Loading...
HomeMy WebLinkAboutPW16-212 - Original - NPM Construction Co. - 1st Ave N Improvements - 05/08/2016 Rec "-­% rds g e `1 � � s/ Document WAS H I NGT'O H { CONTRACT COVER SHEET This is to be completed by the Contract Manager prier to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: NPM Construction Co. Vendor Number: JD Edwards Number Contract Number: I - ,1 ,- This is assigned by City Clerk's Office Project Name: 1s' Ave. N. Improvements Description: ❑ Interlocal Agreement ❑ Change Order 1771 Amendment ® Contract El Other: fly Contract Effective date Date of the Mayor's signature Termination [date: 80 working days Contract Renewal Notice (days): Number of days required notice for termination or renewal or amendment Contract Manager: Ken Langholz Department: Engineering Contract Amount: $368,815.36 Approval Authority: (CIRCLE LINE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): The protect consists of installing improvements on the west side of 1s' Ave North be wd i1 i itl 5t: i d '�Jti': rciperan'c"e-St The_ i�iprove— ents i6clud id'e-W-alk,­curb ari-d gutter, pavement, pedestrian lighting, street trees, storm pipe and parking stalls As of: 08/27/14 Cot-porations: Registration Retail - WA Secretary of State Page I of I 0 online annual report filing for profit corporations and Ll-Cs will be unavailable from May 25 to June 5. Be sure to file your annual report before that time! Read more... (/corps/BLS-Online-Reporting-Unavailable-Ma y-25-to-lune-51—as-p-xI NPM CONSTRUCTION CO.,INC LIBI Number 603572044 Category REG Profit/Nonprofit Profit Active/inactive Active State Of Incorporation WA WA Filing Date 01/01/2016 Expiration Date Dli31/2017 Inactive Date Duration Perpetual Registered Agent Information Agent Name NANDO MERLINO Address 25443 SE 184TH ST City MAPLE VALLEY State WA Zi[p 98038 Special Address Information Address PO BOX 1229 City MAPLE VALLEY State WA Zip 98038 GovemingRersons Title Name Address ALL Officers MERLINC,NANDO 25443 SE I 84TH ST MAPLE VALLEY,WA 98038 http://www.sos.wa.gov/corps/search-detail.aspx?ubi=603572044 5/17/2016 � � ( � � / G � � q � � \ �/ � . . G � w � � . � / � d � ( . � a } TAB I N DEX -7 Tab 1 Bidder's Package a 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 J Tab 7 Traffic Control Plans Tab 8 Miscellaneous Details J Tab 9 WSDOT Subcontract Clauses Tab 10 Prevailing Wage Rates } .. MTin Y, KENT SPECIAL RO e- Aveinme Impro"ments _� W"Otl m I th St. 0 to 'Wi Ja m es St- g. Prqjea Numbert 07*3033 It A � CITY HALLWK K ' 'T WA i , f 0 T 0,14 BIDDER'S NAMEo- CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 1st Avenue N . Improvements W. Smith St. to W. James St. Project Number: 07-3033 BIDS ACCEPTED UNTIL April 19, 2016 11 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY 3. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KENT WASH I NO TON ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement 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 J Kent Special Provisions Kent Standard Plans J WSDOT Standard Plans Traffic Control Plans Miscellaneous Details WSDOT Subcontract Clauses Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through April 19, 2016 up to 11 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S,. Mail. All bids will be opened and read publicly aloud immediately following 11 a.m. for the City of Kent project named as follows: I" Avenue N. Improvements W. Smith St. to W. James St. Project Number: 07-3033 The project consists of installing approximately 90 tons of hot mix asphalt, 175 cubic yards of cement concrete pavement, 590 square yards of cement concrete sidewalk, 500 lineal feet of cement concrete curb and gutter, 350 lineal feet of 8" ductile iron storm pipe, 6 catch basin type I, and installation of 2 electric vehicle charging stations, pedestrian lighting, channelization, utility adjustments. The Engineer's estimate for this project is approximately $350,000. Bi'd documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Ken Langholz at 253-856-5516. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Statement of Financial Assistance: "'This AGREEMENT is subject to the appropriations of the State of Washington." 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 Kent WA. ov rocurement. 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 hi!s/h,er bid for a period of ggy (60) days after the day of bid opening. Dated this 30"" play of March, 2016. ef BY: � Donald F. Moore, City Clerk Published in D.a..!.l.Y_Jo;_urna.l of Commerce _. _.. on April_w.5 and 12_, 201_ CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date /�p This statement relates to a proposed contract with the City of Kent named I't Avenue N. Improvements W. Smith St. to W. 3ames St. Project [Number: 07-3033 I am the undersigned bidder or prospective contractor. I represent that - 1. 1 L-�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. - 161PA4 6,ns�ue-44 NAME OF BIDDER BY: SIGNATURE/TITLE ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 1"Ave, N. improvements/Langholz March 30, 2016 Project Number: 07-3033 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. 1 have read the attached City of Kent administrative policy number 1 Z 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. S. During the time of this contract the prime contractor, will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: -I For: ae-yll-o -t e,)a- Title: 6 N nel Date: q- g 1" Ave. N. improvements/Langholz March 30, 2016 Projiect NUMber: 07-3033 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. 1"Ave. N. Improvements/Langholz 3 March 30, 2016 Project Number: 07-3033 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This farm 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 Ist Avenue N. Improvements — W. Smith St. to W. James St./"Project Number: 07-3033 that was entered into on the Date f''/ `` ° , 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; 1"" Ave. N. Im rov rm nts/Langholr 4 March 30, 2016 Project Number: 07-3033 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that he 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 I" Avenue N. Improvements — W. Smith; St. to W. James St./Project Number: 07-3033 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) Un,it 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. QUANTIT� PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $11400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. 1"' Ave. N. Improvernents/Langholz 5 March 30, 2016 Project Number: 07-3033 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. qUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ 9 5.�'��$ is-, / WSDOT LUMP` SUM, Per LS 1005 2-01.5 1 Clearing and Grubbing $ ,#14, $ �ql& a� WSDOT LUMP SUM Per LS 70 1010 2-02.5 650 Remove Existing Asphalt $ 16 '""- KSP SQ YDS Concrete Pavement Per SY 1015 2-02.5 140 Remove Existing Cement $ 30 KSP SQ YDS Concrete Pavement Per SY 00 1017 2-02.5 44 Remove Existing Cement $ 3!�'m KSP SQ YDS Concrete driveway Reinforced Per SY 1020 2-02.5 220 Remove Cement Concrete KSP SQ YDS Sidewalk Per SY 1025 2-02.5 140 Remove Cement Concrete $ 16-;' $ -- KSP LN FT Curti and Cutter Per LF 400 1040 8-09.5 1 Removal of Raised Pavement $ 1 550- $ � -- KSP LUMP SUM Markers and Painted and/or Per LS Thermoplastic Traffic Markings 1045 6-21.5 1 Remove Traffic Sign $ WSDOT LUMP SUM Per LS D 1050 2-02.5 410 Saw Cut Existing Asphalt $ % $ KSP LN FT Concrete Pavement Per LF 1" Ave. N. lrnprovements/Larighodz 6 March 30, 2016 Project Number; 07-3033 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICEAMOUNT 1055 2-02.5' 550 Saw Cut Existing Cement $ & � $ P P00 KSP LN FT Concrete Pavement Per LF Pam 1060 2-03.5 330 Roadway Excavation Incl. $ 112/ "'" $ WM/SDOT CU YDS Haul Per CY 1065 2-03.5 50 Unsuitable Foundation 0 60 $ ' WWSDtOT CU YDS Excavation Incl. Haul Per CY 1070 -12.5 270 Geotextile Fabric "Non- $ $ 1P ,?3 KSP SCE YDS Woven" Per SY 1075 4-03.5 100 Gravel Borrow, Including Haul $ 110 $ KSP `'CANS and Compaction Per TON $2.50 Min) co 1080 4-04.5 300 Crushed Surfacing Top $ 6 l�—� $ KSP TONS Course, 5/8 Inch Minus Per TON 6.00 Min 1085 4-04.5 330 Crushed Surfacing Base $ $ KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) /', a • 1095 9-04.2 425 Longitudinal Joint Seal $ VWSDCOT LN FT Per LFr 1100 5-04.5 90 HMA Class 1/2", PG 64-22 $ `" .- KSP TONS Per TONS 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. 1`°` Ave. N. Im pro vernents/I_aregholz 7 March 30, 2016 Project Number 07'-3033 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 110 1125 5-04.5 10 Hot Plant Mix for Temporary $ X $ KSP TONS Pavement Patch Per TON 00 1130 5-05.5 175 Cement Concrete Pavement $ '"'' $ KSP CU YDS Including Dowels Per CY 1140 8-06.5 18 Cement Concrete Driveway, 8 $ _760 75 $ 3 50 60 KSP SCE YDS Inch Depth, Reinforced Per SY 1145 8-14.5 590 Cement Concrete Sidewalk $ KSP SCE YDS Per SY 1150 8-14.5 3 Cement Concrete Sidewalk $ /"V10 KSP EACH Ramp Type Perpendicular A Per EA 3 o 1170 8-14.5 1 Cement Concrete Sidewalk $ 1,510 $ KSP EACH Ramp Type Parallel A Per EA $ $ 0 1203 8-14.5 36 Detectable Warning :6-1, 7_0 KSP SQ FT Installation Per SF /7 1205 8-04.5 500 Cement Concrete Curb and $ -2 7- $ -13, KSP LN FT Gutter Per LF 1211 8-04.5 45 Pedestrian Curb $ 90 1CP $ KSP LIB FT Per LF "31.50 1225 8-01.5 30 Street Cleaning $ 1.2 6�-00 $ WSDOT HOURS Per HR I" Ave. N. Improvements/Langholz 8 March 30, 2016 Project Number: 07-3033 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. 2UANTITY PRICE AMOUNT o�' 1230 7-12.5 2 Adjust Existing Valve Box Top $ �60 "' $ KSP EACH Section and Lid to Finished Per EA Grade 00 1240 8-20.5 3 Adjust Existing Junction Box $ /0 $ KSP EACH to Finished Grade Per EA 1270 -12.5 160 Temporary Security Fence $ /.?, $ 0 � KSP LN FT Per LF 1315 8-28.5 5 Pothole Utilities $ A17AI 00 $ KSP EACH Per" EA 1317 8-403.5 1 Existing Irrigation System $3,000.00** $3,000.00 KSP FORCE Removal, and/or Modification Per FA ACCOUNT **Common price to all bidders 00 1320 8-30.5 1 Project Sign $ /, $ A rtx7 KSP EACH Per EA 1355 1-04.4(1) 1 Minor Changes $5,00OM" $5,000,00 WSDOT CALC Per CALL "Common price to all bidders Schedule I Total $ -2 5" d'//. 3 1"`Ave. N. Improvements/Langho'0r 9 March 30, 2016 Project NUrrber: 07-3033 SCHEDULE III SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. qUANTITY PRICE AMOUNT 3005 7 KSP 5 8 PVC Sewer LN FT � IruchC7 ar�ue�er ���,.�-- ' ..... Per LF 3I.00 7"-19.5 I. Sewer Cleanaut $ �o5-0 $ --" WSDOT EACH Per EA A-1 00 3115 2-09.5 50 Sharing or Extra Excavation $ WSDOT SQ FT Class B Per SF 3I2p 7-08,5 1 Foundation Material, y' KSP' TONS Class I and II Per TON Pipe Zone Bedding 'P " 3125 7-OB.S 3 I g $ $ ` KSP TONS Per TON 3130 -O3.5 5 Gravel Borrow, Including Haul $ 1-?0 5F $ r" � KSP TONS and Compaction Per TON 2.50 Min Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL — NOTE TO BIDDl ERS, it is required thiat the same unit price is entered on corresponding items on each schedule. Schedule III Sub-Total$ ', 9.5% State Sales Tax $ r Schedule III Total - - I'' Ave. N. Improvements/Langholz 10 March 30, 201 Project Number: 07-3033 SCHEDULE IV - STORM. ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 00 4017 7-04.5 350 Ductile Iron Storm Sewer $ -"la "- $ 1A1, KSP LN FT Pipe, 8 Inch Diameter Per LF 4080 7-05.5 5 Catch Basin, Type 1 $ 1,;2 1& f $ KSP EACH Per EA CIP, 4110 7-05.5 2 Circular Frame (Ring) and $ -5-5s" $ KSP EACH Cover, Type Per EA �-- � r ow 60 4120 7-05.5 3 Catch Basin Frame and $ 300 KSP EACH Vaned Crate Per EA 4125 7-05.5 1 Catch Basin Frame and $ S-o $ ram+ '` KSP EACH Bi-directional Vaned gate Per EA 4135 2-02.5 2.3 Remove Existing Storm Sewer $ 45- $ r '` KSP LN FT Pipe Per LF 00 4155 7-08.5 63 Foundation Material, $ ' $ KSP TONS Class I and; II Per TON CP 4170 7-08.5 220 Pipe zone Bedding $ .25 $ S + KSP TONS Per TON 00 4185 4-03.5 150 Gravel Borrow, Including Haul 0-- $ " KSP TONS and Compaction Per TON ($2.50 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. 1" Ave. N. Improvements/Larigholz 11 March 30, 2016 Project Number: 07-3033 SCHEDULE IV — STORM ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT O 4210 7-05.5 1 Thermoplastic Storm Drain %� � $ 0,.y..- KSP EACH Stenciling Per EA Schedule IV Total I" Ave. N. ImprovemellLs/Larigholz 12 March 30, 2016 Project Nurnber. 07-3033 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 100 Traffic Control Labor -,/ c � � w KSP HOURS Per HR 00 5010 1-10.5 240 Construction Signs Class A $ 7 "" $ WSDOT SQ FT Per SF 5015 1-10.5 50 Traffic Control Supervisor $ -7 $ ? KSP HOURS Per HR 50�20 1-10.5 1 Temporary Traffic Control $ , + KSP LUMP SLIM Devices Per LS 5030 1-10.5 40 Portable Changeable Message $ 3, A, KSP DAYS Sign (PCMS) Per DAY 500 8-23.5 350 Temporary Pavement Marking $ $ -'cO WSDOT LN FT Per LF 5105 -22.5 1,150 Double Yellow Center Plastic $ .2 '. $ KSP LN FT Stripe Per LF 5110 8-0 .5 1.25 Raised Pavement Marker cx:>' WSDOT HUNDRED Type 2 YY Per HUND 7- 5112 8-22.5 1,000 White Parking Stall Plastic $ �' $ KSP LN FT Stripe Per LF 5113 8-22.5 125 Green Parking Stall Plastic $ $ 75- KSP LN FT Stripe Per LF 1't Ave. N. Imprav rents/Langholz 13 March 30, 201 Project Number: 07-3033 SCHEDULE V — TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5115 8-22.5 46 Plastic Stop Line $ '? � $ el:?7 WSDOC T LEI FT 24 Inch Wide Per LF 5120 8-22.5 400 Plastic Crosswalk Line $ Y $ WSDO,T LN FT Per LF CP 5125 8-22.5 1 Plastic Traffic Arrow $ 7�- $ WSDOT EACH Per EA 00 00 5130 8-22.5 4 Plastic Traffic Letter $ (00 $ Y0 WSDO,T EACH Per EA 09 5135 8-21.5 1 Permanent Signing $ $ (0, WSDOT LUMP SUM Per LS Schedule V Total .2 79. 1" Ave. N. Irnprovennents/LangWz 14 March 30, 2016 Project Number: 07-3033 SCHEDULE VI -- ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6000 8-20.5 1 Illumination System - $ 0,c $ CIO KSP LUMP SUM Ornamental Pedestrian Per LS Lighting O 6003 -20.5 3 Remove Existing ;function Box $ ..?mac. "` $ KSP EACH Per EA. 6004 5-20.5 150 2 Inch Diameter Schedule 60 $ ` $ , KSP LN FT Conduit Per LF 00 pp 6005 5-20.5 4 Sidewalk Bollard with $ /, '7« `' KSP EACH Receptacle Per EA 6007 8-20.5 1 Junction Box, Type 1 $ 6-50 $ -57 2t)�- KSO EACH Per EA Old 6010 6-20.5 3 Junction Box, Type 2 $ + -- $ KSP EACH Per EA ' 6015 5-20.5 1 Install Electric Vehicle ', 4"'u $ KSP LUMP SUM Charging Stations Per LS 6035 8-20.5 1 Relocate Existing Pedestrian $ 's2 $ , sao KSP EACH Luminaire Per EA CIO 6036 6-20.5 16 Sand for Conduit Bedding $ ' "✓ 7 ,21 KSP TONS Per TON Schedule VI Total $ ' -5-7 - " 1"Ave. N. mprovements/Larighol,z 15 March 30, 201.6 Project Number: 07--30 3 SCHEDULE 'III — TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX., ITEM UNIT TOTAL O. NO. gUA,NTITY PRICE AMOUNT 7015 -01.5 9 Inlet Protection 7."�"00 dDl &ASP EACH Per EA 7055 8-01.5 1 Erosion/Water Pollution $5,000.00'0:* $5,000.00 WSDOT FORCE Control Per EA ACCOUNT **Common price to all bidders Schedule VII Total 1"'Ave. N. lmprovementsdLangho�r 16 March 30, 2016 Project NUMber. 07-3033 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO, NO. QUANTITY PRICE AMOUNT 8000 8-02.5 4 Green Vase Zelkova 0� /,, ' -2-0�0 KSP EACH Street Tree Planting Per EA 8002 8-02.5 2 Armstrong Maple -IlEr6"' f'(OC)� KSP EACH Street Tree Planting Per EA 8005 8-02.5 4 Topsoil Type A 0 KSP CU YDS Per CY 8010 8-02.5 25 Sod Installation A WSDOT SQ YDS Per SY vp �� 8015 8-02,5 6 48 Inch Square Ductile Iran $ � , KSP EACH "Kent" Tree Grate (2 Pieces) Per EA v 8020 8-02.5 6 Tree Grate and Frame 4 00 �- 3, to 00 KSP EACH Installation Per EACP 8025 8-02.5 SO Bark or Wood Chip Mulch , WSDGT CU YDS Per CY 60 . Schedule VIII Total / , /70 Lac Ave. N. Improvements/Langholz 17 March 30, 2016 Project. Number: 07-3033 BID SUMMARY Schedule /. Schedule III f ai Schedule TV , 3, Schedule V 31 , ;2-/ - --' Schedule VI '. S7 7' Schedule VII 5 , 67 OCR Schedule VI II TOTAL. BID AMOUNT / . ° 11' Ave, N. Improvements/Langholz 18 March 30, 2016 Project Number: 07-3033 CITY OF KENT' SUBCONTRACTO�R 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 100/o or more of the work, indicate this by writing "None" and: signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: 1" Avenue N. Improvements — W. Smith St. to W. James St. Project Number: 07-30,33 Subcontractor Name Item Numbers Z�YO 6w 7 60 i'D te 0 3zr 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 Vt Ave. N. Improvements/Larigholz 19 March 30, 2016 Project Number: 07-3033 SUBCONTRACTOR LIST (Contracts over I million dollars) Name of Bidder: 111�4 /-�- /YX Project Name: I" Avenue N. Imp rove!nepts — W. Smith 5t, tg W. JaMes St. Project Number: 07-3033 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: Electrical Subcontractor Name: Signature of Bidder Date I" Ave. W, improvernents/Langholz 20 March 30, 2016 Project Number: 07-3033 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. 1"`Ave. N. Improvements/Langholz 21 March 30, 2016 Project Number: 07-3033 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 TKIS FORM AS PART OF YOUR BID. FAILURE TIC PROPERLY COMPLETE THZS FORM MA Y ALSO RESULT ZN A DETERMZNA TZON THAT YOUR BZD IS NON-RESPONSZVE 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: IVIOA"t e� , NAME -�n4 ADDRESS: eo 8 1.2,2 91 PRINCIPAL OFFICE: ADDRESS: 5 NY PHONE: FAX: I. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). I"' Ave,, N. Improvements/Langholz 22 March 30, 2016 Project Number: 07-3033 2. ORGANIZATION 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 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 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? 1't Ave. N. Improvements/Langholz 23 March 30, 2016 Project Number: 07-3033 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 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 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. 15'Ave. N. Improvements/Langholz 24 March 30, 2016 Project Number: 07-3033 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 earninigs), 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 7.1 Dated at this day of Name of Organization: J1. j0,44 By: - Title: -,4,Y 7'.2 AlICIC 4t4C12 V�r 4ZZ , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Y14 Subscribed and sw ore me th' day of 2.a 'i X%X%3"04 Notary Public: My Commission Expires: de, 41 OP is WO I"Ave. N. Improvernents/Larigholz 25 % 16 Project Number: 07-3033 11111 PUBLIC WORKS::COM M ERCIA L::RESIDE NTIAL pmus Founded on strong principles M INTEGRITY::RELIABILITY::ACCOUNTABILITY N P M C0115trUction Co General Contractor 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW., SEE ATTACHED 1.2 Provide your current state unified business identifier number. 60211006E 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 state of Washington "Master License Service Registration and Licenses"form is typically sufficient evidence of the requirements of this subsection. SEE ATTACHED 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including and 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). SEE ATTACHED 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 6 YEARS 2.2 How many years has your organization been in business under its present business name? 6 YEARS 2.3 If your organization is a corporation, answer the following: N/A 2.3.1 Date of Incorporation 2.3.2 State of Incorporation 2.3.3 President's iname 2.3.4 Vice-president's name 2.3.5 Secretary's name 2.3.6 Treasurer's name 2.4 If your organization is a partnership, answer the following: N/A 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: September 13, 2010 2.5.2 Name of owner: Nando Merlino 2.6 If the form of your organization is other than those listed above, describe it and name the principals: N/A 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. Licensed in State of Washington as a General Contractor— Lic No.: NPMCOCC907OL 3.2 List jurisdictions in which your organization's partnership or trade name is filed. State of Washington 4. EXPERIENCE N P M Construction Co., PO Box 1229, Maple Valley WA 98038 Phone., 425.996.,0566 :, Fax., 425.996.,6673 PUBLIC WORKS::COMM�ERCIAL::RESIDENTIAL pona Founded on strong principles INTEGRITY: :RELIABILITY::ACCOU NTABILITY M N P M Construction Co General' Contractor 4.1 List the categories,of work that your organization normally performs with its own forces. Sitework, concrete, utilities, grading, excavation, walls(CIP, block, precast), asphalt patching, traffic control, erosion, control —general sitework. 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? No 4.2,2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? No 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.) No 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 completi n date. Project Name Owner Arch or Eng Contract 0/0 Completion Amount Complete Date SE 84th Street City of Kerry Sullivan $36,000 0% May 2016 Sidewalk Newcastle 4.4.1 State total worth of work in progress and under contract: $36,000 4.5 On a separate sheet, list major construction 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 the ercentaqe of the cost of the work erformed with your own forces. Project Name Owner Arch or Eng Contract Completion 0/b Own � Amount Date Forces 2016 Overlay City of $16,000 April 2016 100% Pro g -am Clyde Hill ADA Transition Snohomish $96,000 February 100% Upgrades, Co 2016 2015 Pedestrian City of Todd Hopkins $54,000 January 2016 100% Compliance Bellevue Program 2015 Pavement City of Derya Dilman $204,000 April 2016 90% Repair Project Sammamish 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. Nando Merlino,—Owner—32 years experience Tony Palas— Project Lead— 25 years experience 4.7 On a separate sheet, list your major equipment. Case backhoes, 10 CY dump, Excavator 135 N P M Construction Co., PO Box 1229, Maple Valley WA 98038 Phone: 425.996.0566 ,. Fax- 425�.996.6673 PUBLIC WORKS::C,OM MERCIAL::RESIDENTIAL Ppoum Founded on strong principles M INTEGRITY::RELIABILM::ACCOUNTABILITY N P M Construction Co General Contractor S. REFERENCES 5.1 Trade References: Salmon Bay Sand &Gravel— 206.784.1234 United Rentals—425.656,.5940 Eastside Rentals—425.454.4088 Stoneway Concrete—425.226.1000 Stoneway Construction Supply—425.226.1000 Skagit Ready Mix 360.856.0422 Astrof Concrete Sales & Rentals—425.787.9611 5.2 Bank References: Seattle Bank— Belltown 5.3 Surety: Western Surety Co. 5.3.1 Name of bonding company: Western Surety Co./Humble & Davenport Brokers 5.3.2 Name and address of agent: Bob Davenport— Humble& Davenport Brokers— 3500 Maple Valley HWY— Renton WA 98058 6. FINANCING— PROVIDED after bid opening 6.1 Financial Statement After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6,1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.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? N P M Construction Co., PO Box 1229, Miaple Valley WA 98038 Phone- 425.996.0566 ;: tax: 425.996.6673 Department of Labor and Industries `P CONSTRUCTION CO PO Box 44450 Olympia, WA 98504-4450 Reg: CC NPMCOCC907OL 'U I: 602-110-06 Registered as provided by Law as: Construction Contractor ( OI)-GENERAL ERAL 503 N P M CONSTRUCTION CO Eff ti 'e ate.''9/13/2 0 1 0 2544E 14TII ST EP tatie Date; 9/ 3i'2016 MAPLE VALLEY WA 98038 4/19/2016 N P M CONSTRUCTION CO '✓r�l a�Vri�rerl4abr��1,�tk�G.tf�lua�°tu�daent Labor & II ck'i'stries N P M CONSTRUCTION CO Owner or tradesperson 25443 5E 184TH ST MAPLE VALLEY,WA 98038 PrincipaEs 425.432-2856 MERLINO, NANDO PERRY, OWNER KING County Doing business as IN P M CONSTRUCTION Co WA UBI No. Business type 602,110 065 Individual License Verify the contractor's active registration!license 1 certification(depending on trade)and any past violations. Construction Contractor Active. Meets current requirements. License specialties GENERAL License no. N'PMCOCC907OL Effective—expiration 09113120,10—09113/2016 Bond Lexon Ins Co $12,000.O0 Bond account no. 9813737 Received by Lft*I Effective date 1011512012 09/0212012 Expiration date Until Canceled Bond history Insurance Ohio Security Ins Co $1,000,000.00 Policy no. BIOS 54857964 Received by L&I Effective data 07117/2015 09102120,14 Expiration date 0 910 212 01 6 I"SUrancV history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period, but some debts may be recorded by other agencies. tittps://secure.Ini.wra.cgov/verify/Detail.aspx?UBI=6€12110065&LI C=N PM C OCC907OL&SAWN= 1/2 4/19/2016 N P M CONSTRUCTION CO License Violations No license violations during the previous 6 year period. Workers' comp Do you know if(lie business has employees? If so, verify the business is up-to-date on workers'comp prerniums, L&I Account ID Account is current. 203,331-00 Doing business as N P M CONSTRUCTION CO Estimated workers reported Quarter 4 of Year 2015,"4 to 6 Workers" L&I account representative To I DALE MCMASTER(360)902-5617-Email:MCMS235@lni.wa.gov IWorkplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for. inspection results date 05127120115 VmWiors Inspection no. 317935889 Location 901 Broadway Tacoma,WA 98402 Vln hingirm C r.fpl ,f i.a is 1,�[ndu t? J�.il�(�:� ,nf c? . https:/Isecure.ini.wa.gov/verify`/Detafl.aspx?UBI=602110065&LIC=NPMCOCC907OL&SAW= 2/2 N" P M CONSTRUCTION COMPANY wpm PUBLIC WORKS::COMMERC�IAL::RESID�ENTIAL MConcrete Paving & General Construction N P M Construction Co General Contractor April 19, 2016 Project Bidding: 07-3033 - Is' Avenue N Improvements W Smith St to W James St NPM Construction Co is not currently nor has it in the past been disqualified from bidding on public works projects. By )---- Nando Merlino (Owner) PPM PO Box 1229 V 425,996,0566 LIC#NPMC0CC907OL Maple Valley WA 98038 F 425.996�6673 www.ripmconstruction.corn PROPOSAL SIGNATURE PAGE The undersigned bidder, hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within eigihty (80) 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 equail to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: 4S7�� 274,, ,1*=�I D DE Signature of Authorized Representative (Print Name and Title) 1VQ,.y1o, Mer Address Fb gc�e 404 I" Ave. N. improvernents/Langholz 26 March 30, 2016 Project NUmber 07-3033 BID BOND FORM BOND #SUR40009659 KNOW ALL MEN BY THESE PRESENTS: That we, NPIVI CONSTRUCTION CO as Principal, and IRONSHORE INDEMNITY INC. as Surety, are held and firmly FIVE PERCENT OF TOTAL AMOUNT BID bound unto the CITY OF KENT, as Obligee, in the penal SUM Of(5%OF TOTAL AMOUNT 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 Is' Avenue N. Improvements — W. Smith St. to W. James St./Project Number: 07-3033 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 ObIligee 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 15TH DAY OF APRIL 2016, NPM STRUCTIO 0 PRIaCIP4L, —, IRON RE IND In 44- ff span 1 919 SURETY ROBERT D. DAVEN T,ATTORNEY-IN-FACT 20 Received return of deposit in the sum of $ I't Ave. N.Improvements/Langholz 27 March 30, 2016 Project Number: 07-3033 POWER OF ATTORNEY Ironshore Indemnity Inc. SUR40009659 KNOW ALL MEN BY THESE PRESENTS,that IRONSHORE INDEMNITY INC.,a Minnesota Corporation,with its principal office In Newyork,NY does hereby constitute and appoint:ROBERT O.DAVENPORT Its true and lawful Attorney-in-Fact to make,execute,seal and deliver far, and on Its behalf as surety,a BID BOND under bond or undertaking number SUR40009659 issued an behalf of, NPM CONSTRUCTION CO as principal In the penal sum of s%orToTALAMourrfaro This authority Is made under and by the authority of a resolution which was passed by the Board of Directors of IRONSHORE INDEMNITY INC, on the 22"d Day of April,2013 as follows: Resolved,that the Director of the Company is hereby authorized to appoint and empower any representative of the company or other person or persons as Attorney-In-fact to execute on behalf of the Company any bonds,undertakings,policies,contracts of Indemnity or other writings obligatory In nature ore bond not to exceed s"OFTOTAL an dollars,which the Company might execute through its dui elected officers,and affix the seal of the AMourarero P Y g Y Company thereto.Any said execution of such documents by an Attomey-In-Fact shall be as binding upon the Company as If they had been duly executed and acknowledged by the regularly elected officers of the Company.Any Attorney-ID-Fact,so appointed,may be removed forgood cause and the authority so granted maybe revoked as specified In the Powerof Attorney. Resolved,that the signature of the Director and the seal of the Company may be affixed by facsimile on any power of attorney granted,and the signature of the Secretary,and the seal or the Company may he affixed by facsimile to any certificate of any such power and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the company.Any such power so executed and sealed and certificate so executed and sealed shall,with respect to any bond of undertaking to which It is attached,continue to be valid and binding on the Company. IN WITNESSTHEREOF,IRONSHORE INDEMNITY INC,has'caused this Instrument to be signed by Its Director,and Its Corporate Seal to be affixed this V pay of May,2013. IRONSHORE INDEMNITY INC. • 'ro QpO�a Qo oa r� SEAL 181e BY: ' Daniel L.Sus n Director ACKNOWLEDGEMENT on this V Day of May,201%before me,personally came Daniel L Sussman to me known,who being duly sworn,did depose and say that he is the Director of Ironshore Indemnity,Inc.,the corporation described in and which executed the above Instrument;that he executed said Instrument on behalf of the corporation by authority or his office under the By-laws of said corporation. OF "r 7Ef[NEBSI NOTARY , Christo a Dobbs °�y''• *- . Notary Aabk a jilt MY COMMISSION �p�� Juno 21,241 �RtTFTCAre 1,the undersigned,Secretary of IRONSHORE INDEMNITY INC.,A Minnesota Company,DO HEREBY CERTIFY that the original Power of Attorney of which the foregoing is a true and correct copy,is In full force and effect and has not been revoked and the resolutions as set forth are now In force. slgaed and Seated at this ISTH pay of APRIL , 2016 rTnS'� 0 4 epltl A Paul S.Glordano Secretary "wARNINflr Any person Who knowingly and with Intent to defraud any Insurance company or other person,fifes and application for Insurance or statement of claim containing any materially false Information,or conceals for the purpose of misleading Information concerning any fact material thereto,commits a fraudulent Insurance art,which is a crime and subjects such person to crlminal and civil ponallles," CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for whiich 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. I" Avenue N. Improvements W. Smith St. to W. James St. Project Number: 07-3033 NAME OF PROJECT ,e2 PL NAME OF BIDDER'S FIRM SIGNATUffE OF AUTHORIZED REPRESENTATIVE OF BIDDER 111 Ave. N. Improvements/Langholz March 30, 2016 Project Number; 07-3033: 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,F 2,, 3.. etc.] NAME OF CONTRACTOR: rInsert Company Namel ("Contractor") CONTRACT NAME & PROJECT NUMBER:LLn.5ert Name of Original contract & Erpj- ct#,_iF-pp iqabl. 1 pL-__�� ORIGINAL CONTRACT DATE: fInsert 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 $ (ind. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ 1'Ave. N. Improvements/Langholz 29 March 30, 2016 Project Number: 07-3033 Original Time for Completion (insert date) Revised Time for Completion under prior Change: Orders (insert date) Days Required (±) 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: V Ave. N. Improvernents/Larighoiz 30 March 30, 2016 Project Number: 07-3033 APPROVE© A5 TO FORM: (applicable if Mayors signature required) Kent Lave Department In tl'dz field,you may enter the electronic fi9eltatl5 Wheac the mttract ha,k�e ll Saved 1",Ave. N. improvernentsiLangholz 31 Mare 30, 2016 Project Nurnber; 07-3033 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 ....................0 Order of Contents.................................................................................0 Invitation to Bid...................................................................................0 Contractor Compliance Statement........................................................13 Date............................................................................................D Have/have not participated acknowledgment.............................0 Signature and address ................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........0 Date and signature .....................................................................0 Administrative Policy ...........................................................................0 Proposal...............................................................................................0 First line of proposal - filled in ...................................................❑ Unit prices are correct ................................................................0 Bid the same unit price for asterisk (*) bid items .......................