _J King Telephone Line Construction - Television Groundperson $19.73 5A 26 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 Ft Terrazzo Finisher $38.29 5A 1 B Finishers King Traffic Control Stripers Journey Level $43.73 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. $51.25 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $50.41 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Ft Trailer $51.25 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $50.41 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $51.25 5D 3A 8L Council 28) J King Truck Drivers Transit Mixer $43.23 1 King Well Drillers Ft Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers &t Irrigation Pump Well Driller $18.00 1 Installers J J _J J _.J _J 1 https://fortress.wa.aov/Ini/waaelookur)/17rvWaaelookuo.asnx 2/18/2016 r Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate ' must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for L, the worker. r-, 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL L 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 r on Sundays and holidays shall be paid at double the hourly rate of wage. L C. The first two (2) hours after eight (8)regular hours Monday through Friday and the first ten (10)hours on Saturday ` shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and L 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. L L. 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, F' and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. L F. The first two (2) hours after eight(8) regular hours Monday through Friday and the first ten (10)hours on Saturday .. shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the L 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 L 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 L hourly rate of wage. F 1. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. L J. The first two (2) hours after eight (8)regular hours Monday through Friday and the first ten (10) hours on Saturday r 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. L- K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All r hours worked on holidays shall be paid at double the hourly rate of wage. L M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be r 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. L N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of f wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. L 1 r Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued 1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on _., Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. J U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on j 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 J holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All J hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 r Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued L: 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. f B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. r C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. . F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of L wage. r-' 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 r- 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 L the hourly rate of wage. r` 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. r W. The first two (2) hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday L shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten r 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 L 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. r.. L 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. r L 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 F 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 L" and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall L 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. L C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. L 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 f the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. L 3 F_ L Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued 3. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(I-1/2)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday.All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL J BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. _J C. On Monday through Friday, the first four(4)hours of overtime after eight (8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has A 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 J 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. a J 4 F' Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 L Overtime Codes Continued L: 4. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. L EXCEPTION: r, 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. t- All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the F hourly rate of wage. L 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. L On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours f- worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal L four-day,ten hour work week,and Saturday shall be paid at one and one half(1'/z)times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and r holidays shall be paid at double the hourly rate of wage. L. 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 r hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. L G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked r 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. L r Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after r Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after r Thanksgiving Day,the day before Christmas,and Christmas Day(8). L C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, r the Friday after Thanksgiving Day,And Christmas Day(8). L 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). F L H. Holidays: New Year's Day,Memorial Day, Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). r L 5 r L ' Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Holiday Codes Continued 5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (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). a N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays:New Year's Day, Memorial Day,Independence Day, Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day(9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). a Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving J 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, -J Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half-Day On Christmas Eve Day.(9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day(11). -' H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday(10). I. Paid Holidays: New Year's Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,And Christmas Day(7). 6 r- Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 L, Holiday Codes Continued r L 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, r, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9). LJ Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. r^ 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and L 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 r' Friday shall be a regular work day. L B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and r, 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 L preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, L. 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. L 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 F, holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which L falls on a Saturday shall be observed as a holiday on the preceding Friday. F E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after L 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- 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. t_ 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. L H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, r 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. F I. Holidays:New Year's Day, President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The L_. 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 r be observed as a holiday on the preceding Friday. L 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. L 7 r L Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Holiday Codes Continued _J 7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. 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 J considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,Christmas Day,the Day after Christmas,and A Floating Holiday(9).If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and The Day _ after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be - observed as a holiday on the preceding Friday. Note Codes 8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100'-$2.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150'To 220'-$4.00 per Foot for Each Foot Over 150 Feet Over 220'-$5.00 per Foot for Each Foot Over 220 Feet 8 r Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 L Note Codes Continued r L 8. C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: L: 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.. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $1.00,Level B: $0.75,Level L C: $0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50,Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the L shift shall be used in determining the scale paid. i` R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or L 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, r. 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 L flagging card issued by the State of Washington,Oregon,Montana,or Idaho.These classifications are only effective on or after August 31,2012. r 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 r 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 L or after August 31,2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all L 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 r, 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 L August 31,2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: L. $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 r 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 L who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (I50) feet above grade elevation receive an additional$0.50 per hour. r L. 9 rr L f / / / i / r / / / r / / r r / 1 I � / / / r � / / / / / i / ii/ ,/ // /// / ,r r,/ / / / r / � / r / : / r / / r / / o/ / r / / / y , r / / / it / r / , i r / / r I / / f / / / / / / / , r I / / r r / / / / l / r / / r / f / / r / / / rr, r / / / / / r / / /r / / / r / / / r !r / '1 1 KEN T XE813�! .•..•.,�.o� �� Agenda Item: Bids - 9A TO: City Council DATE: March 15, 2016 SUBJECT: James Street Improvements Watermain and Landscaping - Woodford Ave. N. to 102"d Ave. S. - Award MOTION: Award the James Street Improvements Watermain and Landscaping - Woodford Ave. N. to 102"d Ave. S. project to the lowest responsive bid and responsible bidder, R.L. Alia Company in the amount of $2,070,001.30 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: This project will replace over 2200 lineal feet of aging water main pipe and connections up James Street with new water main pipe which will help the City provide better, more consistent water service to its customers. The project will also include landscaping improvements in the planter strips along James Street. Over 4000 shrubs will be planted in the planter strips which will be watered by a new irrigation system. Other improvements include 2,000 square yards of sidewalk, 50 new wheelchair ramps, 2,000 lineal feet of pedestrian curb, 3,500 lineal feet of new curb & gutter, traffic signal improvements, new audible pedestrian crossings as well as new driveway, garbage can pads, and bus landings. EXHIBITS: Memo dated March 8, 2016 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: Work on the water main and its connections will be paid from water funds. The landscaping improvements and other associated work will be paid through Business & Occupation funds.