❑ Minimum bid prices are correct...................................................13 Subcontractor List (contracts over $100K) ............a.............................13 Subcontractors listed properly....................................................0 Signature ■...................................................................................0 Subcontractor List (contracts over $1 million).....................................❑ Subcontractors listed properly....................................................0 Date and signature .....................................................................0 Contractor's Qualification Statement ...................................................❑ Complete and notarized ..............................................................0 Proposal Signature Page......................................................................0 All Addenda acknowledged .........................................................D Date, signature and address .......................................................E3 BidBond Form .....................................................................................0 Signature, sealed and dated .......................................................a Power of Attorney.......................................................................0 (Amount of bid bond shall equal 5% of the total bid amount) Combined Declaration Form.................................................................0 Signature ....................................................................................0 Change Order Form..............................................................................0 Bidder's Checklist ................................................................................0 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 a ter the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMEN To be executed by the successful bidder AFTER COMPLETION of this contract. 1"Ave. N. Improvements/Langholz 32 March 30, 2016 Project Number: 07-3033 BOND-9819119 PAYMENT AND PERFORMANCE BOND wKENT TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, NPM CONSTRUCTION CO as Principal, and LEXON INSURANCE COMPANY a Corporation organized and existing under the laws of the 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 sun, of S 368815.36 , together with any adjustments, up Or clown, 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 tho above bounden Principal, a certain contract, the said contract providing for construction of 1` Avenue N. Improvements —W. Smith St. to W, James St./Project Number: 07-3033 (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 pro%1idecJ 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. t'Are N. 1rTryuvements11angholz 33 hlar�h 30. 20�fi Project Numhr�r:07.3033 TWO WITNESSES: /N NPM C ONSTIdUC TION CO PRINCIPAL Tyr. 111 1 a's nano above) "r . TITLE: t; 0 TE: /.� �14 DATE. ,4� r r ��✓� e' l . �� ,� .�'�:�����'!,��ti,,.�'°r:'� CORPORATE SEALS PR INT NAME DATE: t ,, x ,Mt 1' LEXON INISJAaVCh. OMPANY SURETY CORPORATiG c ryr BY: BER'r r.,.DAVE.NTORT DATE TITLE: ATTORNEY-IN-FACT 155 NE 100TH S'1',S'I't;201 SEAT'1"I.1 WA 98125 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I rare the (ASsistant) secretary or the Corporation named as Principal in the:within Bond; that Who signed the said bond on behalf of the Principal of the said Corporation; that I know his signiature thereto is genuine:, and that said Brand was duly signed, seared, and attested for and in behalf of said Corporation by authority of its governing body, .y SECRETARY OR ASSISTANT SECRETARY i'"Ave.N.ImpRove�ems!Langho14 34 10d;ch 30 2016 Project Numbr r; r-2033 POWER OF ATTORNEY 9819119 LEXON INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS,that LEXON INSURANCE COMPANY,a Texas Corporation with its principal office in Louisville,Kentucky,does hereby constitute and appoint: ROBERT D.DAVENPORT its true and lawful Attorney(s)-In-Fact to make,execute,seal and deliver for,and on its behalf as surety,and as its act and deed a PERFORMANCE&PAYMENT BOND under bond or undertaking number 9819119 issued on behalf of NPM CONSTRUCTION CO as principal in the penal sum of$ 368,815.36 This authority is made under and by the authority of a resolution which was passed by the Board of Directors of LEXON INSURANCE COMPANY on this I' day of July,2003 as follows: Resolved,that the President of the Company is hereby authorized to appoint and empower any representative of the Company or other person or persons as Attorney-in-Fact to execute on behalf of the Company any bonds,undertakings,policies, contracts of indemnity or other writings obligatory in nature of a bond not to exceed$ 368,815.36 ,which the Company might execute through its duly elected officers,and affix the seal of the Company hereto. Any said execution of such documents by an Attorney-in-Fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company. Any Attorney-in-Fact,so appointed,may be removed for good cause and the authority so granted may be revoked as specified in the Power of Attorney. Resolved,that the signature of the President and the seal of the Company may be affixed by facsimile on any power of attorney granted,and the signature of the Vice-President,and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certificate so executed and sealed shall,with respect to any bond or undertaking to which it is attached,continue to be valid and binding on the Company. IN WITNESS THEREOF,LEXON INSURANCE COMPANY has caused this instrument to be signed by its President,and its Corporate Seal to be affixed this 2"d day of July,2003. LEXON INSURANCE COMPANY BY ;SEAL t ° David E.Campbell President ACKNOWLEDGEMENT On this 2"d day of July,2003,before me,personally came David E.Campbell to me known,who being duly sworn,did depose and say that he is the President of LEXON INSURANCE COMPANY,the corporation described in and which executed the above instrument,that he executed said instrument on behalf of the corporation by authority of his office under the By-laws of said corporation. `r`�•OSAq [X_ S.�Ir vi '....••... Notary Public I . CERTIFICATE 1,the undersigned,Secretary of LEXON INSURANCE COMPANY,A Texas Company,DO HEREBY CERTIFY that the original Power of Attorney of which the foregoing is a true and correct copy,is in full force and effect and has not been revoked and the resolutions as set forth are now in force. Signed and Sealed at Louisville,Kentucky this 9th Day of MAY 2016 Philip regory Lauer Secretary "WARNING:Any person who knowingly and with intent to defraud any insurance company or other person,files an application for insurance or statement of claim containing any materially false information,or conceals for the purpose of misleading, information concerning any fact material thereto,commits a fraudulent insurance act,which is a crime and subjects such person to criminal and civil penalties." CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and NPM Construction Co., organized under the laws of the State of Washington, located and doing business at 25443 SE 1841h St., Maple Valley, WA 98038-7304 ("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: 1't Avenue N. Improvements — W. Smith St. to W. James St./Project Number: 07-3033 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 eighty (80) 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. 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. 1"Ave. N. Improvements/Langholz 35 May 12, 2016 Project Number: 07-3033 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. -.J Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION, THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. ._, 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. , 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, - including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. Vt Ave. N. Improvements/Langholz 36 March 30, 2016 Project Number: 07-3033 CITY OF KENT � BY: SUZ T C4 KE, MAYOR DATE: ATTEST: J RONALD F. RE, Y CLERK APPL\�ED AS TO FO ' M,: KENT LAW DEPARTMERT CONTRACTOR BY:X , PRINT NAME lVapqdo DATE: ,tea y 1A -40/6 1" Ave. N. Improvements/Lancgholz 37 March 30, 2016 Project Number: 07-3033 EXHIBIT A INSURANCE REQU I REMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may J arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO A 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, the WSDOT, Sound Transit, and King County Metro shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1 . Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 15L Ave. N. Improvements/Langholz 38 March 30, 2016 Project Number: 07-3033 _J EXH I B I T 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 A The insurance policies are to contain, or be endorsed to contain, the following ry provisions for Automobile Liability and Commercial General Liability: _J 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. J 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, the WSDOT, Sound Transit, and King County Metro 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. _J E. Waiver of Subrogation J The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to1he Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 151 Ave. N. Improvements/Langholz 39 March 30, 2016 - Project Number: 07-3033 a EXH I B I T A (Continued) J F. Acceptability of Insurers A Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. ., G. Verification of Coverage A 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 J Liability insurance of the Contractor before commencement of the work. H. Subcontractors J 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. J J J 1u Ave. N. Improvements/Langholz 40 March 30, 2016 Project Number: 07-3033 AC 115/g/2016 ATE(MIAIDOIYYYYI.. CERTIFICATEC7lBN Ifi1° IPUFdIGE 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 pollcy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not canter rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Debra Winston NAME; HLJMBLE"i & DAVENPORT INS BROKERS INC PRONE (425)226 8221. P� 1 4 251 26 5-934� 3500 Maple Valley Hwy EWAIL debra @humbledavenmmTort.cam ADDRESS: I,N—SI1'FP.�.R S AFFORDING COVERAGE NAIL a Renton WA 98058 INSURERA-.0hio Seg!1rilInns Co _ 24082 INSURED INSURERB:'Trayelers Cas Ins Co of ,Amer 19046 Nando Perry Merlino dba INSURERC 'I`laq._phio Casualtyr._Insurance Co_ 124074 NPM Construction Co_ _._ 25443 SE 184th St INSURER E Maple valley WA 98038--7304 INSURER F: COVERAGES CERTIFICATE NUMBER:GLA 'L 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 NTH 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, EXCLUMONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. FAA ��__.._ ..........._._.... y _ POLICY TYPE OF INSURANCE N POLICY NUMBER YY�� MiC1D YYYY �tMMIDOJ'�Y'P _ LIMITS X COMMERCIALGENERALLIABILITY EACH OCCURRENCE. *� 1,000,000 CLAIMS-MADE OCCUR .5`11F1AGE TO RENTED _F'EEMISES_('Es occarrrence 5.... 1,000,000 X Y DKS54857964 9/2/2015 9/2/2016 MEDEXP(Any!nceEaron) $ 15,()0fI PERSONAL 8 ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES..PLIES,PER: GENERAL AGGREGATE 5 2,000,000 X POLICY, PECT L__.RO- PRODUCTS-COMP/OP AGG 5... 2,000,000 .r LOG OTHER: Schedule Mod Faclor 1 _5 ._._. AUTOMOBILE LIABILITY... COMBINED SINGLE LIMIT Ea accident 1,000,000, $ X ANY AUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED PAIC424929 7124/2015 7/24/2016 200ILYINJURY Peracvdenll S AUTOS AUTOS X Y I NOWOVWNED PROPERTY DAMAGE .....-,_.._...,......,_.__._._.. HIRED AUTOS _ AUTOS Prraddern._ _ _S a Prem Ach S X UMBRELLAUAB I X I OCCUR y d EACH OCCURRENCE $ 2.L-0 Q_0__L000_ EXCESS LIAB CLAIlAS IulAt'.1[ Umbrella AGGREGATE $ 2 00Q 000 OEU R;ET.ENTIO;N S X 7t rsO548.57964. 'V' 9/'2/2015 9/2/20�16 r S WORKERS COMPENSATION PTA TE X OERH AND EMPLOYERS'LIABILITY YIN ANY PROPRIETOR/PARThIER1EXtCUTI"v,: WA Stop Gap E.L C.Ya_CH_ACCtOENT S 1,047Ci2.!�fD.(J._ , OFFICERIMEMBER EXCLUDEO7 N 7 A A (Mandatory In NH) BKS54857964 9/2/2015 9/2/2016 E.L UISEASE-EA EMPLOYE S 1 000 t 000 If yes,desed�4e under � _-.,- _�_ _..� nESCRIPTION OF OPERATIONS below d E.L.DISEASE-POLICY LWIT S 1 000 GOO Li t DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,AddIlional Remarks Schedule,may be attached 6f more apace Is roqulred) Project: 1st Avenue N. Improvements - W. Smith St. to W. James St. Project, Number: 07-3033. City of Kent, the WSLIOT, Sound 'Transit, and King County Metro are included as additional insured with respects to worts performed by the named insured per CGBBIO. Coverage is primary & non-contributory and waiver of subrogation applies. Completed operations apply per CGO583, Additional insured applies to Excess per CE6524. Additional insured and waiver of subrogation applies to Auto per CAT420. CERTIFICATE HOLDER CANCELLATION (253)856-6500 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of gent THE; EXPIRATION DATE THEREOF, NOTICE MILL BE DELIVERED IN Public Works ACCORDANCE WITH THE POLICY PROVISIONS. 400 West Gowe Kent, WA 98032 AUTHORIZED REPRESENTATIVEDebra Winston/DEBRA @ 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(20'14101) The ACORD Dame and logo are registered marks of ACORD INS025(201401) BKS54857964 COMMERCIAL �GENERALUA131LITY EG 88'10 6413, 7FIIS EfiIDURSBMWt CHANGES THE."POLICY.PLEASEREAD:IT'CAREFULLY: 'CQMMERQ AL :GENERAI AB.ILiTY EXTENSION This endarsemerit fti6 ifies fdsftc 6 a prodded under;:i' following-, CQ11�lMERC(,4L.:GENI~R4L I:IABIL[TY EOVERAGEF'i4E27` 1NDEJC �_,Sl1B:IECT• PAGE f+lI7I1=o{N;�IEp••'AIRCRAFT 2 -•NON=OWNED WATE- CRAF ' .Z .:PRaPERiY DAIVIAGE LIA8ILETY'-.EL!_SIATORS :2 E]7 NDOr DAMAGE TO PROPERTY RENTED TO;YOU (Tenant's Property tlainagg) 2 -MEDICAL;PAYMENTS`EXTENSION. 3 '.E -TENSCQN'bF.SUPPL:EMENTARY PAYMENTS 1;.00 AGES .ND B 3 ADDITIONAL: INSUREDS°�BY q0NTRACTli REEMENT OR,PERMIT. t3 PRIMARY 4ND.NON=CONTRIBllTOFt'll- ADI3fr ONiAL INS61tED EXTENSION 5 AC?Ul TC42fJAL I�IS[lREpS: EXTENE.iEb PROTECTION OF YOUR"LIMITS-OF•INSURANCE' 6. 11VI46,I.S AN.1NS.URED -INCIDENTAL MEDICAL ERRORSRVIALPRACTICE AND WHO IS AN i1�—ORED -FELLOW:EME?LOYEE--EXTENSION -:MANAGEMENT EMPLOYEES 6. NEWLY FORMED OR-ADDIT16N7ALLY:AbdULRED ENTITIES: 7 FAILURE-W..DISCLQSE-'HA- ARpS:;AN[3 PRO­Li OCCiJRRENCES. 7 • ICf�IOWLEDGE 0"OCCUitREI`lCE„OFFENSE; IAIM." - SSU!'I' 7 S LIlik AL17A'IPM CLAUSE 7' e BODILY;INJURY REDEFINED" 7 EXTENDED�PROVEBTY DAMAGE 8 WAAVER`.OF TFti4IVSFER-OERIGHTS,OF RECOVERY AGAINST.OTHERS-TO MS.- Z. WltH `R2EQUIR•ED IN AA CONTRACT-OR-AGREEMENT WITH YOU O '2013Liberlyi Mutbal insurance CG;88.19 04 i3. Inctudesu+pyrighted material of Insuraice.SetvfcesOfftce;lnc.;with its permission. Page i 6f-8 r With. t.-o c­ afforded :bk this bh;d'­­­ h #6.� fo s: modified. by t6e.�. respec t' coverage orseim�nt, ff 6f thq�pq(jqy apply ppl6s ;end6iielhehL. A. ".OWNOti ­CRAFT ­ A....R C .A. doi .0a9taph. M.Uri kicdIusions, , . of Section 3-dIIy Iq"ju 6 hd P­ . opLrty Diffi.Oe.rbor qmR !3.k Watercraft igsn atic -M pr60idec! palm cretin;: 4. The 04,ih domrhan6 hdds,&dEirr_&AIIY' effedffii --'b6rVO69Wj .issued'by::th'6-d­I­ fty:.consfifUted authority of .1th :,of-Arhbf.Ce c�;46�1# 6tirib. -h & ;COM rd a. or airline..Pilot; and 4: 10s,qc?f 66'-Ag .used-.�qrcprry Persons.o -p- � ilcharge. r rope,-y or*�a HdW�g,v&. Jti6 AD"u rahto.e 9 00..0 . �X.ih provision d4ps.ng'@pp'!ya jj'.th6r . pvaga.b Id. toi.ft DUirr6c .other' ld 466 `O tr#surance, wheP..primary, (other thninsura ce wriIlan• "'. r*apply in"ekdess of this 1 .any goer basis, that would;z also to Ih lbssc6V erod under 4. NON.OWNED 'WATERCRAFT .006t Paragraphak - -.0-Soction 1=CoVe`rage7.A-'Bi6dily lnjnry And Property0' U bl((ty, �t P. r mgm jb ��r .Oli (#,*excjqgtqg -g..Afrqrgft,,I4qtp:,Qr VNgterc.Jraft! 'is'i0placed by the Nldwho: Thi s not apply to: !Kd do'-'hdt;6Wh tfi6vjs. being;used iq carTy.",'p ersons-dr property.. f6t -chdrge.. C. PROPEigy-p mOATQ�§ g:UAPMV?-EL T- Utde'r,,Pa­'ra­g,r,aph df 5dbg6­­I A",.-gbdiyUjurY And:Oropqrty..' rpage babli-i Or*cg"p'd4'i*­ d .-ty S 'a`1g-`rO-'p-h§-'- (3)j 14Y..'b6d:(S)'11)'M eikau§id-fi apply if such i, u par 0-n "Property ,b bl&h i ..Or e-PUrposd:1df1q,Is_*Pr9vkSkqP; N �d' M.907 re.sujW-`from. ttierds*e­ f 06--qO('Inc[4dw - -s;, ...I Vehi cle lifts qp�kraMqn mlDrp`eI O.erjet.al' L Ab!IIty'-CdfidiMDhSj 'Coriclition 4. Otli6r .Insurance; .Paragraph b:Excess insurance:, T-WAMuedh effidtddcl 0111§1 0*.r6Aejc0. of 66 eildorsemprit. Js,excess over ppyprppqrty Insurance, exceds,-.c'6nffifg6ht .-d:r..o.n,a other basis. D. EXTENDED DAMAGE T-O:PROPERTY.,-.RENTEU'TO�YOU,,gen;§nes .Property ih"Se) if, 4mpgg TpJ:1r9m1se-s Rented ToYbU isnJbt bthetMse. dxdlUdbd 'ftrn this Coverage-Pait' Exclusions df-$cctfd dilly-Injury, d'Pk6pdrtk 139Ma& L labMIV: ..Lqqr Paragraph g.gKclus. n I Oi�ragie A-43.0 400 16P ..s -pa!- q foll"� Property is rdpjactcr. by (3):ah-d., 61"this"kd •Uston, OPP, appy .�! PrQpe.rtV mqge! jother than UyAe 'j lightiiifig"j e xpIoslonj m6ke, 6fleakage'from-an�W tdffiblic 'tre brot6ctlon systemI)jq: (i) Vremiqes rented to you for a gbriod of 7 or fewer dohgecdUv& day s; or !t9piehis1hai yous ...34 pprt pf.;E�-p .or leage.agreerfient for a period of rent lea q ypmises rental mare than. 7 days. Pdfti§rgpfhs :(1)j.(3) and l ' :(;4­) of A.h...i.s. .6kibsiofi. do apply to "property damage' to contents of ms6� rented to yog for P . gf 7`6ft fewer consecutive 'days. A -sOpi3rOd Omit of insurance- .applies. tb` this- :dbV6rbj6. :as cles"66bed in 86edon III rlmffs of, 2013'LJberty-Mutual;hsuf.ancg: yfigNbd maliMal jisuranca;5 nc.; p rml Page 2-of-8 b. The-last parbgraph :of subsectit'sn- 2.FxGluslons is replaced tiy:tlle fotlouving: aplusions':c thrnurgh n..Oo loot Apply to damnage by fire, lightittng, b>rplosfran sm ke or leakage; tram e,utcernatic lire°tprat stir rl systems t€i�prernises ti±hile rented to gob rar.temporarily occupied, cy ycau With °perrrtTssian cif the owner. A=separatb Jirnit of irtsurande app.!es taa'.�?ariaage fa Premises:° Rented T -YOU ats::dOscribed; air s6ctiotn-M-t:.ij-fflfs"of:tn a'rance 2 Paragrapfia 6 und'er SrscttorrAll- .jmfi :,Offrisuranc.0-is repjpged`by the fall©wing. 6. Subject to l?aragraph above, the Dambbe To Piernises Rented To Y'ou Limit rs,the most we--rrilll pay dhd6 .'Coverat;e Afar damages because of `property damage' to a. .Any-.one'premise: (l 'While rented to"you; or t ) h,la rentedi tp-.you or. temper rily .occupied ,by. yeti with permission: of~the odrier for damage f ,: ptig, expin, moter eaage from autarriatc paotedian sysa 'b Cantents: that.you rent.dr lease as part'of a premises: rental ,or-lease agreement, 3. As'regards doverage 'prawided by this 'provision D: EXTFNDEU DAMAGE.TO PRbPLl''<1 Y` ENT E7 lCi. YPU (renaaiAls'lgaper#yi'Maaiabey ,l`"grph 9.a.°rof'l e rdi#iiiaas is raplaoed nnth #he,folEnw ng: -9 a. A Contract.'far A:-Iease,. f:'premisa s l gWpver,: thaL'Oortion bf'the contract- fbr� a lease of farerhises ndemn6s any person or organization for:damage by- fie; lightning, explosirin, smoEte,. or lea'age finarr . au#1?rTtatta; fie prateciaon systems to prerfrises vutirle, rented`; to you ar ter�pcirarlly accurared try .you +rith the permission of hf u?uner,. or;fiar:dartage to can#ants of°siaoh prerriises that are included rrr.a}rourpremises: rental 'oc iease;igreement,. �s.riat an"instrreclj'contra'ct". E. MEDICA . l'A`CjWIE �7C"t"f?ktlbN. are arrterrded g as fa loin Pay aal�ts is nat-bt6�"er�vise dkd[U ledl the,fi;�eclical Payrr?erit provided Eiy:this palicy. s. Urarler laara�raph >1 Insuring.Agreernerit cif Section:yr covee.g--C:-Medical F'ayrriecits; $ulaparagraph (t jParagraph a.es:replacert by the following. (bi tbe,,:exp nr qe are ancurra;d and reported vJitfhin three years,of the~date ofthe.'accCdent; and F. EXTENSION '.OF'SUF?PE:EMENTARY F)ikY t6ENTS -CQVEF qpp A At4b-B t.. .tjnder Si.tpplernentary, Payments -Ci verbg s A arid.f3',Paragraph- IA is replaced by'the folloyrirrg: 1.. Up to;$ ,4p0 far ;cost„of'trail.tiunds� required. because. of acciderlts. car traffic law violations ai isii out ei the: usee eaf any'vehicle to wIt`ach the Bodily Injury d iabitity: Coverage appi'ses: Wa do nest have to furnish tlYese:bonds, ;2: l?a"ragrap�lt d rs,iepleded by the.fbilow ng 'd. ,All.reasonoblel expenses trtcurred by the, insured at our r'eguest to-assist .us in,the investigat" or defense of e.clairfi or "suit", iriclaidirrd actual Coss of'earmngs .q to 50U.a day because a€:time off�'td i.`wdrk:: Q. .Al3DlTl,CDilAI_ lt�5t1RI t3S `.SY:CflhCTRAc6;AfiiFFFMI=NT'C7IPERMIT 1. Paragraph . .under Section !t'-Who is An tnsaared is,gmendeo to include as an"irisGrert any persaii or tronal prpaization whom you have agreed_ -tc add -as an adda tn'suret! ,in'a.wnllesa' contract, wvr'rtten Agra amertl_ or.permat Such person or"organlzatiori is 'an additional ihsurbd but:only with respect to liability for "bodily, rnfury. 9 "property damage" .or "personal' and-advertising injury" caissed in varhole` pr•.in.p4r( byw a; Your acts or viiarssrprts, or th acis or.omissions of tfrpsp acting, vn your behalf; in the pprfarrnarrce I youi on gair9g `operations €or t'he additiaraai ensured that are the sub%act:.Inf the written cc tract ar written .agreeM,Eept prt'yided that the "bodily injury" or,"prppedy damacge" occurs,. or the „per sons! °and ad''ert.sirig rn#iary` ls.cammitted; subsequent;tc the-signing of such,written contract or Wntlen agreement, or, 2,0130berty Mutual lnstrrance. CC;:BB 10A14 13IrocCiides capyrightecl matenal.af Cnsuiance Services offs e,fnc,witty its permission. Page 3 of 8 Prqm.isev-..iPr.iaciii fi-Os' 'rddtdd-by YoU or used q,-you; S Thezmaintbrignc% operation or use q by-You'.of:eqUiOrtidht tented or lebs0:§.-yO6:4k!�;U`O pk on..or .QrgA 4011; ,or #66*06ris qrm.qd'_ �y- ypg. or..op y9i `foie-Which h.6 s(Ote_ot Obliti6W 4ubdivip '..' has performed'. ;your,66half _!qn This. insurance,-r @ ..5e,. does.'not.apply . Uilly injury", "P(oparty Aarnagel', or,"p6tsoftal and ad- vertising` !hjwy." 64*14,01"d 49"t'of•the:operahopi Ve;fprmeo for the.-iiate*.or political --subdiVisieni. (2) Thid WsUilfid6 dd'6s 'Hi3t. apply 16"59 O kk i6fy ryi gr "property, damage" inc luded VOM: flid "completed ;operation's tiazei�d". (3) Insurance:applies JO*0rrffsdS,- bwh-rm iidfiti.6t cbhtV61 66t .only-4th ies; �i,-e wrl liagarft, P -O.thpfollo ng 0409w-- miln'Wowp,, rep* re OVAI qo r- O__F6dV&UW6g. qnstrud.00h; erection; SMS; 6w&gs, entrances; coat holies, .8tjveway§; noltinh6l6s, h,16r4ijo­- es. h,61k"away: qp gn!pgs, pfq�w..Ilk yqu(ts.; •shre0t.*bannems`j! -or .d6coWforit. and 'slffiUlv -i*o- (b) The cofistrubot erection, or ierhoval of eleva' � 4y.it F), The:oWfifthipj- 4naihtdhbKcd,. '6r'xhie,.,OfOr �Slnsurance. ihsyrappf!,.afforded to..sUch-addl.tidnEil h6Umd only applies to thd;.dkte nit r,idrOtte by:L*i :Ancf- lf ijireiage "ll"Ai'd-e"d to`the additional insured,Ji!q:.rq'quirod"by ;k.contract .de 4gffedifieht, the hi§­ ur: n6 fll�t,­ ; ��'L additional ljl§*�eo milil r a which"i-you _�Mqp afforded tb. such _;oJrbe:J6road6t "th"'ri are requir6d by: 't eNbdriftdt' or,agreement royide.- for such additional. 'Insured. ...gpa*�mi�nt lq,p itspact.' tb`_fttgraph I.a. iaboveA s orqFgairliziih�10 s status -as an. ad-d- id APOOr.-161s-endors6tneiib ends-Wft&n: onal insured .0) All Work, fnqlctOipg materials,. parks, br-equiprheriti �furnlshed. id,Wnilbbtibft. it IK §dch'%y Q(, 6hflee . -fngintqnado6.-ov.repatrsy-lo.be petfordi6d -by-!dr'.-6h project. qF e�qe; of thlb insured(sl-'ai-1he loca tion -of.1fie covered'-op6fafforTsi'has..been dumpleted; 6:r Tlhbt: p6rdan' of "yblk W&V obf'of`_winch '_tp_injury 'or#ppgg;:arises.-ha ?106n put td its. :IntWd4d use by any personoffi4--ifign another erigag . ­ PPR�.a.ctor or-sub. - .; or qgcln!�, ' ' in:pdrfib h-� -b '­- 'f peratiahs - : rf `t** s ame:project.. ith" ;t6sOdt,to'Paragraph 1.1b. zibb ej -a persons qr,prgangajon.s, status as an p5oifignpi insure :Under- drWirseffien't.- ends."Wh-dn"' agreement •with .you'for such drl6bliffids.' Affds.. roppecis -10.0.arpgraph lxi ilboVe insdrbndd� appi- f takes place after.t a equipment; 'rental. .. y 6-any am-urrence v nt; ' Iltal. or:J&i3sd agr6drh6rif Ujti°00fdd ;bi'ydu have refumed :such equipment.. &S ThelthAiiancZ-. prov14d ;by fhk erl4orperner)1- !4pofl6s ..Drily if the written contract bfwrittgn agreeiiie'rit ls,signed'. ph r to the "Bodily, Jnjury" or"property damage":: We ave no 'duty ld.' diefe"nid -6-in" addltidr al insured under this endorsement until we receive written ribtib& 0-a:"60" by the.bdditi M insured a�re Paragraph gol.Condition Z Duftesl Imthe i ona required 1p -Pl graph b M,jbfif Of'.06dutjificie,: Offe'n-se idlain 6:� : i". r Suit under:Section IV m-C-ornmercial -Gen eral Liability Cofid.lil- 2013LM4.Mtudllhsidrance". CON IQ'-04.13 lii6ftides-.i:pfri§hiedm4tenalot-insuraiic:6.tervic Office, iispwr�it n.. . ­ . . - . q� ... Inc„,with . OP Odge 4 of 8 `Witti•. respect;to the:.lnsurance provided by this: 0P.4p se.'menf,, the.,following are.added:to Paragraph 2.. F:xcfu5ivits;:under:Section:I=Coverage A Bpd;ly[n�ui}t;4nd Property ©amage Liabi[ify: This urance =does itbf apply to., a� 'P... ty. ;injury° .or,="property:- ;damage" .arl'sipg `fiom.;ihe sbte:negligenee bf-the-additional insured: Ib "Bodily: iir1ury" :or'"properly ,damage`.` than occurs prior -fa jyau commencing operations at the iocatiori' where such '% lly- rwry" or"property damage" :occurs: C. "Bodily: :ihjuiy'% "properly .d6hi gp" or"personal and'a NOitising* injiuryn= afsing out of the,render- ing bf,• or-thy:failure`td reiide-r,: :any'professidhi j atchrtectural,; engiheering or surveying tsqrvipqs, Including: `"fire preparing, .approving or faliing;-to prepaie• br:approve;, maps; shop 'drawings;, opinions, -. reports; surveys,:field orders;-change:orders' or-drawtttgs. air 'speciticaUons ors (2) .Supervisory;_ bsjiectibri, arohiWdtura! 'or eiigie i g =activities. ``this~exclusion applies even if�the,'claims.against any insureif allege N-1-genre 'or,other wrongdoing .in fire supervision;- htring,. :employmenE; training or .monito7ing. .of bttiers by that insured, rt the "occur rt'nce" v►+hich caused :the 'bodity :injury" hr'"property' dariiage'; 'br the offense whRch; caused the `'personal and adverttsing injury";. InvdWed the r6hdeiing: of; or"thi: failure= to rend "er; any I ssional archrfeclurai,, 'engineering: orsuryeying •services. a O.� "Bodily- .Injury" oc°property damage. :bcctirring. `aFtt;i: (1J AlP W6 k, including'w .materials, parts or equipment;;furnished; jn:xpnnecVon with_ such work, 'on #Fie 514d, (other than sere€ce, ;malnter ante or repalrs)f to be,pedgmed by-or on behalf of the., addititsnai instired(sJ at:Ehe Location :of:the covered operations has.bqqn completed; or {2} "ghat:portion: out-' he io " . o njury oi• darpage`=arises has been put'Ad-1ts. :Enlendect use [iy any.person csr organizafton ol.11. than artbthar- snntractor or.siibnonfractbr .engaged n..perfgQ;iing pperatibns--far a;principai asa:part of'the';saiiie pniject; ie. Any person..yr organization specifically desi4dW9d* as:`an'aridiUonal insured for ongoing operations by-:a.separate PiI3I)ITIONAL INSURED OWNERS, LESSEES OR EONTRACTI RS ehcibi^sehierit is- sued.by-us and made'a.ppd oUthis policy: 3 , WfiN respect.•to.the insurance afFarded ,to:these:addiiignal insureds,..the fallowing •Is added tb-Section III Cfmrts Qf�tnsuraizce:: If caveiage provided 46:the additional insured is'required :cbntract:ar agreement; the-.mast we will pay.�an behalf df thk.additianal 4tisdidd' is:llie amount of insurance: A- Required•.by`ih.:.contract:or•agi_-eement; or .b; /1vailabie: under•ahe appripole :Limits of insurance shown in-.the Declarations; WS,6hever' is less. a This t:riiiorseinent: shall 'not increase:the:appficatale Limits of Irisbre rice shown in.the beclaratio ns_ PRfIUfARY.AND'.tai0...' NTRi13ElTOFtY ADDlTtbNAL. li4t;JREp I=XT.Et�tSt[1TI This provisidd applies tb any pei'sbn:oe drgankation wlio quatifies -as•an,addiHonai insured under any form, or.°errdorseririent `undee this policy. Co tdikgji 4,,Other• insurance of:S�CTIaN IV.COMMERCIAL:GENERAL LIABILITY ZONDITIONS is amend- red as-fotlows: a: -The:ljdowing is=added_io-pa,ragraph •a.Oiimary- Insurance: If an.-.additional ins,.ureds_'policy has`an Other Insurance• provision making, its policy excess, and..you have-agreed rn a written; ccintracL-or.written. agreern6nt, to pr M6 -the additional insured coveiagt on a pnrnary and;nortcontnbUtory, Basis,;ffiis ppliay ;shall bttprimary- and inie:juili not seek ca'iitribution from ttie_:add�ibnai insureds, .policy for damages tvecover. V '2013Liberty-Mutual'lji iUrande: CG1-88 10-04 13- includes copy.fghted maWe i:gf Insurance.Seruices.Oftice,Inc.,wiih its permission.: Page-5 of 8 The fallowing. is;atlded ao.Naragraph:b.Excess Insurance: When::wwritterf •conttract:or Written' agreement, 61h6r than a;preri}ses lease; facilities rental contract or agr.'eemeri.1 an equipment fierital:oi lease,coritmdi or•agreeii e&it, :or permit -issued by a state or potit'ical s i[�d'tvisi6ri between you and err addttionaf �insiued does not,require this;insurance 'to-be:primairy- or pt�iiiary and riori=contntiilfory; this trisurance is excess over. any,other insurance for..Which the add-= tiorial, insured °is desigaafed rasa tVairiei3 Insured. Regardless of the'wifftep ag Bement; between y-,ou ari l:an additional :insured, this*insurance is excess over any:other insurance whether pfirrtary, excess,, cani�ngent ar on any other basis.;for which the additional: insured has been.aclded'*as an additional insured on other.policies: E: ADDITIONAL-—.IN)P! 1191)S -.EXTENDED PROTEChoN OFYDUl2`"LIMITS' OF IN't' RA k Tliis'prDvision-appiies ao ony-,person or organization .who :qualifies as an additional insured under any fanst or endorsement under this-policy.. :1.: 7h@ fdtlawing: is added to Condition .2:'D"utias in The.Eveiit Of'Qccarrenee, 'Offense it:taim or Suit: -Ari additiiirial insured -under this'ehtivrsi mien' will' as:soon,as-praaticable: -a: :Give tWitten notice:of art"ocWkrence" :or-•an ofiferise:.that may result in a claim.or"stiff"' under :thls'insuiartce 16 bs; p. b.. render #fie defense ariii: inderTiiiiiy of';ariy claim :ar "sutit" to:all iristtrers :wfia'rn also have insurance available;#o the additoona- :insbreii; acid c.. Agree_;to make available .any:otfier lnsttrar!ce: which: the;;additional insured has for a!os's We cover under this Goxerage Pair; _ - .- We'have,no'.cfuty`to defend o :indeiirjify ;an additional' -insured under this.endorsement unfit we•receive:written notice of`a""suit" icy;the ad0j tonoll Insured-, 2. The,limits o€insu1.ranee,applfdable'ta.-.tRe additional Insured' are those specified 16 a.wdtten contract Or-written .agreement or'the limits of insuranoe .as'.state-- iri-the-Declarations of this policy and defined •in_.Section, III .- Limits=of Ensurance:bf this pol I 4h1dhbver are less: these iunits. .are inclusive of,and•.not in.addition,.to the.limit! 'o€-ins&rbhbd ;available.udder this policy: J _ VtI"P js Aff IINSUi.E[) If4ddtNrAL N1E�ICAC.ERi"p" /'MAt_Pi2AGTtEE WHO (..`1":tNSi"RED.._FELLOiAf EMPLO.Y�E'EXTENSIO[�! 14IIA^GEMEM EMPLOYEES :Paragraph Za:(i). of Section 11: Who Is Ari Insured is replaced •with the-;following: (1) Tbd'ily injury';- and advertising injury"- (aj To,yau,:fo,your partners or'.members`. (if yois are-a:padnership: dr joint venture); to ypur me rnbers: if you are a Omited_ tiabiliiy :company}; to a co-"employee', while in the course'of his of het employ menu ,or performing duties related -to the:-cor;duct:'of,-your•btasindss, or to-your"other "yoluriteer workers° white performing duties rdlat6d to-the.conduct 'of yotif business; .(b) To alto spouse, child, :parent; .brother dr'sister of that'cd-'.'employee" of"volunteer worker" -as a. coiisequetjce -of Paragraph (1)(a)1above (c) 'For Which #here 'Any y `bltgation .to.:shade`damages with or repay someone else who. must pay damages=b"ecaiise of the injury described iri Paragraphs'(1)(a}or(b)above] :or' fdj -Arising out oehis or-her providing or fatting to provide -Professional. health, care.services. However, if you are not;!n.the business of:providing_ professional health :care services or providing profes- sional health.care.personnel to,others, or-if coverage for providing -professional' health care ser- :vices is not otf�, erwise excluded by separate. endorsement,. this provision {Paragraph '(d))does not appiy. Paragraphs (a)and (b) above do.not:apply'to"1?odily injury" and and advertising -Injury" caused by an "erripfoyee" 'who rsacting in a supervisory capacity for you Supervisory capacity,as used'.herein means t#ie "employee's" Iota responstbifities assigned by you, includes the direct supervision of other "employ- 7.ees" of yours. However, none:•df these "employees" are insureds for %Qdiiy. injury!' -'or "personal` and m:2013 Libety Mutual Insurance. CG 88-•10a14 4,3. !ndudescopydghled material'of Insurance Servicesaffce;lhc,;wth its permission.- page 6 of 8 advertising 'ir}jury'l.arising out:of their willful conduct, which is defined i3s the purposeful or willful intent, lq cause "bodtly. tntury" of"Personal arfd;advertisng injury"; or•'raused in whole •or'fn'pi3rf•by°theft rntoxfca- bran fiy jq'uer.. or�pg4kglied substances. 'f tie oovi:iage;provided _.by provislgn J.iswexcess.over.:any..other valid:and coftectable: insurance availafile to: Kc `NEWL"Y FORM®`.AR IUDITIQ�}ALLY ACQUIRE�0:ENTITIES Paragraph '&O'Sdi:5 n`11 o'Who-Is An:lnsured'is replaced :by the following: 3. :Any:organization; you newly acquire 'ot fofrn and over:Which'.yoir`rnalnlaln- ditdrshlp. ;or majority, interest, -will quafify as%a Named :fnsUred' If.AhOd Is<nb`btii'er similar 'insuia ":' ,available ta, that.. organization. However: a: Coverage .under this provision. is:afforded ;only. until ;the. egoiration .of thie policy period in tinri�icf :'tfie enii[y. was.aequired: pr formed by,;you; - �. , :li. Coverage A`does net apply 'to "bodily. i0jury" or. "property damage" 'ihat occurred beforie you "aajuiiaii or farmed tiie aCgariizatrorir and. 'c.. -.Coverage: B•does:riot:apply to-"persbfiM end advertising irij iry" ad ing :ovt--of.an tiffensg .committed before -you act'Wred of foifried tfi'eiorg hWi ion.: Records;and.descYiPtions .of operations must lie mainCained.•:fly.tfie•;firsC Nariied. Erisrired. No piempri... ganization is_ari insured iriritti iespect to'tfie coriilucf o('ary current or past pa.rinerstilp, Joint -venture' or-krifted- liability. company that rs•not'sfibwn' as:a'Nameii insured in. a Declarations .or qualifies. as,aninsured"under this'p'roVFsion: L.; a'AiLURE:TO.RISGLQSE:I AZAt2DS AND ARIOR-:QCCURRENCES .tJnder-Sectid"n N--Commercial- General Liability-Cbriditibris, the following is;added.to.t.andiGan .6.:Repre- sentation's: Your failtlfe: to disaf ii all hazards or ddr 'occurrences" existing g asoF.:ihe(nceplion date of'the.policy not:preludtce the coverage: afforded b�y.ffi'rs policy provided such.fa(lure to:disclose'.al! hazards or' "occurrences" ismot intentional. Mz :KNOWLEDGE OF OCCURRENCE,OFFENSE,GL/dttlll'OR SUIT :Undei';Section EV-Commercial.General laabllkY�Conditions,,the fallowing i `added to Condition Z Dutle's to yl he.:Everit'of Occurrence,, Offense; Gtaim Or'Soit: -Kriowledgg; ;of an "occurrence°, -offense,, claiiii of °suite by:an agent; setvarit- or,"erripiayW of any insured ... . not;:in rtself constffuto. :kroowledge -of the insured unless,an intsured listed ur;der Paragraph f Section. il.= _ha Is,An lrrsurec! ar a:per who:has•beeri designated by them'-to receive reports ;of; "occurrences"; offenses, .dorms; or "s rils :snail haute rer�eivetl such notice irorri'ttte agent; ssrvan or "errrployee'.- s x N. LIBERALIZATION CLAUSE If•we revise this Commercral General.Li ,wtlty Extension: Endorsement <ta provide J:nare. coverage without additional premium eliarge, your' 9.1-: `►will, atitomMkally :provide.the coverage asaf the:daytl?e;revision. is e effectivel hi your state:. 'O, 8OlilkY INJURY REDEFJNED• Under.Section`V-=-17efirjitlons, Definition $:is:replaced by.the following: 3, "Bodily injur/1 Mdans-.physical injury; .-sickness. or disease sustained by a person. This includes .rrient6l* iandulth, mental :injury, shack; fright of death that:results front'such physical injury, sit k- ness;'or:disease. ' 0 20:'13tiberlyMutual Insurance- EG 86 10'04 13. 'Includes cop'ytighted material oflnsuranceServices.pftice;l[ic;With its°permission. Page 1 of 8 P_ EX TF1si ROPE!3TY QAMI#Gtr Extki.ki6h 4_- of CCiV GGE A-,BODILYINAYgY. A_ND:PRO I PERT-Y_A3AMAGE LIABILITY js .-.§. '' replaced by the- foltosnr a. E6Sp;pcted..bc*I'n' q.,W Injury te id U, d P JW.,.Y cla Mqgq expected or-iotopoejo -f ift- st;kifdpblijt:-;ot die irrsiitedc 'Ffito does not P.P.PJY--' %Ad -Y'; or"property A W.ek L* j ..ily. jJhj4F Wa90- tbsfiltinj *00 W6-use'-bf reasoriatile :force td pqpsppp or property...y. Q� .WAIYgR-,..PF TRANSFER DRAIGHTS OF OTHtRS• jb US -WHEN CQNTRAPT PK AGREEMENT:.Wl..TH-YO.0 REQUIRED IN'A Under.-sec!f6"A*V.;- ,Pomrfierdial General Uabillty�CdnditlbWs, .the, !�-bdd6d folld- to�Cofidikn 8.Tians�,- wing y A92W3�V-QWdrS'T6-.U!b�­ Ve-mive-any.eiabt of recovery :we may.jiavd,-b§&l66f-blpbtdbh orxrigaiiiiNdri 6e0t,!P# of payments- we make !b r injury- or dam M sing -out r -od "your iibke' do'6 under a; 'on,e4 tn+dh that person or or itpte#ed600afions hazard"' rov 1:. You -b—nd-Ahi pers on, :or grgaPkaiion have',wreed lwwrifinq in 8C.,.confra6t or a reerfidnt tfiat.,96U waive._siiciirights..ogainst that pe!Aoq x kr oT ton and .gai3kqt j . The.lrijuV: bfftb6jg6'.&burs qjjent Iff se execution Of Hie-written a ree writ n :.c o wfilten Fffent .contract. W. @ '26366eq Muilual Insurance "Offiee,lhc.;.m CG-a 16'64-i3 -.1fiDiLfcl.es.Obp.yiinhied-rhater�ai, ra'nce.SeMces Page jB BKS54857964 COMMERCIAL GENERAL LIABILITY CG 85 83 0413 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED CONTRACTORS — PRODUCTS/COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Paragraph 2. under Section 11—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"or"property damage": 1. Caused by"your work"performed for that additional insured that is the subject of the written contract or written agreement; and 2. Included in the"products-completed operations hazard". However: a) The insurance afforded to such additional insured only applies to the extent permitted by law;and b) If coverage provided to the additional insured is required by a contract or agreement,the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured 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 I—Coverage A—Bodily Injury And Property Damage Liability: This insurance does not apply to: 1, "Bodily injury"or"property damage"that occurs prior to you commencing operations at the location where such"bodily injury"or"property damage"occurs. 2. "Bodily injury"or"property damage"arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failure to prepare or approve, maps,shop drawings, opinions,reports, surveys,field orders,change orders or drawing and specifications;and b. Supervisory, inspection,architectural or engineering activities. C 2013 Liberty Mutual insurance CG 86 83 0413 Includes copyrighted material of Insurance Services Office.Inc.,with its permission. Page 1 of 2 C. With respect to the insurance afforded by this endorsement, exclusion 1. Damage To Your Work of Paragraph 2. Exclusions under Section I—Coverage A—Bodily Injury And Property Damage Liability is replaced by the following: 1. Damage To Your Work "Property damage"to"your work"arising out of it or any part of it and included in the"products- completed operations hazard". D. With respect to the insurance afforded to these additional insureds,the following is added to Section 11— Limits of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declaration. whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. E. With respect to the insurance afforded by this endorsement, Section IV—Commercial General Liability Conditions is amended as follows: I The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense,Claims 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 the 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. Paragraph 4.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, 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 tease 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. 02013 Liberty Mutual Insurance CG 85 83 0413 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 2 of 2 ES054857964 CE65 24 06 97 EXCESS LIABILITY COVERAGE FORM There are provisions in this policy that restrict coverage. Read the entire policy carefully to determine rights, duties and what is and is not covered. Throughout this policy the words "you" and "your" refer to the Named Insured. The words "we," "us" and "our" refer to the Company providing this insurance. The word Insured means any person or organization qualifying as such in the "first underlying insurance." Other words and phrases that appear �-- in quotation marks have special meaning and can be found in the DEFINITIONS Section or the specific policy provision where they appear. a � x In consideration of the payment of the premium and in reliance upon the statements in the Declarations we agree with you to provide the coverage as follows: i= $ INSURING AGREEMENTS -- I. COVERAGE of the Declarations is the most we will pay for all `loss" that is subject to an We will pay on behalf of the Insured the aggregate limit provided by the "first amount of 'loss" covered by this insurance in underlying insurance." The aggregate excess of the "Underlying Limits of Insurance" limit applies separately and in the shown In Item S. of the Declarations, subject same manner as the aggregate limits to INSURING AGREEMENT Section II., Limits provided by the "first underlying insur- of Insurance. Except for the terms, conditions, ance," provided that all "underlying in- definitions and exclusions of this policy, the surance" applies their aggregate limit coverage provided by this policy will follow in the same manner as the "first un- the "first underlying insurance." derlying insurance." 11. LIMITS OF INSURANCE 3. Subject to S.2., the occurrence limit stated in Item 4. of the Declarations is A. The Limits of Insurance shown in the Dec- the most we will pay for all "loss" larations and the rules below describe the arising out of any one occurrence to most we will pay under the terms of this which this policy applies. insurance regardless of the number of: 4. Subject to Paragraphs B.2. and 8.3. 1. Insureds; above, if the "Underlying Limits of In- surance" described in Item 6. of the 2. claims made or suits brought; Declarations are either reduced or ex- 3. persons or organizations making hausted solely by payment of `loss," claims or bringing suits. such insurance provided by this policy will apply in excess of the reduced B. The Limits of Insurance of this policy will underlying limit or, if all underlying apply as follows: limits are exhausted, will apply as "un- derlying insurance" subject to the 1. This policy applies only in excess of same terms, conditions, definitions and the "Underlying Limits of Insurance" exclusions of the "first underlying in- shown in Item 5. of the Declarations. surance," except for the terms, condi- tions, definitions and exclusions of this 2. The aggregate limit shown in Item 4. policy. CE 65 24 06 97 (Page 1 of 7) ducts, asbestos-containing materials or However, we will not pay that portion products, asbestos fibers or asbestos of a "loss" that is within the "Under- dust; or lying Limits of Insurance" which the Insured has agreed to fund by self- 3. any obligation to investigate, settle or Insurance or means other than insur- defend, or indemnify any person ante. against any claim or suit arising out of 5 or related in any way, either directly or . The limits of this policy apply sepa- indirectly, to asbestos, asbestos pro- rately to each consecutive annual pe- ducts, asbestos-containing materials or nod, and to any remaining period of products, asbestos- fibers or asbestos less than 12 months, starting with the dust. beginning of the policy period shown in the Declarations unless the policy B. Any liability, including, but not limited to period is extended after issuance for settlements, judgments, costs, charges, ex- an additional period of less than 12 penses, costs of investigations, or the fees months. In that case the additional pe- of attorneys, experts, or consultants aris- riod will be deemed part of the last ing out of or in any way related to: preceding period for purposes of deter- mining the Limits of Insurance. 1. the actual, alleged or threatened pres- ence, discharge, dispersal, seepage, Ili. DEFENSE migration, release or escape of "pollu- tants," however caused; A. We will not be required to assume charge of the investigation of any claim or de- 2. any request, demand, or order that any fense of any suit against you. Insured or others test for, monitor, clean up., remove, contain, treat, de- B. We will have the right, but not the duty, to toxify, neutralize or in any way re- be associated with you or your underlying spond to or assess the effects of "pol- insurer or both in the investigation of any lutants." This includes demands, direc- claim or defense of any suit which in our fives, complaints, suits, orders or re- opinion may create liability on us for quests brought by any governmental "loss." If we exercise such right, we will entity or by any person or group of do so at our own expense, but not after persons; the limits of this policy are exhausted. 3. steps taken or amounts incurred by a IV. EXCLUSIONS governmental unit or any other person or organization to test for, monitor, This policy does not apply to: clean-up, remove, contain, treat, de- toxify or neutralize or assess the ef- t. Any liability, including, but not limited to fects of "pollutants." settlements, judgments, costs, charges, ex- penses, costs of investigations, or the fees This exclusion will apply to any liability, of attorneys, experts, or consultants aris- costs, charges or expenses, or any judg- ing out of or related in any way, either ments or settlements, arising directly or directly or indirectly, to: indirectly out of pollution whether or not the pollution was sudden, accidental, grad- 1. asbestos, asbestos products, asbestos- ual, intended, expected, unexpected, pre- containing materials or products, as- ventable or not preventable. bestos fibers or asbestos dust, includ- ing, but not limited to, manufacture, As used in this exclusion "pollutants" mining, use, sale, installation, removal, means any solid, liquid, gaseous or ther- or distribution activities; mal irritant or contaminant, including, but not limited to, smoke, vapor, soot, fumes, 2. exposure to testing for, monitoring of, acids, alkalis, chemicals and waste ma- cleaning up, removing, containing or terial. treating of asbestos, asbestos pro- CE 65 24 06 97 (Page 2 of 7) Waste material includes materials which such "underlying insurance," but will sp- are intended to be or have been to be ply as if the "underlying insurance" was recycled, reconditioned or reclaimed. available and collectible. C. Any liability excluded by the Nuclear En- C. Changes ergy Liability Exclusion attached to this policy. Notice to any agent or knowledge pos- sessed by any agent or any other person V. DEFINITIONS will not effect a waiver or change in any part of this policy. This policy can only be A. "First underlying insurance" means the changed by a written endorsement that policy or policies of insurance stated as becomes a part of this policy and that is such in Item 5. of the Declarations. signed by one of our authorized repre- - B. "Loss" means those sums actually paid in sentatives. the settlement or satisfaction of a claim D. Cancellation which you are legally obligated to pay as damages after making proper deductions 1. You may cancel this policy. You must for all recoveries and salvage. mail or deliver advance written notice to us stating when the cancellation is C. "Underlying insurance" means "first un- to take effect. derlying insurance" and all policies of in- surance fisted in item 5. of the Declara- 2. We may cancel this policy. If we cancel tions. because of nonpayment of premium, we must mail or deliver to you not less D. "Underlying limits of Insurance" means than ten (10) days advance written no- the total sum of the limits of all applicable tice stating when the cancellation is to "underlying insurance" stated in Item 5. of take effect. If we cancel for any other the Declarations, including self-insurance, reason, we must mail or deliver to you or means other than insurance. not less than thirty (30) days advance written notice stating when the can- VI. CONDITIONS oellation is to take effect. Mailing that notice to you at your mailing address A. Appeals shown in Item 1. of the Declarations In the event you or any underlying insurer will be sufficient to prove notice. elects not to appeal a judgment in excess 3. The policy period will end on the day of the amount of the "Underlying Limits of and hour stated in the cancellation no- Insurance," we may elect to appeal at our tice. expense. If we do so elect, we will be liable for the costs and interest incidental 4. If we cancel, final premium will be cal- to this appeal. In no event will this provi- culated pro rata based on the time this sion increase our liability beyond the ap- policy was in force. plicable Limits of Insurance described in Section If. of this policy. 5. If you cancel, final premium will be more than pro rata; it will be based on B. Bankruptcy or Insolvency the time this policy was in force and increased by our short rate cancellation The bankruptcy, insolvency or inability to table and procedure. pay of any Insured or the bankruptcy, in- solvency or inability to pay of any of the 6. Premium adjustment may be made at underlying insurers will not relieve us the time of cancellation or as soon as from the payment of any claim or suit practicable thereafter but 'the cancella- covered by this policy. tion will be effective even if we have not made or offered any refund due In the event of bankruptcy or insolvency of you. Our check or our representative's any underlying Insurer, the insurance af- forded by this policy will not replace CE 65 24 06 97 (Page 3 of 7) check, mailed or delivered, will be suf- ficient tender of any refund due you. 1. to keep the policies listed in Item 5. of the Declarations in full force and ef- t. The first Named Insured in Item 1. of fect; the Declarations will act on behalf of all other Insureds with respect to the 2. that the Limits of Insurance of the "un- giving and receiving of notice of can- derlying insurance" policies listed in cellation and the receipt of any refund Item 5. of the Declarations will be that may become payable under this maintained except for any reduction or policy. exhaustion of aggregate limits by pay- ment of claims or suits for "losses" 8. Any of these provisions that conflict covered by "underlying insurance." with a law that controls the cancella- tion of the insurance in this policy is If you fail to comply with these require- changed by this statement to comply ments, we will only be liable to the same with the law. extent that we would have been had you fully complied with these requirements. E. First Named Insured Duties H. Notice of Occurrence The person or organization first named in Item 1. of the Declarations is responsible 1. You must see to it that we are notified for the payment of all premiums. The first as soon as practicable of an occur- Named Insured will act on behalf of all rence which may result in a claim or other Named Insureds for the giving and suit which may involve this policy. To receiving of notice of cancellation or the the extent possible, notice will include: receipt of any return premium that may become payable. a. how, when and where the occur- rence took place; We will be furnished a complete copy of the "first underlying insurance" described b. the names and addresses of any in Item S. of the Declarations and any injured persons and witnesses; subsequently issued endorsements which c. the nature and location of any in- may in any way affect this insurance. jury or damage arising out of the F. Legal Actions Against Us occurrence. There will be no right of action against us 2. If a claim or suit against any Insured is under this insurance unless: reasonably likely to involve this policy you must notify us in writing as soon 1. you have complied with all the terms as practicable. of this policy; and 3. You and any other involved Insured 2. the amount you owe has been deter- must: mined by settlement with our consent a or by actual trial and final judgment. a_ immediately send us copies of any demands, notices, summons- This insurance does not give anyone the es or legal papers received in con- right to add us as a party in an action nection with the claim or suit; against you to determine your liability. b. authorize us to obtain records and G. Maintenance of Underlying Insurance other information; During the period of this policy, you agree: c. cooperate with us in the inves- tigation, settlement or defense of the claim or suit; and d. assist us. upon our request, in the enforcement of any right against any person or organization which CE 65 24 06 97 (Page 4 of 7) may be liable to the Insured be- additional premium charge is made to the cause of injury or damage to "underlying insurance" during the policy which this insurance may also ap- period or if there is an increase in the risk ply assumed by us, our premium may be ad- 4. If the "Underlying Limits of Insurance" justed accordingly. are exhausted solely by payment of "loss," no Insured will, except at their K. Terms Conformed to Statute own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, with- The terms of this policy which are in con- out our consent. flirt with the statutes of the state where this policy is issued are amended to con- 1. Other Insurance form to such statutes. If other insurance applies to a "loss" that is also covered by this policy, this policy If we are prevented by law or statute from will apply excess of the other insurance. paying on behalf of the Insured, then we Nothing herein will be construed to make will, where permitted by law or statute, this policy subject to the terms, conditions Indemnify the Insured. and limitations of such other insurance. However, this provision will not apply if the other insurance is specifically written L. When "Loss" is Payable to be excess of this policy. Other insurance includes any type of self- Coverage under this policy will not apply insurance or other mechanism by which unless and until the Insured or the In- an Insured arranges for funding of legal sured's "underlying insurance" is obligat- liabilities. ed to pay the full amount of the "Under- lying Limits of Insurance." J. Premium Unless otherwise provided, the premium When the amount of "loss" has finally for this policy is a flat premium and is not been determined, we will promptly pay on subject to adjustment except as provided behalf of the Insured the amount of "loss" herein or amended by endorsement. If any falling within the terms of this policy. NUCLEAR ENERGY LIABILITY EXCLUSION This policy does not apply to: 2. resulting from the "hazardous properties" a A. Any liability, injury or damage: of "nuclear material" and with respect to which (a) a person or organization is re- 1. with respect to which any Insured under quired to maintain financial protection pur- the policy is also an Insured under a nu- suant to the Atomic Energy Act of 1954, or clear energy liability policy issued by Nu- any law amendatory thereof, or (b) any Gear Energy Liability Insurance Associ- Insured is, or had this policy not been ation, Mutual Atomic, Energy Liability Un- issued would be, entitled to indemnity derwriters, Nuclear Insurance Association from the United States of America, or any of Canada or any of their successors, or agency thereof, under any agreement en- would be an Insured under any such policy tered into by the United States of America, but for its termination upon exhaustion of or any agency thereof, with any person or its Limits of Insurance; or organization. CE 65 24 06 97 (Page 5 of 7) consists of or contains more than 25 B. Any injury or "nuclear property damage" re- grams of plutonium or uranium 233 or sulting from the "hazardous properties" of any combination thereof, or more than "nuclear material," if: 250 grams of uranium 235; 1. the "nuclear material" (a) is at any "nu- d. any structure, basin, excavation, prem- clear facility" owned by, or operated by or ises or place prepared or used for the on behalf of, any Insured or (b) has been storage or disposal of, "nuclear discharged or dispersed therefrom; waste," and includes the site on which t. the "nuclear material" is contained in any of the foregoing is located, all op- erations considered on such site and "spent fuel' or "nuclear waste" at any all premises used for such operations. time possessed, handled, used, processed, stored, transported or disposed of by or on 3. "Nuclear material" means "source mate- behalf of any Insured; or rial," "special nuclear material" or by- 3. the injury or "nuclear property damage" product material. arises out of the furnishing by any Insured 4. "Nuclear property damage" includes all of services, materials, parts of equipment forms of radioactive contamination of in connection with the planning, construe- property. bon, maintenance, operation or use of any "nuclear facility," but if such facility is lo- 5. "Nuclear reactor" means any apparatus cated within the United States of America, designed or used to sustain nuclear fission its territories or possessions or Canada, in a self-supporting chain reaction or to this Exclusion B.3. applies only to "nuclear contain a critical mass of fissionable ma- property damage" to such "nuclear facili- terial. ty' and any property therein. 6. "Nuclear waste" means any "nuclear C. As used in this exclusion: waste" material (a) containing "by-product material" other than the tailings of "nu- 1. "Hazardous properties" includes radioac- clear waste" produced by the extraction or tive, toxic or explosive properties. concentration of uranium or thorium from any ore processed primarily for its "source 2. "Nuclear facility" means: material" content, and (b) resulting from the operation by any person or organiza- a. any "nuclear reactor"; tion of any "nuclear facility" included with- in the definition of "nuclear facility" under b. any equipment or device designed or used for Paragraph C.2.a. or C.2.b. 7. "Source material," "special nuclear mate- (1) separating the isotopes of urani- rial," and "by-product material" have the um or plutonium, meanings given them in the Atomic En- t ergy Act of 1954 or in any law amendatory s ( ) processing or utilizing "spent t fuel" or hereof. (3) handling, processing or packaging 8. "Spent fuel" means any fuel element or "nuclear waste"; fuel component, solid or liquid, which has been used or exposed to radiation in a c. any equipment or device used for the "nuclear reactor." processing, fabricating or alloying of'special nuclear material" if at any This endorsement does not change any other time the total amount of such material provision of the policy. in the custody of any Insured at the premises where such equipment or de- vice is located CE 65 24 06 97 (Page 6 of 7) In Witness Whereof, we have caused this policy to be executed and attested, but this policy will not be valid unless countersigned by one of our duly authorized representatives, where required by law. mom e� CE 65 24 06 97 (Page 7 of 7) BAIC424929 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO COVERAGE PLUS ENDORSEMENT This endorsement modifies insurance Provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by Such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and villat is and is not covered, A. BLANKET ADDITIONAL INSURED H. AUDIO, VISUAL AND DATA ELECTRONIC B. EMPLOYEE HIRED AUTO EQUIPMENT—INCREASED LIMIT C. EMPLOYEES AS INSURED I. WAIVER OF DEDUCTIBLE—GLASS D. SUPPLEMENTARY PAYMENTS — INCREASED J. PERSONAL PROPERTY LIMITS K. AIRBAGS E. TRAILERS—INCREASED LOAD CAPACITY L. AUTO LOAN LEASE GAP F. HIRED AUTO PHYSICAL DAMAGE M. BLANKET WAIVER OF SUBROGATION G. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES—INCREASED LIMIT A. BLANKET ADDITIONAL INSURED performing duties related to the conduct of The following is added to Paragraph A.1., Who Is your business. An Insured, of SECTION 11—COVERED AUTOS 2. The following replaces Paragraph IJ. in B.5., LIABILITY COVERAGE: Other Insurance, of SECTION IV — BU31- Any person or organization who is required under NESS AUTO CONDITIONS: a written contract or agreement between you and b. For Hired Auto Physical Damage Cover- that person Of organization, that is signed and age, the following are deemed to be cov- executed by you before the "bodily injury" or eyed "autos"you own: property damage" occurs and that is in effect during the policy period, to be named as an addi- (1) Any covered "'auto" you lease, hire, tional insured is an "insured" for Covered Autos rent or borrow,- and Liability Coverage, but only for damages to which (2) Any covered "21-flo" hired or rented by this insurance applies and only to the extent that your "employee" under a contract in person or organization qualifies as an "insured" an "employee's" n2rfle, With your under the Who Is An Insured provision contained permission, while performing duties in Section II, related to the conduct of your busi- B. EMPLOYEE HIRED AUTO [less. 1. 'The following is added to Paragraph A.I., However, any "auto" that is leased, hired, Who Is An Insured, of SECTION It — COV- rented or borrowed with a driver is not a ERED AUTOS LIABILITY COVERAGE: covered"auto", An "employee" of yours is an "insured" while C. EMPLOYEES AS INSURED operating a covered "auto" hired or rented The following is added to Paragraph A.I., Who Is Linder a contract or agreement in an "ern- An Insured, of SECTION If —COVERED AUTOS ployee's" flame, with your permission, while LIABILITY COVERAGE: CA T4 20 02 15 02015 The Travelers Indemnity company.AH riahis reserved- Page I of 3 Includes copyrighted material of insurance services Office,Inc.Vith its perrnissicn. COMMERCIAL AUTO Any "employee"of yours is an "insured" while us- (2) An adjustment for depreciation and physical ing a covered"auto"you don't own,hire or borrow condition will be made in determining actual in your business or your personal affairs. cash value in the event of a total"loss". D. SUPPLEMENTARY PAYMENTS — INCREASED (3) If a repair or replacement results in better LIMITS than like kind or quality, we will not pay for the 1. The following replaces Paragraph A.2.a.(2) of amount of betterment. SECTION 11—COVERED AUTOS LIABILITY (4) A deductible equal to the highest Physical COVERAGE: Damage deductible applicable to any owned (2) Up to $3,000 for cost of bail bonds (in- covered"auto". cluding bonds for related traffic law viola- (5) This Coverage Extension does not apply to: tions) required because of an "accident" (a) Any "auto" that is hired, rented or bor- we cover. We do not have to furnish rowed with a driver; or these bonds. (b) Any "auto" that is hired, rented or bor- 2. The following replaces Paragraph A.2.a.(4) of SECTION --II COVERED AUTOS LIABILITY rowed from your"employee". , COVERAGE: G. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES—INCREASED LIMIT (4) All reasonable expenses incurred by the "insured" at our request, including actual The following replaces the first sentence in Para- loss of earnings up to $500 a day be- graph A.4.a., Transportation Expenses, of cause of time off from work. SECTION III — PHYSICAL DAMAGE COVER- AGE: E. TRAILERS—INCREASED LOAD CAPACITY The following replaces Paragraph G.1. of SEC- We will pay up to $50 per day to a maximum of The I COVERED AUTOS: $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- 1. 'Trailers" with a load capacity of 3,000 ered"auto"of the private passenger type. pounds or less designed primarily for travel H. AUDIO, VISUAL AND DATA ELECTRONIC on public roads. EQUIPMENT—INCREASED LIMIT F. HIRED AUTO PHYSICAL DAMAGE Paragraph CA.b. of SECTION Ill — PHYSICAL The following is added to Paragraph AA.. Cover- DAMAGE COVERAGE is deleted. age Extensions, of SECTION III — PHYSICAL 1. WAIVER OF DEDUCTIBLE—GLASS DAMAGE COVERAGE: Hi€ed Auto Physical Damage Coverage The following is added to Paragraph D., Deducti- Y g 9 ble, of SECTION III -- PHYSICAL DAMAGE If hired "autos" are covered "autos" for Covered COVERAGE: Autos Liability Coverage but not covered "autos" No deductible for a covered "auto" will apply to for Physical Damage Coverage, and this policy glass damage if the glass is repaired rather than also provides Physical Damage Coverage for an replaced. owned "auto", then the Physical Damage Cover- J. PERSONAL PROPERTY age is extended to "autos" that you hire, rent or The following is added to Paragraph AA., Cover- borrow subject to the following: age Extensions, of SECTION III — PHYSICAL (1) The most we will pay for "loss" to any one DAMAGE COVERAGE: "auto" that you hire, rent or borrow is the Personal Property Coverage lesser of: We will pay up to $400 for "loss" to wearing ap- (a) $50,000; parel and other personal property which is: (b) The actual cash value of the damaged or (1) Owned by an"insured"; and stolen property as of the time of the (2) In or on your covered "auto". "loss";or This coverage only applies in the event of a total (c) The cost of repairing or replacing the theft of your covered"auto". damaged or stolen property with other No deductibles apply to Personal Property cover- property of like kind and quality. age. Page 2 of 3 ©2015 The Travelers indemnity Company.All rights reserved. CA T4 20 02 15 Includes copyrighted material of Insurance Services Orrice,Inc.with its permission. COMMERCIAL AUTO K. AIRBAGS (2) Any: The following is added to Paragraph B.3., Exc[u- (a) Overdue lease or loan payments at the sions, of SECTION 1[[ -- PHYSICAL DAMAGE time of the"loss"; COVERAGE: (b) Financial penalties imposed under a Exclusion 3.a. does not apply to "loss" to one or lease for excessive use, abnormal wear more airbags in a covered"auto"you own that in- and tear or high mileage; flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b, and A.i.c., but (c) Security deposits not returned by the les- only: sor; a. If that "auto"is a covered "auto"for Compre- (d) Costs for extended warranties, Credit Life hensive Coverage under this policy; Insurance, Health, Accident or Disability b. The airbags are not covered under any war- Insurance purchased with the loan or ranty;and lease; and c. The airbags were not intentionally inflated. (e) Carry-over balances from previous loans or leases_ one"loss". - one will pay lip to a maximum of$1,000 for any M. BLANKET WAIVER OF SUBROGATION L. AUTO LOAN LEASE GAP The following replaces Paragraph A.5., Transfer Of Rights Of Recovery Against Others To Us, The following is added 1a Paragraph AA., Cover- of SECTION IV — BUSINESS AUTO CQNDI- age Extensions, of SECTION Ill — PHYSICAL 710NS: DAMAGE COVERAGE: Auto Loan Lease Gap Coverage for Private S. Transfer Of Rights Of Recovery Against Type Vehicles Passenger T Others To Us g In the event of a total"loss"to a covered"auto"of We waive any right of recovery we may have the private passenger type shown in the Schedule against any person or organization to the ex- or Declarations for which Physical Damage Cov- tent required of you by a written contract exe- erage is provided,we will pay any unpaid amount cuted prior to any "accident" or "loss", pro- due on the lease or loan for such covered "auto" vided that the"accident"or"loss"arises out of less the following: the operations contemplated by such con- (1) The amount paid under the Physical Damage tract.The waiver applies only to the person or m= Coverage Section of the policy for that"auto"; organization designated in such contract. `— and a= a o= o= �E= a CA T4 20 02 15 O 2D15 The Travelers Indemnity Company.All rights reserved. Page 3 of 3 Includes copyrighted material of Insurance Services Office,Inc.with its permission. 003493 a KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQU I REMENTS ..................................... 1-1 J 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 .......................................................... 1-16 1-07 Legal Relations and Responsibilities to the Public................. 1-18 1-08 Prosecution and Progress................................................. 1-23 1-09 Measurement and Payment ..................I........................... 1-27 1-10 Temporary Traffic Control ................................................ 1-29 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions............................. 2-1 2-03 Roadway Excavation and Embankment .............................. 2-4 - 2-06 Subgrade Preparation...................................................... 2-4 2-07 Watering ....................................................................... 2-5 2-12 Construction Geosynthetic................................................ 2-5 DIVISION 4 BASES.................................................................... 4-1 4-03 Gravel Borrow ................................................................ 4-1 J 4-04 Ballast and Crushed Surfacing .......................................... 4-2 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-04 Hot Mix Asphalt .............................................................. 5-1 5-05 Cement Concrete Pavement ...............................I............. 5-4 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS............... 7-1 J 7-04 Storm Sewers ................................................................ 7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells...................... 7-2 7-08 General Pipe Installation Requirements....................I.....I... 7-6 7-12 Valves for Water Mains .................................................... 7-11 7-17 Sanitary Sewers ............................................................. 7-12 J DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control........................ 8-1 8-02 Roadside Restoration....................................................... 8-5 8-03 Irrigation Systems .......................................................... 8-9 8-04 Curbs, Gutters, and Spillways........................................... 8-10 8-09 Raised Pavement Markers ................................................ 8-11 8-12 Chain Link Fence and Wire Fence ...................................... 8-12 8-14 Cement Concrete Sidewalks ............................................. 8-13 _a 8-20 Illumination, Traffic Signal Systems, and Electrical .............. 8-14 8-22 Pavement Marking ......................................................... 8-18 15`Ave. N. Improvements/Langholz March 30, 2016 Project Number: 07-3033 r� KENT SPEC 1 AL PROV I S I ONS TABLE OF CONTENTS , PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION r' 8-23 Temporary Pavement Markings......................................... 8-21 8-28 Pothole Utilities .............................................................. 8-21 8-30 Project Signs.................................................................. 8-22 L DIVISION 9 MATERIALS............................................................ 9-1 r- 9-03 Aggregates .................................................................... 9-1 L 9-14 Erosion Control and Roadside Planting ............................... 9-3 9-28 Signing Materials and Fabrication ...................................... 9-6 r 9-29 Illumination, Signal, Electrical........................................... 9-6 KENT STANDARD PLANS A-1 ................................................................. L WSDOT STANDARD PLANS.............................................................. A-2 r- TRAFF 1 C CONTROL PLANS A-3 L- .............................................................. M I SCELLANEOUS DETA I LS A-4 .............................................................. L. WSDOT SUBCONTRACT CLAUSES .................................................... A-5 L PREVAILING WAGE RATES.............................................................. A-6 r L r-^ L F L r- L. r_ L. L r L r L t- 15`Ave. N. Improvements/Langholz March 30, 2016 Project Number: 07-3033 L _J KENT SPEC 1 AL PROV I S I ONS 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 1S 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 -� H R 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 J 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 15L Ave. N. Improvements/Langholz 1 - 1 March 30, 2016 Project Number: 07-3033 r L: 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, supplemental agreements, change orders, and subsurface boring logs (if any). r^ Also incorporated in the Contract by reference are: 1 . Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of L Transportation and the American Public Works Association, current edition; F. 2. Manual on Uniform Traffic Control Devices for Streets and L Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." L Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED BY ADDING THE FOLLOWING DEFINITION: r Incidental Work 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. r 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 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 F 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 r lowest bidder is not the lowest responsive and responsible bidder, the L City reserves its unqualified right to reject that bid and award the 15i Ave. N. Improvements/Langholz 1 - 2 March 30, 2016 Project Number: 07-3033 L contract to the next lowest bidder that the City, in its solejudgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 1S 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. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and 15L Ave. N. Improvements/Langholz 1 - 3 March 30, 2016 ,� Project Number: 07-3033 F 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 Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be �- rejected by the Contracting Agency. r SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: L 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: L 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder �._. may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized L 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 F 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 F are specifically called for; however, a person, firm, or corporation that L 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 ITEM r 1(a) WITH THE FOLLOWING: L 1-02.13 Irregular Proposals r L a. The bidder is not prequalified when so required. 15L Ave. N. Improvements/Langholz 1 - 4 March 30, 2016 r Project Number: 07-3033 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 J 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 "4S CALENDAR DAYS" WITH 1160 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the 151 Ave. N. I mprovements/Langholz 1 - 5 March 30, 2016 A Project Number: 07-3033 F L proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item r prices in the contract. L SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, L "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. r L. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING B ITEMS: r^ L 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda t_ 1 . Approved Change Orders 2. The Contract Agreement F- 3. Kent Special Provisions L 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications L 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 REPLACING IT W1TH THE FOLLOWING: r L 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be L paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. L SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT r- TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: L Within 14 calendar days of delivery of the change order the contractor F shall endorse and return the change order, request an extension of time L for endorsement or respond in accordance with Section 1-04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally L noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the r unit prices that apply. The Contractor shall respond immediately to L changes shown on field stakes without waiting for further notice. s- L 15t Ave. N. Improvements/Langholz 1 - 6 March 30, 2016 Project Number: 07-3033 L_ 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. 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. J 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. ry SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: J 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 1s`Ave. N. Improvements/Langholz 1 - 7 March 30, 2016 J Project Number: 07-3033 Imo. 1-05 CONTROL OF WORK r SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. L 1-05.4 Conformity With and Deviations From Plans and Stakes r DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: r� 1-05.5 City Provided Construction Staking L 1-05.5(1) Genera 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 stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.5(2) through 1-05.5(6) of the Kent Special Provisions. The Contractor shall assume full L responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. r The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit r construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.5(6) of the Kent Special Provisions). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that F survey work cannot be done, a new request for work shall be submitted L by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required r depending on work load for the city survey crew to complete the L rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.5. L It is illegal under Revised Code of Washington 58.09.130 and r- Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be r carefully preserved by the Contractor. The Contractor shall notify the L Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information L so that the monument may be replaced in its original position after construction. If the City is not notified, and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a L rate of $270/hr for a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor's F operations. This charge will be deducted from monies due or to L become due to the Contractor. F 151 Ave. N. Improvements/Langholz 1 - 8 March 30, 2016 Project Number: 07-3033 L l Any claim by the Contractor for extra compensation by reason of J alterations or reconstruction work allegedly due to error in the Surveyor's line and grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can -� provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line.or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.5(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal lines, grades and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1 . Cut or fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet as set forth in Section 1-05.5(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the J alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.5(4) Control Stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform its employees and subcontractors of the importance and necessity to preserve the stakes. _J The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by its construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $270/hr for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby or "down" time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working J 15i Ave. N. Improvements/Langholz 1 - 9 March 30, 2016 .� Project Number; 07-3033 r- L_ days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. L 1-05.5(5) Staking Services r Work requests must be made at least 3 working days in advance L of the required staking. The City will furnish the following stakes and reference marks: 1 . Clearing Limits - One set of clearing limit stakes will be set at approximately 25-foot stations where needed. L 2. Rough Grading - One set of rough grade stakes will be set along the construction centerline of streets at 50-foot stations as required. (If superelevations require intermediate stakes along L vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where L- deemed applicable as determined by the Engineer. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the L structure. After installation and backfill, inverts will be checked for correctness. r 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. L 5. Water Main - One set of line stakes will be furnished for water mains at 50-foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set L concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from L the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the �. preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate r information necessary to complete the rough grading phase. L 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end r points of curves and curb returns, wheelchair ramps, driveways, L and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 50-foot L stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition L stations will be set at an appropriate offset to centerline not less than 25-foot stations. r- L 1s`Ave. N. Improvements/Langholz 1 - 10 March 30, 2016 r- Project Number: 07-3033 L y J 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50-foot stations as required. 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required. One set of stakes for vaults,junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking for vaults,junction boxes, and conduits will be provided at an additional expense to the Contractor. a When deemed appropriate by the Engineer, cut sheets will be supplied for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at its own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $150/hour. 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Roadway grading +/-1500 lineal feet of centerline Storm or sanitary sewer Approximately 8-10 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet of centerline Slope staking +/-800-1200 lineal feet (top and toe) Illumination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. 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 1"'Ave. N. Improvements/Langholz 1 - 11 March 30, 2016 Project Number: 07-3033 r L work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and r remedy that work by any means that the Engineer may deem L necessary, including the use of City forces or other contractors. r If the Engineer determines that the Contractor's failure to promptly L correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or r damage to the public, the Engineer may have the defective and �- unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. L Direct and indirect costs incurred by the City attributable to correcting r and remedying defective or unauthorized work, or work the Contractor L 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 L limitation, compensation for additional professional services required, compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or L damaged by correction, removal, or replacement of the Contractor's unauthorized work. F- L No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of F the City's rights provided by this section nor shall the exercise of this L 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. L SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: F- L 1-05.1 O Guarantees r In addition to any other warranty or guarantee provided for at law or in L 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, L, or items incorporated into the project. r Upon receipt of written notice of any required corrective work, the L Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed. F Approximately sixty (60) calendar days prior to the one year L anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to r establish a list of corrective work then known and discovered. L r L. 15'Ave. N. Improvements/Langholz 1 - 12 March 30, 2016 Project Number: 07-3033 L y J SECTION 1-05.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall notify the Engineer and request in writing that the Engineer establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1 . The City must have full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. However, if after this inspection, the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, notify the Contractor giving the reasons for the Engineer's determination. Upon receipt of written notice from the Engineer concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. This process shall be repeated until the Engineer establishes the Substantial Completion Date. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and the Engineer agrees that the work is ready for Final Inspection, the Contractor, by written notice, shall request that the Engineer schedule a Final Inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the J 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 J corrective measures to remedy the listed deficiencies. The Contractor shall allocate the necessary resources to pursue completion of all 151 Ave. N. Improvements/Langholz 1 - 13 March 30, 2016 J Project Number: 07-3033 r L corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process r will continue until the Engineer is satisfied that all listed deficiencies L have been corrected. F 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. r Upon correction of all deficiencies, the Engineer will notify the Contractor, in writing, of the date upon which the work was considered r physically complete. That date shall constitute the Physical Completion L. Date of the contract, but shall not imply that all the obligations of the Contractor under the contract have been fulfilled. r 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. L Whenever items of work are listed in the contract provisions for F 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. l- 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, r 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 r were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. r L The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in F the various contract bid item prices unless specifically set forth L otherwise in the contract. r L. 1"Ave. N. Improvements/Langholz 1 - 14 March 30, 2016 Project Number: 07-3033 L i Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the - terms of the Contract. SECTION 1-05.13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-05.13 Superintendents, Labor, and Equipment of Contractor Whenever the City evaluates the Contractor's qualifications pursuant to Section 1-02.1 , the City may take these or other Contractor performance reports into account. Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so - after obtaining the Engineer's prior written approval. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: None known at this time. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, 1s`Ave. N. Improvements/Langholz 1 - 15 March 30, 2016 _., Project Number: 07-3033 F L unless subsequently put in writing and signed by an authorized agent of the City. L. 1-06 CONTROL OF MATERIAL r' SECTION 1-06.2(2) ►S DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance 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. Contractor shall accompany each submittal with a letter of transmittal containing the following information: L 1 . Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a L sequential alpha letter added (1 A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract ' requirement or technical specification section and paragraph L number being addressed. 5. Bid item(s) where product will be used. r L 1-06.6(2) Schedule of Submittals r The Contractor shall create and submit three (3) copies of a schedule of L submittals showing the date by which each submittal required for product review or product information will be made. The schedule can F be modified, deducted, or added to by the City. The schedule shall be Lr available at the preconstruction conference (see 1-08.0) of the Kent Special Provisions. The schedule of submittals must be accepted prior r to the City making the first progress payment. The schedule shall L_ identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule L shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or r required for product information only. L The Contractor shall allow a minimum of 21 days for the Engineer's r review of each submittal or resubmittal. All submittals shall be in L accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, r delivery, labor issues, additional review due to inadequate or L incomplete submittals, and any other reasonably foreseeable delay. 15`Ave. N. Improvements/Langholz 1 - 16 March 30, 2016 Project Number: 07-3033 L 1-06.6(3) Shop Drawings, Product Data, and Samples J The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required a 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. -a 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. J 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. J The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. 1"Ave. N. Improvements/Langholz 1 - 17 March 30, 2016 J Project Number: 07-3033 The Engineer will stamp and mark each submittal prior to returning it to r the Contractor. The stamps will indicate one of the following: L 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility r 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. 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 r- 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- r submittal. An amended resubmission is required. L Re-submittals that contain changes that were not requested by the r Engineer on the previous submittal shall note all changes and be L accompanied by a letter explaining the changes. 1-06.6(4) Proposed Equivalents L 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 SECTION 1-07.1 IS DELETED AND REPLACED WITH THE FOLLOWING: F 1-07.1 Laws to be Observed L The Contractor shall always comply with all Federal, State, or local r- 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 r 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 F7 within the scope of RCW 39.04.120. For changes under RCW 39.04.120, the City will compensate the Contractor by negotiated change order as provided in Section 1-04.4. r L 1st Ave. N. Improvements/Langholz 1 - 18 March 30, 2016 Project Number: 07-3033 L SECTION 1-07.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.2 State Taxes 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor shall contact the Washington State Department of Revenue for answers to questions in this area. The City will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. J 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 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 15L Ave. N. Improvements/Langholz 1 - 19 March 30, 2016 a Project Number: 07-3033 r L tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. r L. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price. The City will r- automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule r- 170, with the following exception. Exception: The City will not add in sales tax for a payment the r Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. L 1-07.2(4) Services r' L The Contractor shall not collect retail sales tax from the City on any contract wholly for professional or other services (as defined in r Washington State Department of Revenue Rules 138 and 224). L SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: r- L 1-07.6 Permits and Licenses r The City has obtained the following permits: None L Contractor shall obtain, at its sole cost, all other permits required to r complete this project. L A copy of each permit and/or license obtained by the Contractor shall r— be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. F The Contractor shall promptly notify the City in writing of any variance L in the contract with the laws, ordinances, rules, regulations, and orders. r- SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING L PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General L The wage rates that will be in effect during the entire contract work F period are those in effect on the day of bid opening, unless the City L does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or r Federal Government adjusts the prevailing wage rates after the Bid Opening Date. r L. r Vt Ave. N. Improvements/Langholz 1 - 20 March 30, 2016 Project Number: 07-3033 L SECTION 1-07. 13(3) IS DELETED IN ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic SECTION 1-07. 13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: J 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by other means; however, the Contractor shall pay for these repairs and the City may deduct these repair costs from monies due or to become due the Contractor. No payment will be made for delay or disruption of work. SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO -" THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1 -07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1It Ave. N. I mprovements/Langholz 1 - 21 March 30, 2016 i Project Number: 07-3033 r 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to L. 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. r 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through r, its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage r utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturyLink Comcast L_ Jason Tesdal Bill Walker (206) 345-3488 (206) 255-6975 (cell) (203) 683-4242 (cell) Puget Sound Energy Verizon Brian Swart Brad Landis (253) 395-6839 (425) 201-0901 (206) 604-3687 (cell) (425) 766-1740 (cell) r SECTION 1-07. 18 IS DELETED AND REPLACED WITH THE FOLLOWING: �. 1-07.18 Public Liability and Property Damage Insurance Refer to the insurance requirements in the project Contract, which constitute the Contractor's insurance requirements for this project. 7 SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: r 1-07.24 Rights of Way L Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction L activities shall be confined within these limits, unless arrangements for use of private property are made. r L. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of F construction. Locations where these rights have not been obtained will L be brought to the Contractor's attention prior to start of construction. F L 15`Ave. N. Improvements/Langholz 1 - 22 March 30, 2016 r Project Number: 07-3033 L l The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to five copies of the Contract. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1 . To review the initial progress schedule. J 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. 15`Ave. N. Improvements/Langholz 1 - 23 March 30, 2016 Project Number: 07-3033 r. L. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) r 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for L. approval. 6. Traffic Control Plan (TCP) for approval. r 7. Request to sublet, for approval by the Engineer, of all L. subcontractors. r" SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work r L Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been r approved by and filed with the City. Unless otherwise approved in L writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The r 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 F unauthorized interruption until physical completion of the work. L Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. L. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor L 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 L 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 L. work. The contractor shall complete all construction improvements from L station 0+90 to station 1 +39L and 1 +42R including final pavement within 7 calendar days including Saturday and Sunday as directed by the City of Kent Construction Division. 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 L Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours r in advance (72 hours in advance for weekend work) so that the L Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires L. city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time r- hours. If city surveyors are required to work other than normal straight L r 15S Ave. N. Improvements/Langholz 1 - 24 March 30, 2016 Project Number: 07-3033 L time hours at the convenience of the Contractor, all such work shall be ry reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds.the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 1 . If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030, the City will bill the Contractor for the work. Such billing may be at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, ~ and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum 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 15`Ave. N. Improvements/Langholz 1 - 25 March 30, 2016 _, Project Number: 07-3033 L. meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. L. The original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. r- If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may r, withhold progress payments until a schedule containing needed s information has been submitted by the Contractor and approved by the Engineer. L_ 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 L- to ensure completion of the work within the times specified in the contract. F' L SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: r L. 1-08.5 Time for Completion r 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. r L SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH AND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: L. 1-08.6 Suspension of Work 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 r' Contractor, or (2) an equitable adjustment is provided for or excluded L under any other provision of the Contract. F 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 F 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 15L Ave. N. Improvements/Langholz 1 - 26 March 30, 2016 Project Number: 07-3033 L suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the J Engineer to assist in evaluating the protest. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay 3 occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1- 05.1 . ITEM 1 IN PARAGRAPH 7 1S DELETED AND REPLACED WITH THE FOLLOWING: 1 . Failure to obtain all materials and workers. J 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BY REPLACING "TRUCKS AND TICKETS- WITH THE FOLLOWING: 1-09.2(1) General Requirements for Weighing Equipment Trucks and Tickets J 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: J 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. 1"Ave. N. Improvements/Langholz 1 - 27 March 30, 2016 _� Project Number: 07-3033 r 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 L recorded on the ticket. 6. Weighman's identification. 7. Contract number. '- 8. Unit of measure. 9. Legal gross weight in Remarks section. r 10. Location of delivery. L The vehicle operator shall deliver the ticket in legible condition to the r material receiver at the material delivery point. 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 Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part L of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City'sjudgment, may be r necessary to cover the following: 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 Contract. r 3. Fees and charges of public authorities or municipalities. L 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned L facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). r 7. Additional inspection, testing and lab fees for re-doing failed, L water, other utility tests. r- SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: L 1-09.11(3) Time Limitations and Jurisdiction F L. This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of F action arising from this contract shall be exclusively in the Superior L Court of King County, located in Kent, Washington. r For convenience of the parties to this contract, it is mutually agreed �.._. that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from r the date of Final Acceptance of the contract by the City. The parties L understand and agree that the Contractor's failure to bring suit within r- 151 Ave. N. Improvements/Langholz 1 - 28 March 30, 2016 Project Number: 07-3033 L the time period provided shall be a complete bar to any such claims or causes of action. ry It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to a Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations that may occur on highways, roads, streets, 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. The Contractor is allowed to close 1s' Ave. N from Smith St. to Temperance St. during construction. Contractor shall coordinate closure with adjacent business and Sound Transit. See Appendix A-3 for road closure plan. 151 Ave. N. Improvements/Langholz 1 - 29 March 30, 2016 J Project Number: 07-3033 L7 SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General L: r1 The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 (800) 521-0778 or (206) 382-4090 The Northwest Laborers-Employers Training Trust r 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 1-10.3(3) Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: L_ 1-10.3(3)A Construction Signs Payment for setup and take down of construction signs will be under L the contract price for "Traffic Control Labor" and will be limited to the work described in Section 1-10.3(1) of the WSDOT Standard Specifications, and for transportation described in Section 1-10.3(2) of the WSDOT Standard Specifications when there is a contract price for "Traffic Control Vehicle." L_ SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: L. 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control L Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control r devices, unless the contract provides for furnishing a specific temporary L traffic control device under another item. The item "Temporary Traffic Control Devices" includes: F L 1 . Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, r 2. Repair or replacement when they are damaged and they are still L needed on the project, and 3. Removal from the project site when they are no longer on the project. L r L r 15t Ave. N. Improvements/Langholz 1 - 30 March 30, 2016 Project Number: 07-3033 L SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.30) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item J 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. 1"Ave. N. Improvements/Langholz 1 - 31 March 30, 2016 Project Number: 07-3033 r Lr When traffic control bid items are included in the bid proposal, payment r is limited to the following work areas: L 1 . The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side '- streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. L 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. r— No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the L WSDOT Standard Specifications. L- r L r L- F L r- L L f L L F_ L- r L r L r- 151 Ave. N. Improvements/Langholz 1 - 32 March 30, 2016 Project Number: 07-3033 L l — EA WORK 2-02 REMOVAL. OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 ►S SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. ' SECTION 2-02.3 ►S REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. SECTION 2-02.3(3) ►S DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet A long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the 1It Ave. N. Improvements/Langholz 2 - 1 March 30, 2016 A Project Number: 07-3033 F cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. r SECTION 2-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW L' SECTION: r 2-02.3(4) Removal of Traffic Islands, and/or Traffic Curbs When Pavement L Surface Integrity is to be Maintained In removing traffic islands and/or traffic curbs the Contractor shall: 1 . Haul broken-up pieces and complete sections of traffic curbs and r- ail waste materials to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Completely remove all block traffic curbs, pre-cast traffic curbs, r connecting dividers, nose pieces and remaining adhesive. 3. Remove all island materials, including asphalt pavement, crushed rock, and topsoil, between the traffic curbs to the depth of the compacted subgrade, or to the surface of the underlying pavement where such pavement exists under the island. 4. Take suitable care so as not to damage the underlying pavement r surface more than necessary, clean all underlying pavement, and L fill any surface voids caused by the removal work. 5. Repair any damage to adjacent traffic curbs that were designated F to remain, but that was caused by the removal of the traffic curbs. L 6. Remove and dispose of all waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. L SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: F L. 2-02.5 Payment r Payment will be made in accordance with Section 1-04.1, for the L following bid items when they are included in the Proposal: F "Remove Existing Asphalt Concrete Pavement" i_ "Remove Existing Cement Concrete Pavement" The unit contract price per square yard for the above items constitutes r complete compensation for all labor, materials, tools, supplies and L equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and existing asphalt or concrete from roads for a F depth of 6 inches. Included in this price is the cost of hauling and L disposal of the asphalt or concrete pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: L ar■■1��r�Illlfr �- (square yards) x ems= = quantity L For example, if the Contractor encounters pavement to be removed F which is 8 inches thick and 100 square yards then the quantity would be: L 151 Ave. N. Improvements/Langholz 2 - 2 March 30, 2016 F Project Number: 07-3033 L. _ 8 100' x = 133 S.Y. No other compensation shall be allowed. The unit contract price per square yard for "Remove Existing Cement Concrete Driveway Reinforced" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing concrete pavement from roads for a depth up to 8 inches. Included in this price is the cost of hauling and disposal of the concrete pavement. Some of the existing driveways may contain reinforcing steel. The cost to cut, remove and dispose of the rebar shall also be included in this bid item. The unit contract price per square yard for "Remove Cement Concrete Sidewalk" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Cement Concrete Curb and Gutter" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete curb and gutter, including reinforced cement concrete curb and gutter at driveways as shown on the plans and described in the specifications. "Saw Cut Existing Cement Concrete Pavement" "Saw Cut Existing Asphalt Concrete Pavement" The unit price contract price per lineal foot for the above items constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: a bd do&I In 1110ft (length) x swi= = quantity J For example, if the Contractor encounters pavement to be saw cut which is 8 inches thick and 100 linear feet then the quantity would be: length x iG = 133 LF. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. J 15`Ave. N. Improvements/Langholz 2 - 3 March 30, 2016 Project Number: 07-3033 r The unit contract price per lineal foot for "Remove Existing Storm L Sewer Pipe" constitutes complete compensation for all labor, materials, 7 tools, supplies and equipment necessary to remove the existing storm pipe and storm tees as shown on the plans and described in L specifications. The unit bid price shall also include but not be limited to r excavation, concrete plugging any remaining pipes, removal, disposal, backfilling with gravel borrow, and compaction. L 2-03 ROADWAY EXCAVATION AND EMBANKMENT r L. SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 2-03.3(7)C Contractor-Provided Disposal Site L The City has not provided a waste site. The Contractor shall arrange r for disposal and provide any necessary disposal sites in accordance with L Section 2-03.3(7)C of the WSDOT Standard Specifications. r 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 1S SUPPLEMENTED BY ADDING THE FOLLOWING: L 2-03.3(14)D Compaction and Moisture Control Tests r L Maximum density will be determined by the Modified Proctor Method ASTM D-1557. F L All compaction tests if required will be performed by the City. r 2-06 SUBGRADE PREPARATION L SECTION 2-06.3(9) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: L 2-06.3(1) Subgrade for Surfacing r L 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 L compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top F layer can meet compaction requirements. Fill sections shall be L prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the r maximum density. I_ SECTION 2-06.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: r L 2-06.5 Measurement and Payment 1"Ave. N. Improvements/Langholz 2 - 4 March 30, 2016 r Project Number: 07-3033 L The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement } The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street (253) 856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall J provide all water that comes from the City water system. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street (253) 856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. 2-12 CONSTRUCTION GEOSYNTHET I C SECTION 2-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.1 Description This work shall consist of furnishing and installing non-woven geotextile fabric at the locations shown on the plans and described in the specification SECTION 2-12.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.2 Materials Non-woven geotextile fabric shall meet the material requirements of J Section 9-33 of the WSDOT Standard Specifications for high survivability, 1s`Ave. N. Improvements/Langholz 2 - 5 March 30, 2016 Project Number: 07-3033 por..=. If; separation and soil stabilization, and underground drainage for each geotextile use as specified on the plans or in the Kent Special Provisions. III' ffII fN �1 I`I ml� flti �1V rrII,,I'. IN.o Ira, 1"Ave. N. I mprovements/Langholz 2 - 6 March 30, 2016 Project Number: 07-3033 � SECTION 2-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.3 Construction Requirements The Contractor shall take all necessary precautions to not tear or damage the fabric during installation. The fabric shall be laid down by hand. Folds or creases in the fabric should be pulled flat. The fabric sides and ends shall be anchored or weighted sufficiently to prevent slouching. Joints or seams shall be overlapped a minimum of two (2) feet. SECTION 2-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.4 Measurement Non-woven geotextile fabric shall be measured per square yard of materials placed. SECTION 2-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.5 Payment The unit contract price per square yard for "Geotextile Fabric, "Non- Woven"" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and install the fabric - at the locations shown on the plans and described in the specifications. , J 1st Ave. N. Improvements/Langholz 2 - 7 March 30, 2016 J Project Number: 07-3033 r DIVISION 4 - BASES L I` DIVISION 4 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 4-03 GRAVEL BORROW r 4-03.1 Description r- This work shall consist of constructing one or more layers of gravel borrow upon a prepared subgrade in accordance with these specifications and in conformity with the lines, grades, depths, and r- typical cross-section shown in the plans or as established by the Engineer. r 4-03.2 Materials Materials shall meet the minimum requirements of the following section r. in the Kent Special Provisions: L Gravel Borrow .......................... 9-03.14(1) r 4-03.3 Construction Requirements L Gravel borrow shall be uniformly spread upon the prepared subgrade to r the depth, width, and cross-sections shown in the plans. Construction L. methods used shall meet the appropriate requirements of Section r 4-04.3. L 4-03.4 Measurement r- Gravel borrow will be measured in the same manner prescribed for the L measurement of crushed surfacing materials as set forth in Section 4-04.4. r L 4-03.5 Payment F Payment will be made in accordance with Section 1-04.1, for the L following bid item when they are included in the Proposal: r- The unit contract price per ton for "Gravel Borrow, Including Haul and Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, r finish grade, and compact the gravel borrow as shown on the plans and L described in the specifications. This item shall be used for roadway subbase, backfill for water, storm sewer, electrical conduit trenches, and other excavation backfill and compaction unless otherwise noted. L r r 1"Ave. N. Improvements/Langholz 4 - 1 March 30, 2016 r Project Number; 07-3033 L 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements J 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. J 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. 151 Ave. N. Improvements/Langholz 4 - 2 March 30, 2016 Project Number: 07-3033 r DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS r~ NOTE: If the contract also includes underground utility construction, permanent L surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. r, Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-04 HOT M 1 X ASPHALT SECTION 5-04.3(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: L.: 5-04.3(7)A Mix Design F The City at its option may approve a current WSDOT approved mix L design, HMA Class 1/2", PG 64-22 and HMA Class 3/4", PG 64-22 in place of performing a mix design, provided, however, that such mix design shall include a minimum asphalt content of 5% by total mix L weight and anti-stripping compound. Anti-stripping compound shall be added to the asphalt material in accordance with Section 9-02.4. If the r City is not satisfied with the mix submitted, a full mix design will be L performed. The City is not required to justify to the Contractor its decision to perform a mix design. The City reserves the right to adjust F_ the asphalt cement content based on mix design or approval of alternate mix designs submitted by the Contractor. L SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A Acceptance Sampling and Testing r. Acceptance Sampling and Testing shall be as follows: L 1 . Asphalt Cement and Gradation: Extraction tests shall be taken F_ every 500± tons as determined by the Engineer or each day L whichever is less. r 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 r test results will not be considered. Any deviation from the L specification will be considered on a case-by-case basis by the Engineer and may require a credit to the City. The Engineer, r however, is not obligated to accept out of specification work and L has the authority to require the removal and repaving of material that does not meet the contract specifications at the Contractor's r expense. L- F L 15f Ave. N. Improvements/Langholz 5 - 1 March 30, 2016 Project Number: 07-3033 L -' SECTION 5-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing J HMA Class 1/2", PG 64-22 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 HMA Class 1/2", PG 64-22 asphalt concrete shall be 1-1/2 inch. 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(90)B IS DELETED AND REPLACED WITH THE FOLLOWING: J 5-04.3(10)B Control For Asphalt Concrete, where paving is in the traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum 92 percent of the maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. J Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non-complying material may be accepted at a reduced price. J Cores used to check density will be approved only when designated by the Engineer. _J At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compactibility of the mix design. Compactibility shall be based on the ability of the mix to attain the specified minimum density (92 percent of the maximum density determined by WSDOT Test Method 705). HMA Class 3/8 inch PG 64-22 preleveling mix shall be compacted to 92 percent of the maximum density. V Ave. N. Improvements/Langholz 5 - 2 March 30, 2016 J Project Number: 07-3033 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 rr defective and to require the further compaction of areas that fall below acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot. �. SECTION 5-04.3(12) IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 5-04.3(12) Joints The HMA overlay and widening shall be feathered to produce a smooth r riding connection to the existing pavement where planing is not specified. HMA utilized in the construction of the feathered connections shall be r, modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. r 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 opening the lane to traffic. SECTION 5-04.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW r" SECTIONS: L. 5-04.3(21) Temporary Pavement r- L Temporary pavement including trench patches shall be installed where specified by the Engineer. r L SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: r 5-04.5 Payment L 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 "HMA Class 1/2". PG 64-22" shall be F_ full pay for all costs of material, labor, tools and equipment necessary L for furnishing, installing and finishing the asphalt for driveways, permanent utility patches, sidewalk ramps, and other areas at the r locations shown on the plans, as specified herein and as directed by the L Engineer. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. F The unit contract price per ton for "Hot Plant Mix for Temporary Pavement Patch" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, maintaining, L removing and disposing of Cold Plant Mix as required to provide Vt Ave. N. Improvements/Langholz 5 - 3 March 30, 2016 F_ Project Number: 07-3033 L temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. SECTIONS 5-04.5(1), 5-04.5(1)A AND 5-04.5(1)B ARE DELETED IN THEIR ENTIRETY. 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction 5-05 CEMENT CONCRETE PAVEMENT SECTION 5-05.5 IS DELETED AND REPLACED BY ADDING THE FOLLOWING: 5-05.5 Payment The unit contract price per cubic yard for "Cement Concrete Pavement, Including Dowels" shall be complete compensation for all materials, labor, tools, supplies and equipment necessary for furnishing, installing and finishing the concrete pavement as shown on the plans WSDOT Standard Plans A-40.10-03 and A-60.10-03, as specified herein and as directed by the Engineer. This bid item also includes furnishing and installing corrosion resistant dowel bars and any cost for drilling holes, placing dowel bars with baskets; furnishing and installing parting compound and all other costs associated with completing the installation of the corrosion resistant dowel bars. a ry 1s`Ave. N. Improvements/Langholz 5 - 4 March 30, 2016 Project Number: 07-3033 r L DIVISION 7 - DRAINAGE STRUCTURES. STORM SEWERS. r SANITARY SEWERS, WATER MAINS AND CONDUITS L 7-04 STORM SEWERS r- L THE FIRST PARAGRAPH OF SECTION 7-04.2 1S DELETED AND REPLACED WITH THE FOLLOWING: r 7-04.2 Materials r The following pipe types and materials are accepted for drains, culverts, and storm sewers for this project. The Contractor has the option of choosing the material except for those pipes specified on the plans to r- be a specific material. Reinforced Concrete Pipe (RCP) Class IV ........ 9-05.7(2) PVC Pipe.................................................... 9-05.12(1) Ductile Iron Pipe Class 50 (Unlined) ............... 9-05.13 r 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing r SECTION 7-04.3(1)A 1S SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.3(1)A General r All storm drain pipe including the downstream system shall be L thoroughly cleaned to remove any solids or construction debris that r may have entered the pipe system during construction. The Contractor shall be responsible to insure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system. SECTION 7-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW r SECTION: I_. r 7-04.3(1)G Television Inspection L. All new City storm drain extensions, 24-inch diameter and smaller shall be TV camera inspected by the City Utility Department and accepted ' prior to placing final crushed rock surfacing and pavement. All L construction except final casting adjustments must be completed and approved by the Inspector prior to the TV inspection. The manholes r and catch basins must be set to grade, channeled, and grade rings set in place prior to TV inspection. Castings must be removed for paving, and fully grouted in place after paving. r L. r L 1s`Ave. N. Improvements/Langholz 7 - 1 March 30, 2016 r Project Number: 07-3033 L A SECTION 7-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: J 7-04.5 Payment The unit contract price per lineal foot for "Ductile Iron Storm Sewer Pipe, 8 Inch Diameter" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, tees, couplings, gaskets, connection to new or existing storm pipes, catch basins, or ditches, testing, coordination for TV inspection, and additional costs for overtime work when working on weekends. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3 Construction Requirements All catch basins shall be precast concrete units and shall conform to Kent Standard Plan 5-1 unless specified otherwise. Catch basin grates and solid covers shall be ductile iron and of the locking type unless indicated otherwise on the plans and shall be in accordance with Kent Standard Plans 5-4M through 5-5M, 5-6M and WSDOT Standard Plan B-30.70-03 as applicable. Miscellaneous catch basin details shall be in accordance with Kent Standard Plan 5-3. Care must be taken to insure that pressures exerted on the soils beneath the manholes and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at manholes. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. PVC pipe adaptors shall be KOR-IN-SEAL type flex joints or sand collars or other materials as approved by the Engineer to permit slight differential movement. All pipe materials other than the above shall be mudded directly into the manholes and catch basins using a smooth forty five (45) degree bevel from the pipe to the structure meeting ASTM D-303-H-78 SDR35. The allowable protrusion is two (2) inches inside the structure unless approved otherwise by the Engineer. Block lettering is required on the top surfaces of storm drain castings, and shall read as follows: A "OUTFALL TO STREAM, DUMP NO POLLUTANTS" 151 Ave. N. Improvements/Langholz 7 - 2 March 30, 2016 a Project Number: 07-3033 r L. SECTION 7-05.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 7-05.3(1) Adjusting Manholes and Catch Basins to Grade L All construction in performing adjustments of existing or new utilities shall conform to the WSDOT Standard Specifications, Standard Plans, L. Kent Standard Plans and the Kent Special Provisions. Locating all new and existing utilities to be adjusted following the L paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities including traffic loops prior F_ to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company L_ or the City, even if the Contractor has vacated the project site. F. If the Contractor neglects to reference utilities prior to paving, and for L example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City. Ln No less than 4 inches or greater than 16 inches shall be provided F. between the top of the cone and the underside of the manhole frame L- for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. All joints in the brick or ring adjustment shall be filled with grout, and L the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. NOTE: The use or presence L of wood, asphalt, expansion joint material or other non-approved product for catch basin or manhole adjustment shall be cause for immediate rejection. L On asphalt concrete paving and/or asphalt resurfacing projects, F manholes, catch basins and similar structures shall not be adjusted L until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base L material removed to permit removal of the cover. r The asphalt concrete pavement shall be cut and removed to a neat L circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks and fully mortared to the desired grade. The base materials and L_ crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within, F but not to exceed 1-1/2 inches of the finished pavement surface. Note: casting adjustments shall be made with cementatious materials only. Wood, plastic, iron, aluminum, bituminous or similar materials are r prohibited. L F 15`Ave. N. Improvements/Langholz 7 - 3 March 30, 2016 Project Number: 07-3033 L On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. SECTION 7-05.3(2) IS SUPPLEMENTED BYADD/NG THE FOLLOWING: 7-05.3(2) Abandon Existing Manholes Manholes being abandoned shall have the top four feet removed and the remainder of the structure filled with bankrun gravel for trench backfill or gravel borrow as included in the proposal and shall otherwise be in accordance with Section 7-05.3(2) of the WSDOT Standard Specifications. SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(3) Connections to Existing Manholes It shall be the Contractor's sole responsibility to protect the existing sewer system from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. SECTION 7-05.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(4) Drop Manhole Connection Drop manhole connections shall be in accordance with Kent Standard Plan 4-6. Inside drop connections are not allowed. SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-05.3(5) Manhole Installation on Existing Sewer J The manhole will be placed on and channeled for the existing lines in their existing location. It shall be the Contractor's sole responsibility to protect the existing sewer from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. 15`Ave. N. Improvements/Langholz 7 - 4 March 30, 2016 Project Number: 07-3033 r, L NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. L. 7-05.3(6) Storm Drain Stenciling r The pavement adjacent to all catch basins and inlets within the project limits shall be marked with a standard pollution prevention thermoplastic form such as the example following: r L� t DUMPING ! DRAINS To STREAM L., The wording shall be placed so that it can be read from the sidewalk or shoulder of the road. Contractor is responsible for purchase and L installation of the thermoplastic material. 7-05.3(7) Relocate Existing Catch Basin L- The existing catch basin assemblies indicated to be relocated shall be F carefully removed to avoid damage. The Contractor will then install the �. catch basin at the location indicated on the plans so that the assembly will function as shown on the plans. L SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: F 7-05.5 Payment L The unit contract price per each for "Catch Basin, Type 1" constitutes F-- complete compensation for furnishing all labor, materials, tools, L supplies, and equipment necessary to install the specified structure to final finished grade as shown on the plans and described in the f specifications. This work includes but shall not be limited to: L excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and storm drain stenciling. L "Circular Frame (Ring) and Cover, Type 2" F "Catch Basin Frame and Vaned Grate" L "Catch Basin Frame and Bi-Directional Vaned Grate" The unit contract price per each for the above items constitutes r complete compensation for all labor, materials, tools, supplies and L equipment necessary to furnish and install the new frame and cover or grate as shown on the plans and described in the specifications. This F price shall also include adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. r L. 151 Ave. N. Improvements/Langholz 7 - 5 March 30, 2016 Project Number: 07-3033 L J The unit contract price per each for "Thermoplastic Storm Drain Stenciling" constitutes complete compensation for furnishing all labor, tools, equipment, supplies and materials necessary or incidental to the installation of the thermoplastic storm drain pollution markers and other work as specified. Also see Section 7-05.3(6) and 8-22 of the Kent Special Provisions. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS SECTION 7-08.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.2 Materials All pipe shall be of the type and material specified in the bid proposal, shown on the plans or specified herein. All materials used for construction of sanitary sewer and storm drainage systems and appurtenances shall be new and undamaged. All materials used shall be subject to inspection by the City prior to use. The Contractor shall provide the City with shop drawings, manufacturer's specifications and certificates of materials as requested. The materials referred to herein, shall conform to the applicable provisions of the WSDOT Standard Specifications, the Kent Special Provisions and the manufacturer's recommended installation procedures. See the following Sections of the WSDOT Standard Specifications and the Kent Special Provisions: Hot Mix Asphalt ............................... 5-04.2 Cement Concrete Pavement .............. 5-05.2 Storm Sewers ................................. 7-04.2 Manholes, Inlets and Catch Basins...... 7-05.2 Crushed Surfacing ........................... 9-03.9(3) Gravel Backfill for Pipe Zone Bedding.. 9-03.12(3) Gravel Borrow ................................. 9-03.14(1) Foundation Material Class I and I I ...... 9-03.17 Bank Run Gravel for Trench Backfill .... 9-03.19 SECTION 7-08.3(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)A . Trenches If well points are used for dewatering pipe trenches, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the sub-surface. A continual check by the Contractor shall -, be maintained to insure that the sub-surface soil is not being removed by the dewatering operation. Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump J shutdown shall be accomplished in an approved gradual manner. The 15`Ave. N. Improvements/Langholz 7 - 6 March 30, 2016 _, Project Number 07-3033 r L Contractor shall provide enough facilities and personnel to maintain Fi continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. L In the event of damage to the trench foundation as determined by the r Engineer, or to the ditch walls, or other operations resulting from the failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. r. L 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, L. complying with state water quality standards and other agency requirements. r L Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the F following conditions will apply. L_ 1 . Disposal into the existing storm drain facilities (pipes, channels, F- 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 r violation of state water quality standards for surface water, L Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as r required to verify that water quality standards are being met. L 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond r may be an acceptable method of treatment. L Any damage, as determined by the Engineer to properties or r improvements resulting from an inadequate disposal (water) operation L. shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the r WSDOT Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. r Backfill unsuitable material excavations with Foundation Material Class I or I I meeting the requirements of Section 9-03.17 of the Kent Special r Provisions with the class called for in the bid proposal, on the plans or L_ 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. L. 15`Ave. N. Improvements/Langholz 7 - 7 March 30, 2016 F- Project Number: 07-3033 L_ J SECTION 7-08.3(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: J 7-08.3(1)C Bedding the Pipe Bedding shall be placed in accordance with Standard Plan B-55.20-00. a Bedding material shall be in accordance with Section 9-03.12(3) of the Kent Special Provisions. Bedding material shall be tamped in layers under, around and above the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to mean to at least 95 percent of the maximum density measured in accordance with ASTM D-1557. The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy compaction equipment. SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)B Pipe Laying - General At locations of pipe crossing between new or existing pipes the minimum vertical clearance shall be one and one-half foot unless otherwise approved by the Engineer. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1-2 PSF styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the minimum clearances. External or internal grouting or repair by use of collars on the new sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary. All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer's recommendations. SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)G Jointing of Dissimilar Pipe Connections of Ductile or Cast Iron Pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). 1st Ave. N. Improvements/Langholz 7 - 8 March 30, 2016 Project Number: 07-3033 r L SECTION 7-08.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)H Sewer Line Connections r Where indicated on the plans or where directed by the Engineer, connections shall be made to the existing storm drain/sewer systems by the Contractor in accordance with applicable portions of the WSDOT Standard Specifications and Kent Special Provisions in a workmanlike - manner satisfactory to the Engineer. SECTION 7-08.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: r 7-08.3(2)J Pipe Laying - PVC L For PVC pipe, the Contractor shall maintain 'a cover over the pipe to r prevent temperature deformation caused by the sun and shall remove L. such cover only for a sufficient time to allow the pipe to be installed. r.. When making field cuts of PVC pipe, a new reference line shall be L marked on the spigot end a distance of 4-5/8 inches from said end. Said end will provide a visual means of determining whether full insertion of the spigot into the bell has been made during installation. L SECTION 7-08.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 7-08.3(4) Plugging Existing Pipe r Existing pipes being plugged shall be plugged with concrete at both L. ends and shall otherwise be in accordance with Section 7-08.3(4) of the WSDOT Standard Specifications. r L_ SECTION 7-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: r Lr 7-08.3(5) Street Restoration r Unless otherwise shown on the plans, street restoration shall be in L accordance with the following requirements: r Where cuts have been made in either asphalt concrete pavement, Ln or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 2 inch r thickness of crushed surfacing top course over a 4 inch thickness L of crushed surfacing base course or as directed by the Engineer in the field. However, where cuts have been made in an asphalt r concrete pavement section to be overlayed, the Contractor shall L 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 r concrete pavement over 2 inches of crushed surfacing top course L over 4 inches crushed surfacing base course. r 15=Ave. N. Improvements/Langholz 7 - 9 March 30, 2016 Project Number: 07-3033 L J 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. _J Where cuts have been made in cement concrete pavement, the Contractor shall reconstruct the trench area with a 6 inch thick J 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 -J surfacing on the shoulder. The shoulder shall be finished with a grader after backfilling and compacting and before spreading the crushed surfacing. Permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. SECTION 7-08.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 7-08.4 Measurement Gravel backfill for foundation and gravel backfill for pipe zone bedding shall be measured by the ton, including haul. SECTION 7-08.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: _J 7-08.5 Payment The unit contract price per ton for "Pipe Zone Bedding" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material J as shown on the plans and described in the specifications. This includes 151 Ave. N. Improvements/Langholz 7 - 10 March 30, 2016 a Project Number: 07-3033 lW but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. Reference WSDOT Standard Plan r B-55.20-00. L The unit contract price per ton for "Foundation Material, Class I and 11" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place foundation material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. r 7-12 VALVES FOR WATER MAINS SECTION 7-12.2 IS REVISED BY SUPPLEMENTING THE FIRST PARAGRAPH WITH THE FOLLOWING: L 7-12.2 Materials r, L The following materials shall meet the requirements of the following sections of the Kent Special Provisions: r L Valve Boxes ..................................9-30.3(4) r SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 7-12.3 Construction Requirements r L All valves shall have valve boxes installed with the cover lugs parallel to the direction of water flow. F. L SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: F L 7-12.3(2) Replace Existing Valve Box Top Section and Lid F 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 L Contractor shall furnish and install new Valve Box Top Section and Lid on existing water valves in accordance with the details shown in the plans, these Kent Special Provisions or as directed by the Engineer. Lid L shall be the locking type. r` On asphalt concrete paving and/or asphalt resurfacing projects, valve L box top section and similar structures shall not be adjusted and/or installed until the pavement is completed, at which time the center of r each structure shall be relocated from referenced previously established L 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 F structure shall then be installed to proper grade utilizing the same L methods of construction as specified for new construction in Section r- 1"Ave. N. Improvements/Langholz 7 - 11 March 30, 2016 Project Number: 07-3033 L ' 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 7-12.3(3) Adjusting Valve Boxes to Grade A 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 a each structure shall be relocated from referenced previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. SECTION 7-12.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Adjust Existing Valve Box Top Section and Lid to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the valve box top to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Any adjustments made prior to the final finished elevation shall be considered incidental to this bid item. Reference Kent Standard Plan 3-7M. 7-17 SANITARY SEWERS SECTION 7-17.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.2 Materials All sewer pipe for this project shall be solid wall PVC (Polyvinyl Chloride), SDR 35, conforming to Section 9-05.12(1) of the WSDOT Standard Specifications or ductile iron pipe, Class 52 conforming to Section 9-05.13 of the WSDOT Standard Specifications and shall be epoxy lined. 1"Ave. N. Improvements/Langholz 7 - 12 March 30, 2016 Project Number: 07-3033 r— All sewer pipe fittings shall be of the same materials as the pipe. r 7-17.3 Construction Requirements �- SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(1) Protection of Existing Sewerage Facilities r- The Contractor shall have the sole responsibility for providing and maintaining an adequate sewage bypass system through the project for the duration of the sanitary sewer construction. The adequacy of the r- bypass system shall be determined by the Engineer and corrected by �- the Contractor as directed by the Engineer. r- The connection between the new sewers and the existing sewer mains shall be plugged and tied off to the top manhole step and left in place until the new piping and the plugged manhole have been cleaned, pressure tested, TV camera inspected, and ready for acceptance. L 7-17.3(2) Cleaning and Testing F- L SECTION 7-17.3(3)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 7-17.3(2)A General L All sewer pipe shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe during construction �. by jet cleaning or flush pigging as approved by the city. r The Contractor shall be responsible to insure that material flushed from L sewers are trapped, and do not enter the downstream system. The City shall approve the Contractor's method prior to cleaning sanitary sewer mains. The rate of flushing shall be such that the flow will not L overload the downstream sewers. The flushing of a sewer main tributary to a lift station shall be coordinated with the Operations Division to insure that the lift station is not overloaded. L City water used for cleaning sewer lines is not metered, but shall pass F through an approved double check valve assembly. L_ SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: r L 7-17.3(2)H Television Inspection f� All new sanitary sewer extensions shall be TV camera inspected by the L City Operations Division prior to acceptance. All construction must be completed and approved by the inspector prior to the TV inspection. All - manholes shall be channeled, and grade rings set in place prior to TV inspection by the City. The casting and top grade ring, do not have to be mudded in until after the final grade is established. L_ 1s`Ave. N. Improvements/Langholz 7 - 13 March 30. 2016 IF Project Number: 07-3033 L. a SECTION 7-17.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.5 Payment The unit contract price per lineal foot for "PVC Sewer Pipe. 8 1 nch Diameter" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling; cutting and removing approximately 4 linear feet of existing 8" sewer main and existing cleanout, connecting new 8" PVC to existing 8" PVC with approved Romac rigid coupling; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, wyes, tees, plugs, and joint materials; connection to new or existing manholes and pipes, air testing; coordination for TV inspection, additional costs for overtime work when working on other than normal working hours, and any sewage bypass systems used. A cleanout shall be installed at the end of the sewer pipe in accordance with Kent Standard Plan 4-8M. 1st Ave. N. Improvements/Langholz 7 - 14 March 30, 2016 Project Number: 07-3033 F DIVISION 8 - MISCELLANEOUS CONSTRUCTION L F 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 L 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: 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 8-01.3 Construction Requirements L SECTION 8-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: r 8-01.3(1) General L Preventing and controlling pollution, erosion, runoff, and related r damage requires the Contractor to install temporary stormwater best L management practices (BMPs) as per the plans and as directed by the City. F L As site conditions dictate, additional BMPs may be required. The contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. L Should the Contractor fail to install the required temporary erosion and r sediment control (TESC) measures or to perform maintenance in a L timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. L All cost for this work shall be paid for under the unit contract bid prices. r The upgrading of the TESCP facilities shall not constitute a basis for L additional working days for this project. r L 151 Ave. N. Improvements/Langholz 8 - 1 March 30, 2016 F Project Number: 07-3033 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. 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. J It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION B-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1 . Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor's CESCL J SECTION 8-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not J limited to the following: 1 . WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants prohibited 151 Ave. N. Improvements/Langholz 8 - 2 March 30, 2016 Project Number: 07-3033 3. City of Kent 2002 Surface Water Design Manual " 4. Construction Stormwater General Permit — WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the L conditions listed in the permit. F Any results that are outside the appropriate range of compliance will L require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as r� directed by the Engineer. L_ All sampling records shall be submitted to the Engineer by the last day r` of the monitoring period. All necessary adaptive management L requirements shall be the responsibility of the Contractor to implement and maintain. F- L All costs for this work shall be included in the various unit contract bid prices. L SECTION 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)D Mulching L Wood cellulose fiber mulch conforming to Section 9-14.4 of the WSDOT F Standard Specifications shall be used where mulch is called for on this L project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. L Mulch of the type specified in Section 9-14.4(2) shall be included in the F hydroseeding process. Wood cellulose fiber used as a mulch shall be L suitable for application with hydroseeders as specified in Section 8-01 .3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. L Distribution of straw mulch material shall be by means of an approved r type mulch spreader, which utilizes forced air to blow mulch material on Lseeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. L_ 151 Ave. N. Improvements/Langholz 8 - 3 March 30, 2016 F Project Number: 07-3033 L. ' Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. -' Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: -' 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of ' seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1 . Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-01.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)H 1 nspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 151 Ave. N. I mprovements/La ngholz 8 - 4 March 30, 2016 Project Number: 07-3033 r 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 8-01.3(9)D Inlet Protection r Cleaning and maintenance of inlet protection shall not flush sediment, L or sediment-laden water into the downstream system. r- SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: r- 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be r dispensed only during daylight hours unless approved by the engineer. L . Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. r L_ SECTION 8-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5 Payment L The unit contract price per each for "Inlet Protection" shall be full pay r for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. 8-02 ROADS I DE RESTORAT I ON F L SECTION 8-02.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: F 8-02.1 Description L Drawings and Specifications: r L 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 F and verify them with respect to adjacent or incorporated work. Any 15`Ave. N. Improvements/Langholz 8 - 5 March 30, 2016 r Project Number: 07-3033 L ' discrepancies in the drawings shall be brought to the immediate ry 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 J SECTION: 8-02.1(1) Submittals _J 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 A 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. _J SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: --- 8-02.2 Materials Materials shall meet the requirements of the following sections: J Topsoil Type A, Type B, and Type C............. 9-14.1 (1), (2), (3) Seed ....................................................... 9-14.2 Fertilizer.................................................. 9-14.3 Mulch and Amendments............................. 9-14.4 Wood Cellulose Fiber ................................. 9-14.4(2) Special Planting Mixture............................. 9-14.4(9) Erosion Control Devices ............................. 9-14.5 Plant Materials.......................................... 9-14.6 Street Trees............................................. 9-14.6(1)A Stakes, Guys and Wrapping ....................... 9-14.7 Tree Ties ................................................. 9-14.7(1) Water for Plants........................................ 9-25.2 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the 15`Ave. N. Improvements/Langholz 8 - 6 March 30, 2016 Project Number: 07-3033 r planting work, the Contractor shall immediately remove all refuse and L' debris resulting from the planting activities. The project will not receive , either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. L. r- SECTION 8-02.3(3) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-02.3(3) Weed and Pest Control r During the maintenance period, all weeds are to be removed by hand. L SECTION 8-02.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 8-02.3(5) Planting Area Preparation The Contractor shall excavate planting pits to a depth of four feet below L the top of adjacent sidewalks, or adjacent ground if trees are not being planted in sidewalk cutouts. Tree pits shall be about five feet square, and shall be neat and uniform basins around each tree. The Contractor shall then place fiveway topsoil into the tree basins, bringing to grade about one and one-half foot below the top of the planter by compaction r by repeated watering. L Refer to Section 8-02.3(4) of the WSDOT Standard Specifications. r- L SECTION 8-02.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 8-02.3(7) Layout of Planting L The location of plantings shall be according to the plans, unless otherwise directed by the Engineer. The Contractor shall layout tree, L shrub and herbaceous plant locations and receive the approval of the Engineer before planting begins. L SECTION 8-02.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: r- 8-02.3(8) Planting L All plants shall be carefully placed in excavated holes to prevent r damage to fibrous root systems during placement and backfilling L 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 L 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 6-55M. L r F L 1s`Ave. N. Improvements/Langholz 8 - 7 March 30, 2016 r Project Number: 07-3033 L- SECTION 8-02.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(9) Pruning, Staking, Guying, and Wrapping J Pruning shall be limited to the minimum amount necessary to remove injured twigs and branches. Only cut injured limbs to the nearest lateral bud. Do not apply tree wound paint or petroleum product to tree cuts. The Contractor shall use rootball bracing (triangle method) rather than staking or guying to support new trees. SECTION 8-02.3(19) IS REVISED AS FOLLOWS: 8-02.3(11) Bark or Wood Chip Mulch -a Revise all references in this section from bark or wood chip mulch to "compost or xylem wood chips". SECTION 8-02.3(13) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(13) Plant Establishment The Contractor is responsible for maintaining all trees and shrubs in a clean and thriving condition for a period of not less than two calendar years. The period of maintenance shall begin upon final installation and inspection of work, and subsequent written notification by the Engineer. Maintenance shall include all necessary cleaning, weeding, pruning, watering, and one supplemental feeding with approved fertilizer. The Contractor shall water all trees and shrubs a minimum of once per week during the months of June through September to establish the vegetation during the dry summer months, and shall provide proof by submitting receipts or other documentation. Maintenance of this watering schedule is critical to the survival of the trees and shrubs. SECTION 8-02.3(14) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(14) Plant Replacement The Contractor shall replace all trees and shrubs which, in the opinion of the City Nursery Supervisor, have failed to establish themselves during the maintenance period at its sole expense. All replacement planting shall be conducted in conformance to these specifications. SECTION 8-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.3(17) Plant and Site Protection During Entire Construction Period The Contractor shall: 1 . Protect existing trees to remain and new plants against injury and damage, including but not limited to: cutting, breaking, or 15f Ave. N. Improvements/Langholz 8 - 8 March 30, 2016 Project Number: 07-3033 r skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. r 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines of all existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as approved by the Engineer. SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L: 8-02.5 Payment r• "Green Vase Zelkova Street Tree Planting" '- "Armstrong Maple Street Tree Planting" The unit contract price per each for the above items constitutes complete compensation for all labor, materials, tools and equipment necessary for planting and staking street trees in accordance with the Kent Standard Plan 6-55M and the Kent Special Provisions. This item includes but is not limited to root barriers, mulch, fiveway topsoil, fertilizer, watering, water tubes, planting mixture, tree ties and stakes, and for watering and maintaining trees for a period of not less than two r calendar years. The unit contract price per cubic yard for "Topsoil Type A" constitutes r 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. r The unit contract price per each for "48 Inch Square Ductile Iron "Kent" L. Tree Grate (2 Pieces)" shall constitute complete compensation for all labor, materials, tools, and equipment necessary to manufacture or r otherwise procure the tree grates according to the specifications on the L pattern available from the City. The tree grates shall be made from ductile iron only. Cast iron grates shall not be accepted. The Contractor shall be responsible to provide and install the ductile iron L tree grates prior to project completion. The unit bid price per each for "Tree Grate and Frame Installation" L constitutes complete compensation for all labor, materials, and equipment to construct the frame and install the tree grate as shown on the plans. This includes the excavation for forms, fabricating and L installing the East Jordan Iron Works Inc., product 48954011 tree grate frames and root barriers, cutting, fitting, and installing the tree grates, and any additional work or items necessary for the satisfactory L completion of the installation. r 8-03 IRRIGATION SYSTEMS SECTION 8-03.1 SUPPLEMENTED BY ADDING THE FOLLOWING: r'_. 1s`Ave. N. Improvements/Langholz 8 - 9 March 30, 2016 F Project Number: 07-3033 L ' 8-03.1 Description This work shall consist of identifying the irrigation system prior to J construction and verifying system is operational, removal and modification of existing irrigation systems and installation of new components as necessary to accommodate the new improvements. J Irrigation systems exist at various locations within the project area. The design and actual configuration of these systems is unknown. As these systems are located in the field, the extent of the work and J materials needed will be determined to keep the remaining portions of these systems operational. _a SECTION 8-03.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-03.2 Construction Requirements J The Contractor shall submit to the City a schematic plan of the work to be done and components to be installed for review and approval prior to proceeding with the work. SECTION 8-03.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-03.5 Payment The bid item "Existing Irrigation System Removal, and/or Modification" shall be paid by force account in accordance with Section 1-09.6 of the WSDOT Standard Specifications. This payment shall constitute complete compensation for all labor, tools, materials, and equipment necessary to complete the work described above as approved by the Engineer. This item also includes all costs to submit plans and obtain approval from the City as required for the work to be completed. This bid item shall include all costs associated with relocating existing irrigation boxes and valves. For purpose of providing a common proposal for all bidders, the City has entered an estimated amount for force account for this item in the proposal to become part of the total bid by the Contractor. 8-04 CURBS, GUTTERS, AND SPILLWAYS SECTION 8-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways The City will provide control staking in accordance with Section 1- 05.5(6) of the Kent Special Provisions. If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new J section meeting specifications. The removal and replacement shall be at no cost to the City. 15t Ave. N. Improvements/Langholz S - 10 March 30, 2016 a Project Number: 07-3033 r~ SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment Add the following to Section 8-04.5 of the WSDOT Standard Specifications: "Pedestrian Curb" "Cement Concrete Curb and Gutter" The unit contract price per linear foot for the above items shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. r` 8-06 Cement Concrete Driveway Entrances � SECTION 8-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 8-06.5 Payment r The unit price per square yard for "Cement Concrete Driveway, 8 Inch L Depth, Reinforced" constitutes complete compensation for all materials, labor and equipment required to install 8" thick cement concrete driveway in accordance with the plans and specifications. Reinforcing L steel in the driveway shall be included in this bid item. Reference Kent Standard Plan 6-43. F L 8-09 RAISED PAVEMENT MARKERS r SECTION 8-09.1 IS DELETED AND REPLACED WITH THE FOLLOWING: L 8-09.1 Description r L This work shall consist of furnishing, and installing new pavement markers of the type specified in the plans upon the roadway surface in accordance with applicable Kent Standard Plans and/or WSDOT L Standard Plans at locations shown in the Contract or as directed by the Engineer. Removal of existing pavement markers shall be included in r the unit bid price for this item unless otherwise specified. L Unless otherwise noted, pavement markings shall be installed in strict F- conformance to Kent Standard Plans 6-73 and/or 6-74. L SECTION 8-09.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: F- L 8-09.3(1) Preliminary Spotting r The Engineer will provide control points at the locations and intervals L determined necessary by the City to assist in preliminary spotting of the lines before the placement of raised pavement markers begins. The r Contractor shall be responsible for preliminary spotting of the lines to be marked. Approval by the Engineer is required before the placement 15`Ave. N. Improvements/Langholz 8 - 11 March 30, 2016 r Project Number: 07-3033 L of raised pavement markers begins. Preliminary spotting to guide the placement of raised pavement markers is required for all longitudinal lines. Preliminary spotting for each lane of raised pavement markers shall be provided at transition points required by Kent Standard Plan 6-73, RPM Substitution Patterns. a SECTION 8-09.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: ti 8-09.3(2) Surface Preparation In removing raised pavement markers and plastic traffic buttons, the Contractor shall: J 1 . Haul broken-up pieces of raised pavement markers, plastic traffic buttons and all waste material to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Remove all sand, or other waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. 3. Install temporary lane markings at their sole expense, unless the street is going to be remarked, or overlaid immediately after the completed removal of raised pavement markers and/or plastic traffic buttons. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, including the complete removal of all remaining adhesive, and fill any surface voids caused by the removal work. SECTION 8-09.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.4 Measurement When.shown as lump sum in the plans or in the Proposal as removal of raised pavement markers and plastic traffic markings, no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete removal of the subject items. SECTION 8-09.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: a 8-09.5 Payment The lump sum contract price for "Removal of Raised Pavement Markers and Painted and/or Thermoplastic Traffic Markings" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove and dispose of the raised pavement markers and painted and/or thermoplastic traffic markings as described in the specifications or as directed by the Engineer. 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1"Ave. N. Improvements/Langholz 8 - 12 March 30, 2016 Project Number: 07-3033 r 8-12.5 Payment r "Temporary Security Fence" per lineal foot 8-14 CEMENT CONCRETE SIDEWALKS r- SECTION 5-14.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.1 Description This work shall also consist of constructing wheel chair ramps at all street intersections, curb return driveways, or other locations in accordance with these specifications and in reasonable close conformity to the dimensions and cross-sections shown in the plans and to the lines and grades as staked by the Engineer. SECTION 8-14.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: F 8-14.3(3) Placing and Finishing Concrete The concrete shall be placed in the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall L- be troweled smooth with a steel trowel. r After trowling and before installing the contraction joints or perimeter L_ edging, the walking surfaces of the sidewalk and ramps shall be brushed in a traverse direction with a stiff bristled broom. The curb r, face and top on the monolithic cement concrete curb and sidewalk and the cement concrete sidewalk with raised edge shall be smooth. Expansion and contraction joints shall be constructed as shown in the L. Standard plans. When the sidewalk abuts a cement concrete curb or curb and gutter, the expansion joints in the sidewalk shall have the same spacing as the curb. The expansion joint shall be filled to full cross-section of the sidewalk with 3/8-inch premolded joint filler. Sidewalk ramps shall be of the type specified in the plans. The L: detectable warning pattern shall have the truncated dome shape shown in the Standard Plans and may be formed by either embossing the wet f concrete, adding a manufactured material after the concrete has cured, L or installing masonry or ceramic tiles. When masonry or ceramic tiles are used, the Contractor shall block out the detectable warning pattern f area to the depth required for installation of the tiles and finish the L construction of the concrete ramp. After the concrete has set and the forms have been removed, the Contractor shall install the tiles using F standard masonry practices. The two-foot wide detectable warning L pattern area on the ramp shall be yellow and shall match the color of "Standard Interstate Yellow" paint as specified in Formula K-2-83. Yellow masonry paint for precast curbs, Formula H-3-83, may be used L< for truncated dome patterns embossed into the concrete surface. 15C Ave. N. Improvements/Langholz 8 - 13 March 30, 2016 Project Number: 07-3033 L .1 A SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: } 8-14.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the Proposal: .J "Cement Concrete Sidewalk," per square yard "Cement Concrete Sidewalk Ramp Type Perpendicular A," per each J "Cement Concrete Sidewalk Ramp Type Parallel A." per each The unit bid per square yard or per each for the above items constitutes complete compensation for all materials, labor, tools and equipment J necessary to install cement concrete sidewalk and wheelchair ramps with detectable warning surface as shown on the drawings and in accordance with the Kent Special Provisions. The unit price shall --a include but not be limited to: restoration of areas adjacent to sidewalks and ramps that are disturbed from sidewalk forms; and all other materials, labor, tools and equipment to fulfill the requirements or as J directed by the Engineer. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation and Gravel Borrow as required shall be paid for under separate bid items. Unit price shall also include A all work necessary to adjust decorative light bases. The unit bid price per square foot for "Detectable Warning Installation" a constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the truncated warning pattern in accordance with the standard plans at locations as shown on the plans and directed by the Engineer. This price includes but is not limited to cleaning and preparing the existing surface prior to installation. The cost for detectable warning patterns for new wheel chair ramps shall be included in the price for the ramps. 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. ,J 1g`Ave. N. Improvements/Langholz 8 - 14 March 30, 2016 A Project Number: 07-3033 r- SECTION 8-20.2(1) IS REVISED BY ADDING THE FOLLOWING TO PARAGRAPH 3, FOLLOWING ITEM 2: r 8-20.2(1) Equipment List and Drawings `- r` 3. Photometric curve data provided in electronic format IES format files provided on a 3 1/2 inch diskette or CD-ROM disk. 4. Photometric calculations showing that the proposed luminaire meets the minimum street lighting requirements of the City. 5. Catalog Cuts and/or ordering information clearly showing selected luminaire options. r 8-20.3 Construction Requirements 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 L 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 r approval of the Engineer. L- THE FOLLOWING PARAGRAPH IS ADDED AFTER THE SECOND PARAGRAPH. F L 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 Lr. uninsulated #8 AWG stranded copper. r THE FOLLOWING CHANGES APPLY TO THE NUMBERED ITEMS FOLLOWING L- THE WORDS"Galvanized steel conduit shall be installed at the following locations:" r Item 1. Change to read "All State highway roadbed crossings" Item 3. Contents are deleted, leaving it BLANK L. THE THIRD PARAGRAPH OF SECTION 8-20.3(8) IS DELETED AND REPLACED WITH THE FOLLOWING: r L 8-20.3(8) Wiring All splices in underground illumination circuits shall be installed within L junction boxes. Splices for illumination circuits, including two way, three way, four way and aerial splices shall be spliced with copper F crimped solder-less connectors installed with an approved tool designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape F meeting the requirements of Sections 9-29.12(1) and 9-29.12(2) of the L Kent Special Provisions to seal each splice individually, unless otherwise 1"Ave. N. Improvements/Langholz 8 - 15 March 30, 2016 Project Number: 07-3033 L- } specified by the Engineer. In no case shall epoxy splice kits be permitted. SECTION 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment The unit contract price per each for "Adjust Existing Junction Box to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Adjusting the grade by adding or removing risers, rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. The 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 bid price per ton for "Sand for Conduit Bedding" shall constitutes complete compensation for all materials, equipment, tools and supplies necessary to furnish and install the sand for bedding the conduit as shown on the plans and as specified herein. 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 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 red locate tape, conduit and fittings, backfill, compaction, pull rope, and connection to the junction boxes. "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. This bid item shall be used for the tracer wire and spare conduit systems. The lump sum contract price for "Illumination System — Ornamental Pedestrian Lighting" constitutes complete compensation for all materials, labor, tools and equipment required to furnish and install aluminum lighting standard with LED post top luminaire and foundation (reference Section 9-29.6(7) and standard plan 6-87M of the Kent Special Provisions), including tenon adaptor base, hardware, ballast, 15`Ave. N. Improvements/Langholz B - 16 March 30, 2016 Project Number: 07-3033 r photoelectric control, wiring to the fuse holder, fuse kits, breakaway L foundation coupling, decorative base cover and other items as �, specified. This bid item shall also include the cast-in-place foundation including excavating and backfill, forming, reinforcing steel, anchor bolts, conduit raceway, concrete placement, finishing, curing and testing. Also included in this bid item is the trenching, conduit, wiring, trench backfill connection to the service cabinet and any other items L required for the fully functional Illumination System. Schedule of Values ' A. General r L. Provide a detailed breakdown of the contract lump sum amounts r showing values allocated to each of the various parts of the work, as specified herein and in other provisions of the contract documents. r B. Submittals Prior to the first application for payment, submit a proposed r- Schedule of Values to the City. L 1 . Meet with the City and determine additional data, if any, r required to be submitted. i- 2. Secure the City's approval of the Schedule of Values prior to r submitting first application for payment. L C. Progress Payments L. Monthly payments shall be based on the approved Schedule of Values and the estimated percentage of each item completed during the pay periods. L. The unit contract price per each for "Sidewalk Bollard with Receptacle" shall be considered complete compensation for all labor, materials, L supplies, tools, and equipment necessary to furnish and install the complete working receptacle within the bollard as shown on the plans, and on Kent Standard Plan 6-56M. This item includes but is not limited L- to: bollard, excavation, backfilling, compacting, conduit, wire, receptacles, electrical boxes, connection to the power source, cleanup, disposal and any additional material and work necessary to install the L bollard and receptacle. F The unit contract price per each for "Relocate Existing Pedestrian L Luminaire" constitutes complete compensation for all materials, labor, tools, supplies and equipment necessary to relocate the existing F pedestrian luminaire, remove existing base, reinstall the pedestrian L luminaire, new base and new junction box as shown on the plans, on Kent Standard Plan 6-87M and described in the specifications. This work includes but is not limited to: removing, hauling and storing the L existing pedestrian luminaire; removing existing junction box, 1S`Ave. N. Improvements/Langholz 8 - 17 March 30, 2016 Project Number: 07-3033 L A disconnection of existing electrical wires; installation of a new concrete foundation and reinstalling the pedestrian luminaire; and re-connecting the existing electrical wires. Labor and Industries electrical, inspection, J testing and any other items required for a fully functional luminaire shall be paid for as part of this bid item. J The unit bid price per ton for "Sand for Conduit Bedding" shall constitutes complete compensation for all materials, equipment, tools and supplies necessary to furnish and install the sand for bedding the J conduit as shown on the plans and as specified herein. The lump sum contract price for "Install Electric Vehicle Charging Stations" constitutes complete compensation for all labor, tools, materials, supplies and foundation necessary to install two electric vehicle charging stations as shown on the plans and the miscellaneous details, "Preparing the installation site for a bollard mount A-1 and A-2. This bid item shall include but shall not be limited to: concrete foundations, installing the electric vehicle charging stations, excavation, backfilling, compacting and other items as specified. Also included in this bid item is the trenching, conduit, wiring and trench backfill. The "1 City of Kent shall supply the electric vehicle charging stations with an ' installation guide and shall coordinate the electric vehicle charging station programming and commissioning with: Charge Northwest LLC Jim Blaisdell (253) 265-0919 blaze@chargenw.com 8-22 PAVEMENT MARKING SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description THE TEXT UNDER CROSSWALK STRIPE IS REPLACED WITH THE FOLLOWING: A series of pairs of parallel SOLID WHITE lines, 8-feet long, 8 inches wide, aligned parallel with the direction of traffic, with an 8 inch space between the lines. Pairs are located as shown in Kent Standard Plan 6-75M. THE TEXT UNDER TWO WAY LEFT TURN STRIPE IS REPLACED WITH THE FOLLOWING: A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4 inch space. The broken or "skip" pattern . shall be based upon the City's 12-foot line and a 30-foot space, except where the existing paint markings use a different pattern in which case the existing pattern will be used. The solid line shall be installed to the right of the broken line in the direction of travel. 1"Ave. N. I mprovements/Langholz 8 - 18 March 30, 2016 Project Number: 07-3033 r- THE FOLLOWING NEW PAVEMENT MARKING IS ADDED: rr Yellow Painted Curb A SOLID YELLOW stripe,just wide enough to completely cover the concrete curbing. SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: `- 8-22.2 Materials r L_ Material for pavement and curb markings shall be white or yellow paint as noted in the Proposal and Bid Item Descriptions. All paint, including the paint for the concrete curbs, shall be described in the Qualified Products List as "Temporary Pavement Marking Paint - Low VOC Solvent Based." Paint and sprayed material shall be applied with a top dressing of glass beads. �- All Paint shall comply with the specifications for no heat, instant dry pavement markings. Glass beads shall be AC-110 Highway Street Spheres, or pre-approved equal. Material for pavement markings shall be paint, plastic or Raised r Pavement Markings (RPMs) as noted in the bid item. Paint and plastic shall be selected from materials listed in the Qualified Products list (QPL). Material for RPMs shall meet the requirements for Section 8- r 09.2. SECTION 8-22.3(2) IS SUPPLEMENTED BYADDING THE FOLLOWING r PARAGRAPH TO THE END OF THIS SECTION: L 8-22.3(2) Preparation of Roadway Surfaces r The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). r t<. SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: F, 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from L freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the L method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint r stripes is final in this matter. L Type 2 markers may be warmed prior to setting by heating to a r maximum temperature of 120 F for a maximum of 10 minutes. ir_ 15`Ave. N. Improvements/Langholz 8 - 19 March 30, 2016 r Project Number: 07-3033 L -' The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. J SECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: a 8-22.3(5) Installation Instructions RPMs shall be installed per the requirements of Section 8-09.3(4). J SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of .a pavement markings. Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8-09.30) of the Kent Special Provisions. The City has not shown the existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type of items to be removed. SECTION 8-22.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement J Painted yellow curb, white edge line paint stripe, double yellow center paint stripe, and two way left turn stripe shall be measured by the completed linear foot. J The measurement for all painted stripes will be based upon a marking system capable of simultaneous application of two 4-inch lines with one 4-inch space between the two lines. No deduction will be made for the unmarked area when the pavement marking includes a skip stripe; and _y no additional measurement will be allowed when more than one line can be installed on a single pass of the marking system. Measurement of raised pavement markers will be units of one hundred for each type of marker furnished and set in place. 15`Ave. N. Improvements/Langholz 8 - 20 March 30, 2016 Project Number: 07-3033 r- SECTION 8-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING: r- 8-22.5 Payment L_ Payment will be made in accordance with Section 1-04.1, for each of r the following bid items that are included in the Proposal: L< "White Parking Stall Plastic Stripe," per linear foot. r "Green Parking Stall Plastic Stripe" per linear foot "Double Yellow Center Plastic Stripe," per linear foot. r- 8-23 TEMPORARY PAVEMENT MARKINGS L_ THE FIRST PARAGRAPH OF SECTION 8-23.1 IS DELETED AND REPLACED WITH THE FOLLOWING: r L.. 8-23.1 Description r- The work shall consist of furnishing, installing and removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the plans and for all lane shifts and detours resulting r- from construction activities. Temporary pavement markings shall also �- be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be r maintained in serviceable condition throughout the project until permanent markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Edge lines shall be installed unless otherwise specified in the Contract. L 8-28 POTHOLE UTILITIES r L 8-28.1 Description This work shall consist of potholing utilities at the locations shown on L the plans and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. F L 8-28.2 Materials F Backfill and surfacing material shall match conditions of pothole L location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with r. asphalt cold mix. Pothole work located in cement concrete shall be L backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. L F L_ 1s`Ave. N. Improvements/Langholz 8 - 21 March 30, 2016 r Project Number: 07-3033 L J 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: The contract price per each for "Pothole Utilities" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. 8-30 PROJECT SIGNS 8-30.1 Description _3 This work shall consist of providing all posts, braces, fabrication hardware, installation and maintenance of Contractor-furnished 4'x8' .-j project signs based upon the template in the appendix, install where shown in the plans or where directed by the Engineer. All project signs become the property of the City at the end of the project, and the Contractor shall return project signs to the same facility when so directed by the Engineer. 8-30.2 Materials Sign posts shall be 4 inch x 4 inch Fir. J 8-30.3 Construction Requirements 8-30.30) Erection of Posts All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-30.3(2) Design A Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top, the bottom, and in the middle. Attachment of posts and bracing shall meet with the approval of the Engineer. Vt Ave. N. Improvements/Langholz 8 - 22 March 30, 2016 a Project Number; 07-3033 r 8-30.3 Installation r- Fasten two (2) horizontal 4 inch x 2 inch Fir boards evenly spaced at the back of the sign board. Posts shall be of break-away design with no L more than 12.25 square inches of drilled shear area at a point 2 inches _ above the ground, or as directed by the Engineer. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.4 Measurement Project signs will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project signs—as determined by the Engineer—shall be deemed noncompliance with this L' Specification. r- 8-30.5 Payment Payment will be made in accordance with Section 1-04.1, for the r following bid item when they are included in the Proposal: The unit contract price per each for "Project Sign" constitutes complete r compensation for furnishing all labor, tools, supplies, equipment and L materials, to fabricate, to install, maintain project sign(s) for the life of the project and removal and delivery of sign(s) to the City Shops upon r closeout of the project. Failure to adequately maintain and return projects signs to the City Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the L Engineer and is not negotiable except at the Engineer's discretion. See Appendix A-4 for sign example. F L F L 7 L r.. L F L F L r L F L 1s`Ave. N. Improvements/Langholz 8 - 23 March 30, 2016 F7 Project Number: 07-3033 L -' DIVISION 9 - MATERIALS 9-03 AGGREGATES SECTION 9-03.12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING: _r 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 1 nch 100% 5/8 1 nch 95 - 100% J 1/4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. % % Fracture 75 min. Sand Equivalent 40 min. J L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. ' SECTION 9-03.14(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passina 3 Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min. -J The maximum passing the U.S. No. 200 sieve is limited to five percent (5%) based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. Where additional materials are required to formulate the street sub- base to the cross section denoted in the plans, said additional material shall be Gravel Borrow. _J J 1"Ave. N. Improvements/Langholz 9 - 1 March 30, 2016 Project Number: 07-3033 r * The maximum size of stone for geosynthetic reinforced walls or slopes `- shall be 100 percent passing 1 1/4 inch square sieve and 90 to 100 r percent passing 1 inch square sieve. All other sieve values continue to apply. L r SECTION 9-03.17 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.17 Foundation Material Class 1 and Class I I Foundation Material Class I and Class I I shall be used to replace L 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 11 6" square 100 --- r- 4" square --- 100 L 2" square 0 65-85 1" square --- 40-70 r 1/4" square --- 20 max L All percentages are by weight. r L 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 L assurance program reviewed and approved by the City. r- Each rock or piece of recycled cement concrete pavement shall have at L least two fractured faces. r Adsorption 3% max L (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max L Soundness 5% max loss r L Density (solid volume) 155 pcf min r Specific Gravity 2.48 min L SECTION 9-03.21(1)D /S SUPPLEMENTED BY ADDING THE FOLLOWING: F L 9-03.21 (1)D Recycled Steel Furnace Slag r Steel Furnace Slag shall not be used for any purposes. L r L 1s`Ave. N. Improvements/Langholz 9 - 2 March 30, 2016 Project Number: 07-3033 L 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: J 9-14.1 (1) Topsoil Type A A Topsoil Type A shall be free of weeds and consist of the Special Planting Mixture per Section 9-14.4(9) of these Kent Special Provisions with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW A SECTIONS: 9-14.1 (1)A Rotted Manure J Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. 9-14.1 (1)C Sandy Loam J Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) ......... 100% Passing 1 mm sieve .................................. 80% minimum Passing 0.15 mm sieve.............................. 15% maximum SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium......... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following J proportions and formulation: Total available nitrogen ........... 21% J (Analyzed as N) Available phosphorous............. 0% 1s`Ave. N. Improvements/Langholz 9 - 3 March 30, 2016 Project Number: 07-3033 r- (Analyzed as P205) Available potassium ................ 10% r- (Analyzed as K20) L Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade r-- name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with `- certificate indicating the above information. r, 9-14.4 Mulch and Amendments SECTION 9-14.4(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: r, 9-14.4(8) Compost r Compost shall not contain any sawdust, straw, green or under- L composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. L SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: r L 9-14.4(9) Special Planting Mixture r Special planting mixture shall consist of a two-way mix consisting of 25% Pacific Garden Mulch and 75% Loamy Sand by volume. r- The organic component shall consist of composted yard debris or L organic waste material composted for a minimum of 3 months. Compost shall consist of 100% recycled content. L Loamy sand shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: L_ Sieve Percent r' Size Passim L. 1/4" square 100 US No. 10 80 - 90 F US No. 30 65 - 70 US No. 60 25 - 35 L- US No. 100 15 - 25 US No. 200 5 - 10 t` L. The loamy sand shall be free from subsoil, noxious weed seed and other foreign substances and shall have a pH factor of between 5.0 and 6.0. Maximum Electrical Conductivity shall be 2.0 milliohms. L Contractor shall submit a certified laboratory analysis from an r accredited soils testing laboratory indicating the material source and L compliance with all planting soil specifications to the Engineer for 1"t Ave. N_ Improvements/Langholz 9 - 4 March 30, 2016 r Project Number: 07-3033 L_ approval before delivery to the Project Site. The analysis shall be with a sample of no less than one gallon. 9-14.4(12) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. .a Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. 9-14.6 Plant Materials 9-14.6(1) Description SECTION 9-14.6(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.6(1)A Street Trees The following table provides both the list of approved street tree species, and some of the characteristics associated with each street tree species at maturity: Medium Street Trees Plant when 30' to powerlines are not 45' resent trees Armstrong Maple Acer rubrum 45' 15' Narrow, upright 25' 'Armstrong' columnar Green Vase Zelkova serrata 45' 20' Very narrow, upright 30' vase shaped 9-14.7 Stakes, Guys, and Wrapping SECTION 9-14.7 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.7(1) Tree Ties Tree ties shall be patent "Tre-Ties" sufficient in size and number to adequately support the trees as determined by Quentin Poil, Nursery Supervisor at (253) 856-5127, 1"Ave. N. Improvements/Langholz 9 - 5 March 30, 2016 Project Number; 07-3033 r-' 9-28 SIGNING MATERIALS AND FABRICATION SECTION 9-28.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-28.1 General All signs shall be reflectorized except for City Project Signs. ALL '- PERMANENT SIGNS, EXCEPT "NO PARKING ANYTIME" SIGNS SHALL HAVE VIP SIGNS AND CLASS A TEMPORARY'DIAMOND GRADE RETRO- r REFLECTORIZED SHEETING, UNLESS NOTED OTHERWISE IN THE PLANS. "NO PARKING ANYTIME" signs shall have engineer grade retro- reflectorized sheeting. 9-29 ILLUMINATION, SIGNAL, ELECTRICAL r- SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING '- PARAGRAPH TO THE BEGINNING OF THIS SECTION: r 9-29.1 Conduit, I nnerduct, and Outerduct L Unless otherwise specified on the Street Lighting or Traffic Signal Plans, r all conduits for street lighting, traffic signals and traffic signal L, interconnect cables for projects within the city limits of Kent shall be Schedule 80 PVC conduit, minimum size 2 inches. r L 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes F SECTION 9-29.2(l) IS SUPPLEMENTED BY ADDING THE FOLLOWING L SENTENCE TO THE END OF THIS SECTION: 9-29.2(1) Standard Duty and Heavy-Duty Junction Boxes L Box frame and lid shall be hot dip galvanized only. F L_ SECTION 9-29.3 IS REVISED AS FOLLOWS: f 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable L.. SECTION 9-29.3(2)1 IS REVISED AS FOLLOWS: L 9-29.3(2)1 Twisted-Pair Communication Cable Replace "AWG 22" with "#AWG 19". L THE LAST SENTENCE IN THE FIRST PARAGRAPH HAS BEEN REVISED TO READ AS FOLLOWS: L This cable shall be filled with a gel compound to resist water r penetration and migration unless otherwise specified by the plans. r L Vt Ave. N. Improvements/Langholz 9 - 6 March 30, 2016 F Project Number: 07-3033 j "I ' 9-29.6 Light and Signal Standards -1 SECTION 9-29.6(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: J 9-29.6(2) Slip Base Hardware J INSERT THE FOLLOWING PARAGRAPH AT THE BEGINNING OF THIS SECTION: Unless otherwise specified on the Street Lighting Plans, street light ' standards shall not have slip bases. SECTION 9-29.6(5) IS SUPPLEMENTED AT THE END OF THE SECTION WITH J THE FOLLOWING PARAGRAPH: 9-29.6(5) Foundation Hardware Breakaway supports for street light standards shall conform to Precisionform Inc. model PF 1200-1 A Breakaway Supports, or approved equal. SECTION 9-29.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 9-29.6(7) Ornamental Light Standards Ornamental light standards shall be Philips Lumec fourteen-foot (14') height (twelve-foot pole) and shall be made from a one-piece, seamless four-inch (4") round tube of extruded aluminum with a wall thickness of 0.125 inches, decorative base cover and polyester power coat finish #RAL#6009. Model #APR4F-12-LBC3-GN8TX, color forest green, as manufactured by ZED or approved equal. The Contractor shall submit J color ships. Local distributor: Elena Bertolucci Roadway/Project Manager Sea-Tac Lighting & Controls, LLC Phone: (206) 575-6865 Ext#8089 Cell: (206) 715-1702 Email: ebertolucci@seataclighting.com Pedestrian luminaires shall be Philips Lumec Serenade DSX S56C1- 35W32LED4K-R-LE3-ACDR-LE3-240-SFX-FNI-GN8TX. LED lamp module included. Color dark forest green GN8TX or approved equal. The Contractor shall submit color chips. Local distributor: Elena Bertolucci Roadway/Project Manager Sea-Tac Lighting & Controls, LLC Phone: (206) 575-6865 Ext#8089 Cell: (206) 715-1702 Email: ebertolucciOseataclighting.com 151 Ave. N. Improvements/Langholz 9 - 7 March 30, 2016 Project Number: 07-3033 r-- 9-29.12 Electrical Splice Materials SECTION 9-29.12(1) IS DELETED AND REPLACED WITH THE FOLLOWING: L r- 9-29.12(1) Illumination Circuit Splices Aerial splices may employ split bolt connectors. Below grade splices and taps shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. They shall employ the following moisture-blocking insulation. Scotch TM 2200/2210 Vinyl Mastic r products, followed by an overwrap with a minimum of two half-lapped layers of vinyl plastic electrical tape, and a final layer of consistently- applied ScotchkoteTM 054007-14853 Electrical Coating. r- SECTION 9-29 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: r- 9-29.26 Street Light Lamps Street light lamps shall be Lumalux PIusTM Plus / ECO high pressure sodium (HPS) lamps, or approved equal, unless otherwise specified on the Street Light Plans. r- Street light lamps shall: have an average rated life of 24,000 hours; be L non-cycling; and contain no more than 5.0 mg/I for lead, and 0.2 mg/I for mercury. L_ Electric Vehicle charging station shall be a ChargePoint CT4024 dual port station with 8 foot cables. The unit contract price shall include on- r site validation of electrical capacity and network signal, station L installation including wiring and activation compliance to ChargePoint published installation guide and requirements. r- L r L L_ L L_ r L L 15`Ave. N. Improvements/Langholz 9 - 8 March 30, 2016 r Project Number: 07-3033 L KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. WATER 3-7M Valve Box and Operating Nut Extender SEWER 4-7M 6" Cleanout STORM 5-1 M Catch Basin Type 1 54M 18" x 24" Catch Basin Frame 5-5M 18" x 24" Vaned Grate 5-6M 18" x 24" Bi-Directional Vaned Grate STREET 6-33M Cement Concrete Curbs 6-34M Curb and Sidewalk Joint Example 6-35M Expansion and Contraction/Control Joints 6-36M Downtown Sidewalk 6-44M Industrial Cement Concrete Driveway Approach Depressed Sidewalk 6-55M Street Tree in Planter 6-56M Sidewalk Bollard with Receptacle 6-74M Typical Lane Markings 6-75M Plastic Crosswalk Markings 6-76M Plastic Arrows, Stop Bars & Only Legend 6-82aM Sign Post Installation Type A 6-83M Street Name Sign Post Installation 6-84M Ground-Mounted Street Name Signs 6-87M City Post Top Fixture Light Standard 1'`Ave. N. Improvements/Langholz A - 1 March 30, 2016 Project Number: 07-3033 IN L—2 03noaddv 31V0 03NO3HO 3 'IV1d0l '1nN 9NllV2l3d0 32iVnb5„Z 31VOS HOO NAkydo 1r�L1 S's� 'd3A0 032131N33 39 llVHS X09 3A1VA 'S NVId 0aY0NV15 NON NO0 03N01S30 �� `'Isl 96Z9£ a' dy 'O 0NV 9'61'E NOLL03S 0dVONVIS r 830NUX3 1nN 0NllYd3d0 3 1N3WdO13A301ND d0 ku:)33S 3Sn (INV X08 3A YA � Z � ONV S1N3W3bInb3b IVNOL.IOOV 2103 1, 1N3W1MVd3O ONI833NI`JN3 W p -a y '1HM'd 213ddn NOIIVN1Snl1I 33S s,Nax ao &iio .� �� �y MOl3 2l31VM 30 NOL.3321I0 H1IM 'iS3nNN NOdn 03NIV190 39 AVW AdoO V'iN3X 30 kM 3Hi f� j M 30 S 03N9I1V 39llVHS N3A03 NO(AINO IV 31I3 NO 1d3X SI NOI1V3Il9nd'dOd 03A0llddV ONV d33NI9N3 � 3�j SNIVW NOISSIWSNVSi)SM3d:)S 3Hl A9 03N9IS lVNI9R10 Pi'31V3I1dnO 3IN0IM313 NV dVO SS31NIV1S do S9nl sm '£ r in91N3Wn300 9NI'833NI9N31V931 V ION SI NVId SIHi:310N '1NIVd 1V13W d0 S1V03 2130N31X31AN 9NLVd3d0 (Z)OMi HIM O31NIVd ONV'03033N SV O3ZIS 9911VHS SNOISN31X3 'Z '3OV219 03HSINId M0139 133d (£)33dH1 NVHI MdOW SI 1nN 3AivA N3HM Oadinb3b 3W SNOISN31X3 'T r S310N 00a 1331S OIIOS„b/E r N r N9GN31X31AN 9NL.VIdUO m mrnz HIIM X09 3A1VA G� rn = XOIHl'NIW„S/T 'VI0„b/T b 'Oavn9>i3oa r IAN 9NUV'd3d0 321VnbS„Z7 o F— NOL.O3S d01 HEM 319L.VdWOO 99 llVHS ONV 1Vnb3 O3A0ldddV-3bd NVId 110 319A'ON 3IdWAlO SV3bV O3AVdNn NI a3A03 I 'W01109 X09 3AlVA „OZ H3R1 :NOUO3S 3SV9 3A1VA 0Nn0dV OW(ISd 000'£) 313nNOO XOIHl„bX,£X,£ I I ^� S3WI111V 1V 1AN 9NU"3d0 ° ° > HIM 2131N33 9NI*dnSN3 a ° •sv 9 0, (1HM'd M0139) I SNOL"3d011IJADV9 03033N NI NDV139 llVHS RV3 p.o z SV NOISNUX3 NOIlO3'dI0 ° r, n NIVW nIVM r- O £310N 99S - I o D „ti v.•' v. V. (dAi)XVW%Z AVMV 9dOlS S ONV b'£S310N 33S"b31VM„O3YM 39 llVHS a3A0O Pi-MOD„1dDIS d33O,. HOW (Z)OMl HIM 006 9A kdaNnOd 3IdWAl0 1 r J 15" 10" CEMENT CONC. ° c 10" CLASS 3000 ° 4 a . a ° 9, SQUARES SPACED 3/4"AS a 112" �r 2-1 INDICATED-HT, 1/8" ° ° SEE NOTE 2 ° SEWER-CO a 1/8"RAISE- 1/2" WIDE BORDER 1" °°. 6"PVC THREADED PLUG A 1" c — CEMENT CONC. ° 7 3/4" 7 3/4" CLASS 3000 a ° J SEE NOTE 3 8"PVC PIPE(FOR SLEEVE) 4 c FIBER JOINT PACKING (OPTIONAL) i� 2'-0" 10" 0 9" wa co Ln 0 z co n IV 7" 734" 8 7 8" 6"-450 ELBOW SEE NOTE 3 15" (BELL x SPIGOT) ~ / CAST IRON RING&COVER CLEANOUT RING&COVER _j / �6 WYE 6"SIDE SEWER SEE STANDARD PLAN 4-8M WATER TIGHT PLUG NOTES: SLOPE z � 1. CAST IRON TO CONFORM TO z z -� A.S.T.M.A48-56 CLASS 30. ? ,a w u NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT 2. COVER SHALL BE OLYMPIC m o BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY FOUNDRY M1007 OR EQUIVALENT THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON MARKED"SEWER-CO"OR"CO". F R.&y FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON 3. TRACER WIRE= 12 GUAGE OF WAj�j REQUEST. INSULATED SOLID COPPER WIRE, Q �� CITY OF KENT GREEN PLASTIC COATED.BARE END }' ENGINEERING DEPARTMENT J OF WIRE PERMANENTLY Z CONNECTED TO TEE AT MAIN WITH KENT 6" CLEANOUT A SS HOSE CLAMP.WRAP SIDE WA�NIN010N SEWER AND INSTALL WIRE WITHIN 38296 O J w DESIGNED COK CLEANOUT COVER,COIL ENOUGH �'� IST {� DRAWN SPS SCALE NONE STANDARD PLAN LENGTH TO BRING ABOVE GRADE 18 SSrONAL F'�v CHECKED DATE JULY 2015 INCHES FOR LOCATE PURPOSES. APPROVED e=NMR 4-7M , i NOTES: 1. CATCH BASIN TO BE CONSTRUCTED IN ACCORDANCE WITH �4 "TO 9" AASHTO M 199, (ASTM C 478,&ASTM C 890)UNLESS /DEPENDING OTHERWISE SHOWN ON PLANS OR NOTED IN THE WSDOT ON FRAME STANDARD SPECIFICATIONS. AND GRATE REQUIRED 2. AS AN ACCEPTABLE ALTERNATE TO REBAR,WELDED WIRE ' FABRIC HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES FRAME AND GRATE PER FOOT MAY BE USED. WELDED WIRE FABRIC SHALL SEE STANDARD PLANS 5-4 THRU 5-8 AND 5-12 COMPLY TO AASHTO M 221(ASTM A 497).WIRE FABRIC SHALL NOT BE PLACED IN THE KNOCKOUTS. 3. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR 3 KNOCKOUTS. THE KNOCKOUT DIAMETER SHALL NOT HAVE A OF C2 EMINIMUM. PROVIDE AHALL 1.5"M NIMUMWALL GAP THICKNESS a THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. so 5 4. ALL JOINTS IN THE BRICKS,GRADE RINGS,RISERS AND _J CASTINGS SHALL BE SEATED IN MORTAR. PICK HOLES, 6"OR 12" CRACKS AND ANY OTHER JOINTS SHALL BE FINISH GROUTED TO PROVIDE A WATERTIGHT STRUCTURE. 5. THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE ONE#3 BAR HOOP FOR 6"HEIGHT 6"WEIGHS 200 LBS. LOWEST PIPE INVERT SHALL BE 5 FEET. DEPTHS GREATER TWO#3 BAR HOOPS FOR 12"HEIGHT 12"WEIGHS 580 LBS. THAN 5 FEET REQUIRE UPSIZING TO A TYPE II STRUCTURE. RECTANGULAR ADJUSTMENT SECTION 6. NON-CEMENTIOUS MATERIALS ARE NOT ALLOWED IN SETTING OF FRAMES TO FINAL FINISH GRADE. STATION AND OFFSET POINT WHEN DESIGN AND LAYOUT PROVIDED BY THE CITY OF KENT, UNLESS OTHERWISE NOTED ON THE PLANS ,: l ,ql MORTAR(TYP.) 3" 5'-0" INSTALL MAX. 44" MANHOLE #3 BAR ADAPTER, 44" EACH CORNER "SAND COLLAR" ' 21" WHEN PIPE MIN. TYPE I.E. #3 BAR REQUIRES J EACH SIDE FXB-p-) MORTAR(TYP.) J #3 BAR EACH WAY 411 �� 30" PRECAST BASE SECTION TYPICAL SECTION (WEIGHS 2170 LBS.) J PIPE ALLOWANCES NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT MAX. INSIDE F AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE PIPE MATERIAL DIAMETER WA ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT Og WAs�r�� REINFORCED OR 12 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. PLAIN CONCRETE 0 K � CITY OF ENT ���y ?' W 2 z 4 ENGINEERING DEPARTMENT ALL METAL PIPE 15" KENT CATCH BASIN TYPE I ' 38296 .�' WASHINGTON SOLID WALL PVC �of+4�,� TIST ��1 DESIGNED gaK SCALE NONE STANDARD PLAN (WSDOT STD, SPEC. 15" s`�jONAL ��� CHECKED COK DATE �NONE 9-05.12(1)) E,NM 5-1 M 015 APPROVED J r r 03AOdddV w'b—S SIOZ'OL 3laa 03N03140 .IVxo iJLZ s NVId @NONVIS 3NON 3TfJ5 H00 NMVNGH� 03 sma 3MY&A NISVS HOIVO JLK3x 96zeC .tz Xu$L `- z � 1N3FI1HVd3a ONIa33NION3 w w r smax 3o ?LZID A 1V 3lId NO 1d3)i S NOI1VJIT9fld ldOda AGd dV(INV b33 I9 3 7 ITEj M �0 3H1 A9 a3N9IS`lVNI9IN0 3H1'311fJIldfla:)IN02LL7313 NV 1[191N3wnooa 9NN33NI9N3 IV991 V lON SI NVId SIFLL:310N 'NOLMS AVMaVO*d HUM N3A3 a31Sfl[aV 39 IIVHS 3WVdJ d0 d01 'Z r {9NIOVOI OZ-H 0£l)8bV W1SV 'd9d)'AINO NO`dI 1SV3 39 IIVHS 3WVil3 3H1 b03 aisn imR avW 'i :S310N r V-V NOI173S SZ r „bl£LL ,8/S T .9T L�4 I I �- - 'NIW'dAl„ uT8/S T - dAl„8/L — .81 MMA dOl „b/� , r 'dkL „T£ „ZZ {'dAl S30Vld Z) 910H 9Z-7N(1 V V r L- r i 1 1 3/8" 5" M -77 Ln 311 17 3/4" ZZI 1 5/8" TOP VIEW END VIEW 23 3/4" 1 3/8" Do 1 1/4" DIRECTION OF FLOW 1/8 R N 1 5/8" 1/2"INSET i F __,,wHEX SOCKET FT � 3 1/2 � _ 2 3/4" 2 3/4" `/8l, L00 n 5/16 R. PARTING LINE �^ FRONT VIEW VANE DETAIL NOTES: 1 1/4" 3/4" 1. PROVIDE FRAME SHOWN IN STANDARD PLAN 5-4. 5/8"-11 UNC-2A 2. PROVIDE 2-5/8"DIAMETER STAINLESS STEEL ALLEN TYPE STAINLESS STEEL BOLTS COUNTER SUNK FLUSH WITH COVER. SECURING BOLT 2° 3. GRATE SHALL BE STAMPED"DUMP NO POLLUTANTS", OUTFALL TO STREAM", 4. ALL LETTERING SHOWN SHALL BE 1/2"AND SHALL BE RECESSED /2" + UNLESS OTHERWISE INDICATED IN THE SPECIAL PROVISIONS. 5. DUCTILE IRON ASTM A-536 GRADE 80-55-06 H-20 RATED. SLOT DETAIL 6. GRATE SHALL BE LOCKING. SLOT FORMED AND RECESSED FOR 5/8"-11 NC x 2" S.S.SOCKET HEAD(ALLEN HEAD)CAP SCREW. 7. BI-DIRECTIONAL VANED GRATES ARE REQUIRED WHEN LOCATED IN A LOW-SPOT, NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE J �� REy ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. UJ � CITY OF NKENT GINE RINNG DEPAEW � z KENT 1 S" x 24" 38296 w.•„+.v.o. VANED GRATE �0 �4 GISTEg�' ��'� DESIGNED COK �s`SIONAL E COK SCALE NONE STANDARD PLAN DRAWN. CHECKED DATE 04.2015 C C IXGMEEA J J APPROVED _.I A DUIfP NO POLLUfA m OUTFN.L M STREAM 1 1/4" J B B 3/4" I j2u i L N 1/2" SLOT DETAIL SLOT FORMED AND RECESSED FOR 5/8"- 11 NC x 2"S.S.SOCKET HEAD(ALLEN HEAD)CAP SCREW. A 1/8" 17 3/4" 1 5/8"�— �1 5/B" T 1/2"INSET Ir HEX SOCKET SECTION A-A 2 1/4" 15/16" 23 3/4" DIRECTION OF FLOW DIRECTION OF FLOWLn /8" ra fV 3 1/2" R. SECTION B-B 5/16"R. LOW POINT 5/8"-11 UNC-2A NOTES: STAINLESS STEEL 1. PROVIDE FRAME SHOWN ON STANDARD PLAN 5-4. SECURING BOLT 2. FOR THRU CURB INLETS AT LOW POINTS,USE BI-DIRECTIONAL VANED GRATE. 3. GRATE SHALL BE STAMPED"DUMP NO POLLUTANTS", "OUTFALL TO STREAM", NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 4. ALL LETTERING SHOWN SHALL BE -CF �' AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE 1/2"AND SHALL BE RECESSED. 4s WA ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 0 kj f 5. DUCTILE IRON AST-A-536 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. ��' ��' '� CITY OF KENT GRADE 80-55-06 H 20 RATED. !� a ENGINEERING DEPARTMENT ' 6. GRATE SHALL BE LOCKING. U Z 18"X 24" 7. PROVIDE 2-5/8"DIAMETER A,fl 38296 w4 wiA&ENT BI—DIRECTIONAL VANED GRATE J STAINLESS STEEL ALLEN TYPE BOLTS Ol +'I ST � �� DESIGNED COK SCALE NONE STANDARD PLAN COUNTER SUNK FLUSH WITH COVER. �SSIONAL �� � CDWN HE COK CKED DATE 04.2015 APPROVED ENGINEER 5—6 M _I 1.2°, 6„ 9„ 1W Lu 2 1/2", 5„ tiU- lp EPDXY r ADHESIVE ��& y 0 FOR FRESH Lu CONCRETE Lu -4, COMBINED CURB AND GUTTER EXTRUDED CURB FULL DEPTH BOND BREAK MATERIAL: 16 COMBINED CURB AND GUTTER 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL 10„ 2„ 31/2" !` 5'-0" HAND TROWELED - , 1,50% TAPER SECTION - I%MIN. t� n , 2°/a MAX, 6" 24 ROLLED CURB rN ° Axis, d SIDEWALK 4, a ab 12" d MAINTAIN EDGE 24„ OF CONCRETE CURB— ROLLED CURB CURB TRANSITION MAINTAIN FLOW LINE WITHOUT VERTICAL LIP BETWEEN GUTTER AND CURB *IJ2"OR**1'" -.SLO�"c 4 4 a a 12„ „ .-) 1212" 6............."�......... ADA RAMP DRIVEWAY NOTES: 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. GUARDRAIL TOWARD THE TRAFFIC LANE 3. IN ROADWAY SECTIONS WITH SUPER ELEVATION,THE GUTTER PAN WILL MATCH THE 8„ ADJACENT PAVEMENT SLOPE. 1 1 2" 4, DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. VARIES 5. FORMS SHALL BE STEEL UNLESS OTHERWISE APPROVED. FORMS SHALL BE SET TRUE y�1�1/�Y TO LINE AND GRADE.AND SECURELY STAKED PRIOR TO CONCRETE PLACEMENT. ��� YPYi`�I k�I it rYtdSY,��1 � 'k /` flel i`ltY -- NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE WA ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT PAVEMENT f I r r THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. EXTRUDED CURB UNDER GUARDRAIL S " a CITY OF KENT ENGINEERING DEPARTMENT �4 1� ICE O T CEMENT CONCRETE 38246 CURBS � DESGNED Owc IST" DESIGN COO SCALE --- N6}NE STANDARD PLAN "� 201+IAL CHECKED JD I DATE Enciw """ APPROVED. FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL CB FULL WIDTH ADA DETECTABLE WARNING SURFACE(TYP.) CURB RAMP OR DRIVEWAY Al i 1/4"WIDE x 251%/, SLAB DEPTH(I"MIN CONTRACTION/CONTROLnwn JOINT(TYP.) 3/8"EXPANSION JOINT(TYP.) CB, SEE KENT STANDARD PLAN SECTIONS FOR ADDITIONAL CB GRATE REQUIREMENTS 1/4"WIDE x 25%SLAB DEPTH (I"MIN.) CONTRACTION/CONTROL JOINT(TYP.) �< LEGEND: A BOND BREAK JOINT EXPANSION JOINT CONTRACTION/CONTROL JOINT FULL DEPTH BOND BREAK MATERIAL: 4"THICK SIDEWALKA 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL ................ SECTION A-A NOTES: 1. AN EXPANSION JOINT CONSISTING OF 3/8"x FULL DEPTH OF PREMOLDED 6, INTERFACE BETWEEN CURB AND ADJACENT SIDEWALK ON JOINT MATERIAL SHALL BE PLACED AROUND FIRE HYDRANTS; POLES, POSTS, INTEGRAL POUR CONSTRUCTION SHALL BE FORMED WITH AND UTILITY CASTINGS AND ALONG WALLS OR STRUCTURES IN PAVED 1/4" RADIUS EDGING TOOL,ON SEPARATE POUR AREAS.JOINT MATERIAL SHALL CONFORM TO THE REQUIREMENTS OF CONSTRUCTION AN EXPANSION JOINT CONSISTING OF BOND AASHTO M33 (ASTM D994). BREAK JOINT MATERIAL FULL DEPTH SHALL BE PLACED BETWEEN THE CURB OR THICKENED EDGE AND THE 2. AN EXPANSION JOINT CONSISTING OF 3/8"x FULL DEPTH OF PREMOLDED ADJACENT SIDEWALK. JOINT MATERIAL SHALL BE PLACED IN CURBS AND SIDEWALKS AT A MINIMUM OF 15 FOOT INTERVALS AND AT SIDES OF DRAINAGE INLETS. 7, ACCESS COVERS,JUNCTION BOXES,CABLE VAULTS AND WHEN CURBS AND/OR SIDEWALKS ARE PLACED BY SLIP-FORMING,A OTHER APPURTENANCES WITHIN THE SIDEWALK LIMITS PREMOLDED STRIP UP TO 1/2"THICK AND UP TO FULL DEPTH MAY BE USED, MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SURROUNDING SIDEWALK. SUCH 3, EXPANSION JOINTS IN SIDEWALK SHALL BE LOCATED SO AS TO MATCH THE APPURTENANCES SHALL NOT BE PLACED WITHIN THE SLOPES JOINTS IN THE CURB WHETHER SIDEWALK IS ADJACENT TO CURB OR OF ADA RAMPS OR DRIVEWAY WINGS. SEPARATED BY PLANTING STRIP. 4, CONTRACTION/CONTROL JOINTS NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT CONSISTING OF 1/4"WIDE x 25%SLAB RP AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE DEPTH SHALL BE TOOLED INTO ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CONCRETE FINISH AND SHALL BE MADE O WA THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. IN SIDEWALK AT FIVE FOOT INTERVALS, INTERMEDIATE TO THE EXPANSION CITY OF KENT M JOINTS, ENGINEERING DEPARTENT 400� . 5. AS ALTERNATIVE TO EXPANSION \s%:0000'KENT CURB AND SIDEWALK JOINT JOINTS AROUND STRUCTURES, 38296 ABHINOTDN EXAMPLE REINFORCING BARS MAY BE EMBEDDED 0 IST DESICNED coK CALE-----!AqNE APPROVED EMOINEER STANDARD PLAN STRUCTURES. IN CONCRETE ON FOUR SIDES OF DRAWN NAL CHECKED DATE -------- 6-34M J 15'MAX. BROOMED FINISH PERPENDICULAR EXPANSION 5' 51 5' TO PEDESTRIAN TRAVEL(TYP.) _.J JOINT(TYP.) SEE DETAIL"A" 4"SHINE 2"SHINE FINISH \ FINISH WIDTH VARIES \ EXPANSION 30INT(TYP.) SEE DETAIL"A" PLANTER STRIP CONTRACTION/CONTROL \\ (WHEN REQ'D) 30INT(TYP.)SEE DETAIL"B" \\\ CURB AND GUTTER \ SS \ \ EXPANSION JOINT FOR NEW SEWER CONSTRUCTION; \ (TYP.)SEE DETAIL"A" STAMP FACE OF CURB WHERE SIDE \ SEWER CROSSES PERPENDICULAR TO CURB. 3"HIGH LETTERS 1/4"DEPTH. 15' MAX. �--4" 2" SHINE FINISH SHINE FINISH I I I I a. _ 4" y 4" a ,. Qo'!OQo.'°O° °..:e�co-^O° .op° •Oeo a0°d:-.?O° 2" 3/8"x FULL DEPTH EXPANSION JOINT 2" ONTRACTION/CONTROL MATERIAL, 15'O.C.SEE NOTE 1 JOINT, T O.C.SEE NOTE 2 DETAIL"A" DETAIL"B" EXPANSION JOINT CONTRACTION/CONTROL JOINT FULL DEPTH BOND BREAK MATERIAL: —PEDESTRIAN TRAVEL DIRECTION- 30 LB ROOFING FELT,6 MIL PLASTIC rl OR APPROVED EQUAL �-4—� 1.5% DRIVEWAY SHINE FINISH SIDEWALK A. .. 4"CONCRETE PER WSDOT kr 4 ao a: STD.SPECIFICATION 8-14 � obo trroo oo, N 4"MIN 4o°a,°4ogb'oq' 2 CRUSHED SURFACING +21 TOP COURSE 3/8"x FULL DEPTH CURB,GUTTER AND SIDEWALK CROSS SECTION 6"CEMENT CONCRETE DRIVEWAY APRON AND EXPANSION JOINT GUTTER FOR RESIDENTIAL DRIVEWAYS. MATERIAL,SEE B"REINFORCED CEMENT CONCRETE APRON AND NOTE 1 NOTES: GUTTER FOR COMMERCIAL DRIVEWAYS. J 1. EXPANSION JOINT MATERIAL TO BE 3/8"x FULL DEPTH AND SHALL BE PLACED AT DRIVEWAY CROSS SECTION 15'O.C.SPACING. ELASTOMETRIC JOINT MATERIAL SHALL BE IN CONFORMANCE WITH WSDOT STD.SPECIFICATION SECTION 9-04.1(4). 8. ACCESS COVERS,JUNCTION BOXES,CABLE VAULTS -' 2. CONTRACTION/CONTROL JOINT SHALL BE 1/4"WIDE BY 25%SLAB DEPTH; 1"DEEP AND OTHER APPURTENANCES WITHIN THE SIDEWALK FOR 4"SLAB, 1.5"DEEP FOR 6"SLAB,2"DEEP FOR 8"SLAB, AT 5'SPACING, LIMITS MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SURROUNDING 3. EXPANSION JOINTS SHALL BE INSTALLED IN CURB&GUTTER AND SIDEWALK AT SIDEWALK. SUCH APPURTENANCES SHALL NOT BE P.C.&P.T.AT ALL CURB RETURNS AND ALL ANGLE POINTS. PLACED WITHIN THE SLOPES OF ADA RAMPS OR DRIVEWAY WINGS. 4. FORM AND SUB-GRADE INSPECTION REQUIRED BEFORE POURING CONCRETE. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT J AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 5. EXPANSION JOINTS IN SIDEWALKS AND �,FFRE�' ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CURBS SHALL BE ALIGNED WITH EACH 0y � �I�r THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, OTHER AND NOT OFFSET, CITY OF KENT c"I t' 0 ENGINEERING DEPARTMENT 6. DESIGN SIDEWALK CROSS GRADE Z • SHALL BE 1.5%. T EXPANSION AND AN 7. WHERE SIDEWALK CROSSES HYDRANT o CONTRACTION/CONTROL JOINTS ,p 38296 �� w�•NIYOT°Y J LATERAL; CENTER 3'WIDE PANEL 0 STEg� � DESIGNED COK ISCALE NONE STANDARD PLAN WN SPS ACCROSS LATERAL,USE EXPANSION �`SSIpNAL E CHECKED 48 DATE JOINT,SEE KENT STANDARD DETAIL 3-1. �� 6-35M APPROVED SIDEWALK 5' _CURB AND WIDTH VARIES GUTTER FULL DEPTH BOND BREAK MATERIAL: 30 LB. PROVIDE MEDIUM BROOM FINISH WITH _ ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL ALTERNATING DIRECTION OF BROOM Im® 1 w STROKE TO CREATE A"PARQUET" PATTERN. — PARQUET PATTERN O BE CREATED IN THE FIELD WITH REGARD TO EQUAL SPACING OF ® a FULL DEPTH BOND BREAK MATERIAL: 30 LB. ALTERNATING PATTERN BETWEEN 6 ..a ROOFING FELT,6 MIL PLASTIC OR APPROVED SMOOTH TROWEL FINISH BORDER, kk EQUAL ABOVE 24" DEEP ROOT BARRIER,� 10'fxV LENGTH (TYP.) SEE SECTION I ON THIS PLAN NOTE: AND KENT STANDARD PLAN 6-55 EXCLUDE SCORE PATTERN77 ACROSS DRIVEWAYS AND A WHEELCHAIR RAMPS o11 MENLo _. STREET TREE,SEE KENT STANDARD PLAN 6 56 t 6"WIDE SMOOTH TROWEL FINISH (TYP) MEDIUM BROOM FINISH 1 1" s 2"WIDE TROWEL JOINT(TYP)—� MR 1.,' RIM y 3/16"' R NE FINISH CONTRACTION/CONTROL JOINT 1/4" WIDE AT 5`O.C.SEE DETAIL A �..'; I LEGEND: —BOND BREAK JOINT 3/8"X FULL DEPTH EXPANSION JOINT � 4`.^ .....EXPANSION JOINT AT 15'O.C. (TYP)OR AS DIRECTED CONTRACTION/CONTROL JOINT BY ENGINEER,SEE DETAIL C EEM SEE STANDARD PLAN 6-89 FOR STREET LIGHT STANDARD FOUNDATIONS,. I CONTRACTION/CONTROL JOINT ,, 3'-6" FULL DEPTH BOND BREAK MATERIAL: 1/4"WIDE x 1" DEEP, 5'O.C. PLAN VIEW .� 30 LB ROOFING FELT, 6 MIL PLASTIC 4''-0"X 4-4- OR APPROVED EQUAL CURB AND GUTTER PER DUCTILE IRON TREE GRATE 3/16" 6 —�—..-I STANDARD PLAN 6-33 4"CONCRETE SIDEWALK 1 3/4 X 1 3/4 X 1/4 ANGLE 2"CSTC WITH REBAR#3 WELDED AT DETAIL A CONTRACTION CONTROL JOINT 45°, 10 PLACES(MIN.)HOOKS FABRICATED AND INSTALLED ....... TOP OF(DEEP BY CONTRACTOR PAINTED bec'�° °�ao°a°pc�a°�o o° ©°. ROOT BARRIER FULL DEPTH BOND BREAK WITH RUST PROOF PAINTfl Pupa MATERIAL: 30 LB ROOFING FELT, (TYP.ALL 4 SIDES). 6 MIL PLASTIC OR APPROVED EQUAL MINIMUM 2'"CRUSHED 24"DEEP ROOT BARRIER BELOW a. SURFACING TOP COURSE BOND BREAK MATERIAL AS as aoa Qa ,o;ap� �.„q Qpe MANUFACTURED BY"DEEP ROOT", "BIO-BARRIER"°OR EQUIVALENT 4"CONCRETE SIDEWALK SECTION A 10'LONG,CENTERED ON TREE 2"CSTC DETAIL B BOND BREAK NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 3/8"X FULL DEPTH Frey ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT EXPANSION]DINT AT 15' 4A THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. O.C, (TYP)OR AS j CITY OF KENT DIRECTED BY ENGINEER 0 ENGINEERING DEPARTMENT DOWNTOWN 38296 KENTSIDEWALK 4 CONCRETE SIDEWALK 01 OT I ST DESIGNED COK SCALE NONE STANDARD PLAN 2"CSTC �' DRAWN Cax DETAIL C EXPANSION JOINT AL CHECKED DATE APPROVED — —J�M EN01WR 1:12 SLOPE OR PAVED DRIVEWAY TAPER MATERIAL SHALL MATCH DRIVEWAY TYPE PER PLAN 8.33%MAX AND DEPTH.WIDTH SHALL MATCH SIDEWALK RAMP LENGTH. DRIVEWAY APPROACH WIDTH SPECIFIED ON PLANS 6' (TYP.) DRIVEWAYS SHALL BE SYMMETRICAL. A 6'MIN., 1S'MAX. EXPANSION JOINT -, (TYP.) SEE NOTE 3 A FIRE HYDRANTS,STREET LIGHTS, UTILITY POLES,GUY WIRES AND OTHER OBSTACLES MUST BE LIMITS FOR 8"THICK RELOCATED 5'MINIMUM FROM THE A REINFORCED DRIVEWAY DESIGN VEHICLES TURNING RADIUS SEE NOTE 2 V-6" 5'-0"MIN. 1/2"TYP. 4"CLEAR TYPICAL 1"FOR REVERSE 8" NOTES: SLOPE DRIVEWAY 6" . �1 _ 1. CONCRETE WITHIN 8"THICK LIMITS SHALL BE PORTLAND CEMENT 6" CONCRETE MIX WITH A 2-#4 BARS CRUSHED SURFACING TOP COURSE COMPRESSIVE STRENGTH OF 3000 4"MIN. DEPTH FULL DEPTH BOND BREAK PSI IN 3 DAYS. FINISH SHALL BE MATERIAL: 30 LB ROOFING 2 CLEAR FROM SUBGRADE BRUSHED TRANSVERSELY WITH A FELT,6 MIL PLASTIC OR #4 BARS AT 12"EACH WAY;WIRE TIED AT EACH FIBER OR WIRE BRUSH, BROOM APPROVED EQUAL INTERSECTING POINT;SUPPORTED BY 2"SQUARE FINISH". MORTAR CUBE OR INDUSTRY STANDARD"CHAIR" AND 3'MAXIMUM SPACING OF SUPPORTS. BAR 2. ALL UTILITY APPURTENANCES WHICH SHALL EXTEND BEYOND CONSTRUCTION JOINTS ALTER THE TRAVEL SURFACE SHALL AND LAPPED A MINIMUM OF 15"AT SPLICE POINTS. NOT BE ALLOWED. DESIGN OF SECTION A-A STORM DRAIN CATCH BASINS SHALL CONSIDER DRIVEWAY LAYOUT AND BE AVOIDED. 3. EXPANSION JOINTS SHALL BE PLACED AT IS'MAXIMUM SPACING. ELASTOMETRIC JOINT MATERIAL 7. ACCESS COVERS,JUNCTION BOXES,CABLE VAULTS AND OTHER APPURTENANCES SHALL BE IN CONFORMANCE TO WITHIN THE SIDEWALK LIMITS MUST INCLUDE A SLIP-RESISTANT SURFACE AASHTO M220. MATCHING THE GRADE OF THE SURROUNDING SIDEWALK. SUCH APPURTENANCES SHALL NOT BE PLACED WITHIN THE SLOPES OF ADA RAMPS OR DRIVEWAY WINGS. 4. SEE STANDARD PLAN 6-48 FOR DRIVEWAY SLOPES BEHIND NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT SIDEWALK. AN ONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE FREY NGINEERRAND PPROVED FOR PUBLICATION IS KEPT ON FILE AT S. ENTERING SIGHT DISTANCE SHALL pF �'ASI�j�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. MEET AASHTO STANDARDS AND �� G' C� CITY OF KENT DETAILS 6-50 THRU 6-54. 0��� ENGINEERING DEPARTMENT 6. DESIGN SIDEWALK CROSS GRADE Z INDUSTRIAL CEMENT CONCRETE SHALL BE 1.5%MAXIMUM AS KENT DRIVEWAY APPROACH MEASURED WITH A CALIBRATED �� 38296 w� DEPRESSED SIDEWALK SMART LEVEL. ICI1% ISTEg� �V DESIGNED COK LI' �� SCALE NONE STANDARD P DRAWN SPSLAN SSjOMAL Epp CHECKED--IS- DATE - fi-44M ENGINEER APPROVED A J 5'MIN. Q 5' MIN. FACE OF CURB 4/7 J TRUNK O B 2'-6" TREE 2, 6„ B ' w TRUNK ROOTBALL ROOT GUARD;"DEEP in LAG BOLT, ROOT", "BIO-BARRIER" WASHER AND OR EQUIVALENT MIN. TREE TIE OR SIDEWALK 101 x 2'D CENTER METAL BAND LENGTH ON TREE, 4"DIAMETER__7 2X4, EACH SIDE UNDER BOTH SIDES OF WATERING TUBE CONCRETE FRAME TREE STAKE AND GUY PLANTER STRIP _ CONCRETE FRAME WIRE PARALLEL TO ROOTBALL TREE WELL WALK AND CUR PLANTER STRIP S'TREE WELL CONCRETE FRAME AROUND ALL STREET TREES WITH TREE GRATES 2-APPROVED 1.5"TO 2.5"CALIPER D.I.TREE GRATE COMMERCIAL STREET TREE TYPICAL 4"IRRIGATION RISER TREE TIES 2-2"x2"x12'STAKES PLACEMENT OR WATERING ATTACHED TUBES.TWO PER TREE LOOSELY TOLu ATTACHED TO TREE REQUIRED,24"DEEP(TYP.) ALLOW FOR WITH LOOSELY MINOR SWAYING I TENSIONED APPROVED 3"LAYER OF Ct REE o TREE TIES.INSTALL ¢ z 1 PARALLEL TO WALK AND w BARK MULCH m CURB(NOT AS SHOWN) cn u t PLANT ROOT BALL SO I 8, ...,. ..,...,. I THE BOTTOM OF THE 1D 9.5" 9.5" 14" s' _ TREE TRUNK IS SLIGHTLY ABOVE ° t FINISHED GRADE I ROOT BALL a I I I I I I I I ROOT BALL TYPICAL 4"IRRIGATION 18 DIAMETER ° —� I I RISER PLACEMENT OR INSTALL 2-2X4'S °-1f 1 I�. SEE NOTE 3 WATERING TUBES.TWO UNDER n�± 3"LAYER I PER TREE REQUIRED, CONCRETE FRAME # I SEE NOTE 3 ¢ I 24'DEEP(TYP.) t-1 't tT'Tf OF BARK 24"DEEP ROOT BARRIER BELOW BOND BREAK o MULCH FINISHED GRADE MATERIAL AS MANUFACTURED BY"DEEP ROOT", in CURB AND "BIO-BARRIER"OR EQUIVALENT, 10'LONG, ...2G.4_U." TDTE R CENTERED ON TREE,SEE KENT STANDARD PLAN 6-36M TREE WELL SECTION A-A NOTES: EP ROOTI_—II — 1. SEE STANDARD PLAN 6-36 FOR DOWNTOWN SIDEWALKS. — BARRIER BELOW -III-I ROOT I Elf—— BOND BREAK 2. IF TREE IS LOCATED BEHIND THE SIDEWALK,A ROOT BARRIER =l:El .1.., :� —III—III MATERIAL AS SHALL BE INSTALLED AT THE EDGE OF THE SIDEWALK. I=IBARRIER — III—III-I MANUFACTURED I I I-(TYP.) I I -I I I I I I 11=III-III BY"DEEP ROOT", 3. ALL CONSTRUCTION DEBRIS SHALL BE REMOVED FROM TREE I=1 1=1 11=1 11=1 III 11=1 11=1 111111 "BIO-BARRIER"0 PITS.INSTALL 12 INCHES OF PLANTING SOIL AROUND ROOT ELECTRICAL CONDUIT,WATER EQUIVALENT, 10' BALL CONSISTING OF 75%SANDY LOAM AND 25%ORGANICS. SERVICES, ETC.SHALL BE PLACED LONG,CENTERED FILL REMAINDER OF TREE PIT WITH NATIVE SOIL. OUTSIDE THE TREE ROOT BARRIER ON TREE 4. IN TREE WELLS,THE ROOT BARRIER SHALL PLANTER STRIP SECTION A-A BE PLACED ALL AROUND THE TREE PIT NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT J AND STAPLED TOGETHER. �FFREy AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE S 0� WASx1 �� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 5. FOR BURLAP GROWN TREES THE BURLAP THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. SHALL BE REMOVED AT PLANTING TO ctiQ i, �o`� CITY OF KENT A DEPTH OF AT LEAST THE ROOT BALL, — ENGINEERING DEPARTMENT � DO NOT BURY BURLAP IN PIT. � Z • 6. FOR CONTAINER GROWN TREES ALL 0� 38296 wQ KENT STREET TREE IN PLANTER J 0. ROOT BOUND ROOTS SHALL BE CUT Off, 'IST � AND SEPARATED. �`SS ly�ltti DRAWNED COK SCE NONE STANDARD PLAN ZONAL E 7. NO PRUNING OF THE TREES AT PLANTING. CHECKED DATE NOVEMBEER.I EM 6-55M APPROVED J i BOLLARD: FAIRWEATHER 4"X36"B-1 BOLLARD,36"SURFACE MOUNT,WITH OUTLET. COLOR: FOREST GREEN,CONTRACTOR SHALL SUBMIT COLOR CHIPS. J i OUTLET BOX:ALUMINUM,SINGLE GANG CASE DEVISE BOX(OR EQUIVALENT) GFCI STREET TREE NEMA 5 RECEPTACLE: A, 125V, 20R,2P,3W(OR EQUIVALENT) OUTLET COVER AND GASKET PROVIDED BY BOLLARD MANUFACTURER i BOLLARD SHALL BE CARLON WEATHER PROOF COVER(PART#E9UVHMC) D.I.TREE GRATE I INSTALLED WITH OR APPROVED EQUAL. AND FRAME OUTLET COVER FACING TOWARD THE STREET LEVEL BOLLARD BASE AS NECESSARY TO COMPENSATE SIDEWALK TREE,AT THE CENTER FOR SIDEWALK CROSS SLOPE, 7 OF THE TREE GRATE SIDEWALK .Il ------ a --- - ELECTRICAL - III—III o ROOT BALL o III—III JUNCTION BOX 18"DIAMETER 1=1 11=1 SEE STANDARD PLAN 6-55M FOR STREET TREE CONDUIT TO NEXT INSTALLATION INFORMATION JUNCTION BOX OR SERVICE CABINET (1)1"MIN. DIAMETER STEEL CONDUIT WITH A4" DIAMETER NYLON PULL ROPE INSTALL 2410 WIRES WITH GROUND NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT IS WA dj AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE I� f ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 00, THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. y CITY OF KENT Li ENGINEERING DEPARTMENT d 38296 4 SIDEWALK BOLLARD ISTER� �� w�■NT WITH RECEPTACLE J S`SIONAL DESIGNED COK SCALE NONE STANDARD PLAN DRAWN C0K CHECKED DATE _ OCTOBER. 2015 6 5 6 M APPROVED ENGDQM �1 (� kMNI'JN3 AM 03AONddV W'VL-9 £OOZ-ZO aWl 03NO3HO S NVId OLMONVIS 3NON TWOS SdS NMVLIO ��sa�3 1 OISS`�cY Si 03NOI530 O r NOlON,NYYM ,��' ssas� d'a TZ-6 ONV Z'9Z-6'{8)i'ZO-6 _ SJNINadW 3Nb'l lbOIdJll .LN3�1 '60-9 SNOI1VJIdIO3dS O'dVONVIS IOOSM aid 0311V1SNI 39 INNS 1N3W12lCd30 flNIL133NION3 W w co (S,Wdd)Sd3>1'dVW 1N3W3AVd O3SIVd 'T ZNax ,30 AZIa 00,�� y :S31ON YR 3NIl 213IaV9 ���3+3� 3NIl 3NK1 dOW r NOID321I0 OI3dVa1 Wd21 MZ 3dA1 03ovdS Aiivnb3 S,Wd21 AZ 3dA1-„8T 3NIl 31IHM„8 ICII i0� oB � r 3NIl 213R'dV9 M0113A„8T dAl),TZ �6 T X NOI1.O321I0 OI33Vdi 3NIl 30IM Q31100 3NIl 9009 3NIl 31IHM„8 dV9„t 3NI1 31IHM„? Wd?i MZ 3d� ❑ 13 ,8 ,9 3NI12131ND dIiS 3NIl 3NV1 NOI1J321IO 7IAJWi 3NII M0113A� N01 3111I0 OId3VMl -. 3NIl M0113A„b 3NIl 31IHM„b Wd'd AZ 3dA1 Wd�!MZ 3dAl o ❑ ❑ T r~ 13 ,oE _� T � ,os � ITT NOLI3MM WJ3d 11 N0I103'dIa OI33VM1 3NIl 30IM 3NIl 2131N30 M0113A 319f100 N0Ii:)3'dI0 OI33VN1 NOIi:)D'dI0 OI33Vi11 3NI1 M0113A„? ,OZ V9„b dV9 It ° ❑ Wdd AAZ 3dAi. r" Wd-d MZ 3dkL ❑ ❑ 3NI131IHM„8 I ,OZ N0I1.39101 OId3Vdi NOInRIO OI33Vi11 S9NIl N2 ni i331 AVM OMl r NOI1.O3'dI0 OId3Vdi 3NV1 Ndni 1d31 AVM OMl �— S'Z r ('XVW,OOE) SUM dyg„y ❑ o ❑ o ❑ o ❑ o ❑ r ' NOUDRI0 OIAME o£ OT T r r J o w 24'WHITE EQUALLY z 0 CROSSWALK BAR SPACED z L-)' z z J (TYP) � S g g L41 C� I 24" Lu .J a o j oLl B w =1I w Iz 4(TYP) 1 �I. 12"-24"WHITE STOP LINE. TIRE TRACKS(TYP.) WIDTH AS SPECIFIED IN THE CONTRACT TYPICAL 4 LANE ROADWAY CONFIGURATION IS SHOWN *GENERAL NOTES: 1. FOR ROADWAYS WITH MORE OR LESS LANES,THE SAME CONFIGURATION APPLIES, CENTER CROSSWALK BARS ON THE LANE LINES,AND IN THE CENTER OF THE TRAVELED PORTION OF THE LANE TO MINIMIZE TIRE WEAR ON THE CROSSWALK BARS. 2. THE CENTERLINE OF THE CROSSWALK SHALL GO FROM THE CENTERLINE OF THE CURB RAMP ON ONE SIDE OF THE STREET TO THE CENTERLINE OF THE CURB RAMP ON THE OTHER SIDE OF THE STREET UNLESS OTHERWISE SHOWN ON THE PLANS. -' 3. ALL MARKINGS SHALL BE WHITE PLASTIC MATERIAL AS SPECIFIED IN THE CONTRACT AND IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION 9-34. 4. GLASS BEADS(PER WSDOT STANDARD SPECS.SECTION 9-34)SHALL BE ADDED TO ALL PLASTIC CROSSWALKS AND STOP BARS. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT r AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 0 WASI�j�j THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. tiv 0 CITY OF KENT rjj r tr' ENGINEERING DEPARTMENT J � z KENT 38296 PLASTIC CROSSWALK MARKINGS Q' wwehi.a.ox -A , I ST , ��� DESIGNED DWH SCALE NONE STANDARD PLAN DRAWN`SSIONAL E CHECKED—]DATER9 — ENGINEER_ 6-75M APPROVED J NOTE: �,!� v u 1. LETTER LAYOUT SHALL BE PER WSDOT STANDARD PLAN M-90,20-00 3'_2" co pill t fb ' y' 5141 d ryf ✓ c? ry � 0'-6" T 91 TYPE 2SR(RIGHT) r- TYPE 3SR(RIGHT) a IS OF MIRROR IMAGE IS MIRROR IMAGE t OF TYPE 3SL 0,-61,��._ __ 0 6"H TYPE IS TYPE 2SL(LEFT) TYPE 3SL(LEFT) NOTES: I. ALL MARKINGS SHALL BE WHITE PLASTIC MATERIAL AS SPECIFIED IN THE CONTRACT AND IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION LENGTH VARIABLE 12"-24"AS SPECIFIED 9-34. IN THE CONTRACT 1 GLASS BEADS(PER WSDOT STANDARD SPECS.SECTION 9-34)SHALL BE ADDED TO ALL PLASTIC MATERIAL, NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT ELECTRONICAN �v, �`REY ENGINEERANDD APPRO ED FOR PUBLICATION IS KEPT ON FILE AT STOP BAR DETAIL �, OgAST � THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST, 0 CITY OF KENrT ENGINEERING DEPARTMENT PLASTIC ARROWS, 8L,�'Ed t K�MT STOP BARS & ONLY LEGEND JC] � . 1VAn MiN tlYCYN �c ,­"GTST i- DESIGNED_ Dw DRAWN BB SCALE NONE STANDARD PLAN tClNAL CHECKED DATE _ ro Rio zatis 7 M ENCIREER APPROVED-,,,,-,.-..................._ 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 I SS 0.030 BAND-IT BRACKET OR APPROVED EQUAL o SIGN POST SQUARE 2 0 14 GAGE:ALL HOLES 0 PRE-PUNCHED 0 0 0 3' CORNER BOLT, <i o SEE NOTE 6 0 FINISHED GRADE c 5/16"X 1"SS 0 \ \\\\�,\ \• BOLTS WITH o /T/i,/i,, i,, i,.o SS WASHERS \ 0 o \ SET FOUNDATION ON 0 \ UNDISTURBED NATIVE SOIL 0 \ OR COMPACTED MATERIAL 0 SET ANCHOR PLUMB AND 3„ o \ TRUE,SEE NOTE 3 0 \ Is CONCRETE BASE SHALL BE MOUNTING ON STREET LIGHT roo POURED IN PLACE AROUND STANDARD OR SIGNAL POLE ANCHOR WHILE PREVENTING j //1/lllMl CONCRETE FROM ENTERING 6" THE ANCHOR MIN. J 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.JAMNUTS 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; 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. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �FFREY AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ��OF WA ENGINEER j��}f� THE CITY OF ENTP I A COPY MAY BE OBTAINEDUPON EQUEST S KEPT ON FILE AT b 0� CITY OF KENT COO — Z ENGINEERING DEPARTMENT •NT SIGN POST INSTALLATION 38296 TYPE A[� KE W��MIMOTOY� � ww DESIGNED COK COK SCALE NONE STANDARD PLAN DRAWN CHECKED DATE 06.01.2015 6-82aM APPROVED EN=EER CANTILEVER MOUNTING DRIVE RIVET--0 6"LEGEND HEIGHT O CORNER BOLT--0 FOR SPEED LIMITS V UP TO 3SMPH DRIVE RIVET --0 O L CORNER BOLT--0 NOTES: O 0 DRIVE RIVET--0 8"LEGEND HEIGHT 1. SEE STANDARD PLAN 6-84M FOR FOR SPEED LIMITS O 0 STREET NAME SIGN DETAILS. DRIVE RIVET 40MPH AND GREATER O 0 2. PRIVATE STREET NAME SIGNS CORNER BOLT--+0 T AND PRIVATE SIGN POSTS ARE SQUARE METAL O 0 MAINTAINED BY THE PROPERTY POST,SEE OWNERS. STANDARD PLAN O 0 i 6-82aM 3. "NO OUTLET"SIGNS SHALL HAVE O 0 AN ARROW SHOWING WHICH w DIRECTION DOES NOT OUTLET. O 0 a 4. CORNER BOLTS TO BE PART# p 0 TL070M WITH PART#TL062 JAM o NUTS. DRIVE RIVETS TO BE PART O 0 o #TL3806. o+ � ' O 0 w SIDEWALK O o 0 FINISHED 2' MIN.CLEARANCE GRADE O 0 FROM FACE OF CURB (10'MIN.CLEARANCE IF NO CURB) O 0 TO EDGE OF SIGN O V d p 0 ° O O r l /C O 0 //\ \\/ O 0 \ ANCHOR AND FOUNDATION, d . O o a,. \/�� SEE STANDARD PLAN 6-82aM r ° //\ a O 0 CONCRETE BASE SHALL BE POURED IN PLACE AROUND ANCHOR WHILE PREVENTING O 0 \� CONCRETE FROM ENTERING THE ANCHOR O 0 0 �\ Y/\\/ O 0 NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE \\j / O 0 ENGINEER CITY APPROVED PUBLICATION I S KEPT ON FILE AT OF ENT.ACOPY MAY OBTAINED UPON REQ REQU EST. � CITY OF KENT�� — 4 ENGINEERING DEPARTMENT STREET NAME SIGN POST Y 392s6 KENT INSTALLATION �o �� �o ww DRAWN COK SSE NONE STANDARD PLAN CHECKED DATE 06.01.2015 6-83M EttxK� APPROVED J -a ...................... .................... ......................... ... A B . . ................. ... ... ' 2" MIN,SPACE FOR CANTILEVER MOUNT(TYP.) _.. . .... ................... ... .... �. Rd ... ...... .Q n J .... . ......... ........ PUBLIC STREET NAME SIGNS _.� 2"MIN.SPACE FOR CANTILEVER MOUNT(TYP.) .......... .................................. .............. .... ............ . .. .�EK�B.......... .�.. .. V:h... v A B PRIVATE STREET NAME SIGN SPEED LIMIT DIMENSIONS MPH A B 35 AND BELOW 6" 9" MATERIALS: ABBREVIATIONS: 40 AND ABOVE 8" 12" AVENUE= Ave BLANK MATERIAL: d = 0.125' GAUGE ALUMINUM SIGN BLANK. BOULEVARD Blvd CIRCLE= BCir lv BACKGROUND: COURT= CtDRIVE= Dr WHITE,3M HIGH INTENSITY PRISMATIC REFLECTIVE LANE= Ln LEGEND: PARKWAY= Pkwy GREEN(PUBLIC STREET)OR BLUE(PRIVATE STREET) PLACE= PI 3M ELECTROCUT FILM; REVERSE CUT TO REVEAL WHITE LEGEND PRIVATE= Pvt SERIES C-NUMBERS AND LETTERS;UPPER AND LOWER CASE; UNLESS OTHERWISE NOTED ON PLANS ROAD= Rd STREET= St NOTE: WAY= Wy ALL GROUND MOUNTED STREET NAME SIGNS SHALL HAVE THE SAME LEGEND ON BOTH SIDES OF THE SIGN BLANK. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT ��FREy AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE OF W.gs�j f ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. �- 0 Cn CITY OF KENT Z ENGINEERING DEPARTMENT GROUND-MOUNTED KENT STREET NAME 38296 WASHINGTON SIGNS STr,'" l DESIGNED COK STANDARD PLAN �s1ONAL F' DRAWN COK SCALE NONE .� CHECKED DATE 06.01.2015 fi-84M APPROVED ENGINEIIt ..J LUMIlNAIRE 14" LIGHT PRODUCING ELEMENT HEIGHT 12' LIGHT POLE HANDHOLD(TYP). T CONCRETE OR 5 SIDEWALK TYP 3' PLANTER STRIP l(TYP) TO CENTER OF LIGHT STANDARD 16"DIAMETER DECORATIVE BASE J" ° CONCRETE CLASS 3000 m° a SCH. 80 PVC CONDUIT TO JUNCTION BOX ° 6 EACH #4 REBAR EQUALLY SPACED ° a 4 EACH #4 REBAR HOOPS EQUALLY SPACED NOTES: 2" DIAMETER 1. 2 AMP INLINE FUSE REQUIRED. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 2, DOWNTOWN OVERLAY DISTRICT Ey ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT COLOR: DARK FOREST GREEN(GN8) 'oy YdAg`r THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST,. 3. COLOR REQUIREMENTS IN p CITY OF DEPARTMENT RESIDENTIAL AREAS TO BE ` DETERMINED BY THE ECONOMIC CITY POST TOP FIXTURE AND COMMUNITY DEVELOPMENT KENT DEPARTMENT. eo 36296 -Q' WASHd—t.o. LIGHT STANDARD Ort> G'I S DESIGNED CGK SCALE NONE STANDARD PLAN DRASrONAL 1 CHECKED w CKED C6K DATE OCTCSER 2015 �.y y}ary� ENGINMR V_L 7 M APPROVED WSDOT STANDARD PLAINS ROADWAY CONSTRUCTION A-40.10-03 Cement Concrete Pavement Joints A-60.10-03 Cement Concrete Pavement Rehabilitation (2 sheets) DRAINAGE STRUCTURES AND HYDRAULICS, B-30.70-03 Circular Frame (Ring) and Cover B-55.20-00 Pipe Zone Bedding and Backfill CURBS, SIDEWALKS, AND DRIVEWAYS F-40.12-02 Parallel Curb Ramp F-40.15-02 Perpendicular Curb Ramp F-45.10-01 Detectable Warning Surface J SITE PRESERVATION AND EROSION CONTROL 1-40.20-00 Storm Drain Inlet Protection ILLUMINATION, SIGNALS, AND ITS J-40.10-03 Locking Lid Standard Duty Junction Box Types 1 & 2 (2 sheets) A J 151 Ave, N. Improvements/Langholz A - 2 March 30, 2016 Project Number: 07-3033 LANE WDTH LANE WIDTH LANE WIDTH ZC om OK c H om ° H ��nm 1' 0'1- ;'a0 .. .. .. .. . I . .. .. .. . , .. • , .. _� ism z IUD g•n j I I D - 5 C0Y m 2 m m' �D y N0 NNm a �99� n S N z N •A `Ziq C �a 6 v x o mo R D= i0. DZ .A 1D' 4 . a O a z y •44 < UJ ^! V° Z o A ^gym yC mm O 3 9O m r0 n C m X am2� 2 ynr zam A m =O pm° Np A C a95mZyOw D-Ia MIX 5 N y zOO ° uo bl x rm1 O m5m z =Os4 o(szs z CZN4im Nflf9/il•7f- S0 A mZ,_ !O .�.hs,N r O O O W D D D ° $ F pa r O v. .,Q ' a p e � • 9 oHm O .' _ > 11 p $ Zp 9y f Z z mmg� 0 a v� m�Ggp$ o v_. m°o> 1 O pn m�y1rt1 mv�A a z Nya;A fZ?' al ism •'.i'.. ?Zt z m '��' ZOE, m m i Dr2 0 �n 3 i D12 3 i m m a °3 m 3 z 3 33 z NQ y� D ' z m m y � � m m RI m O n I O !11 z , Z Z Z 9p I <_ -i 5 v a m C ! mm3�n' . u > o x A C RI ��'�� EQ�' n N� ri°f wp°> m o 0 o z4 vz -o z z� DO o " x q c- z _ m r O ;ADO z Z� am �{ T C] ^t j• n3�m 4— r-j 9O p o, r'a 0 '7 �3 e q 3 i Df2 '„'m 3 $ W = Z �_ , � m� �a � a 30 Dr2 $,= a ° o z A Zm 2�fy�8 � ' i , Igo, B = p a♦ N� N m'3 i Nm 3 z 8 C o $ 0 3 o , o M 0 m Ifee�i C F C to ' a nmOy�� ZWFZ W, IL 1 , I. CJ a �vr a V�Ja 4 rc J o 0 ,•I J I w 6=Q x Ix m z 1 1 a ad LUQ h I Ja aJs �w€ f �----------- ." aa,ay gam m m m o m z a mm� Eozm N o 1. zm� CD .� ZJ RF- 1. 1 Ctu G O m 4 W ,I F z I tl J - I 0...m -m n T 1 1' 'C �� i. Kz 4Fw I m pa.0 �' 1p �.• t\ I 6 a :I �'�^— C. a c° v 0- U v h w � n o I I t. 1 n� oa o�c3 oem cc moe E'E mm m a-la wm rc O "' �a 1 w 3 c I I J� as z� ac m� c*� ¢ag ctmm a In r�m 1 O 4 3F 0 wC Tg m W >? mro ar o o v i m u w a-am a—� v" c Z = I �g o� mom= is o7c me 1 O F i•,. mJaa LLw �o c m"r xm 6 � f- N I z _ f97 O cm as c x b• - a - � c� m c 1 a: 1 '�E co— u �ma ' a o i Z 1 z �,. .. :•i-. aLm WW m ay - ISCtti u � a E M:s 0 ° z p 27022 .:�•• . . 1 zW i ma , cac tim E F U - ��Z Zia mgmn a�a Cd c OE1°i. la�m Cn Lm a ZZ Fwcwi i W arm 8CL 8W a �w �ag i. cfjag IT d`o m go LLI W z Ci vi v I iz a �J I• -.a s CL I zW 7d�u � ..i• •. ..i a �g ° z.° 1 a og i t;�uo m ----.---- 0 of i.. µ F �• i z t 1GLN3O NO.Z� ww t Jz Ir S31tlB 13M00 M3N z� a: z am aril z c�u b� w Ill Fp Oz acw.7 F zgoF m w J ?� im F O © as W D K m o w w Li � W o <� s g pwill ! 0 O 74 IL C9 J F �WJ it 0 W Lu ° zmo H 1L 4� �S j I 17i o I a go n I" W I All I i I I I I I 1 N ----_______�- ____���__-' •1 of I Z Z I 1 I z W K Z 1, '.I ZA, � 1 • a �eJ - qXwz> I mWE I WUUd �UUa I �1N3W3Atld LL3113NOO MMY37�3L3113NOO MMY33 0Z12 UO z to .....DIM'...-.00: "tiM1ViIC 0 M 0 o � O m 12 F e mow` Pd Oyd , ZWaa x 7 p z i r i or�z ' d o �I o o J N LL o Z z .i zw¢W d 6 ~�mIL o WW y�� pd �`�r ��, zaap W n wa iUcnia 'i bm0$ QROF`o In IL a a p F ow ,. , � ��_�.. ' W Z v z i coi V31N30 NO 2L �Wj • o n N ^ Sava- M�M3N � Lu F. L a -------- OC I b Z ,J L b W g a Zw � ao w � J g z i w Q z � u •'i . . �uua '.i �'GI 1 .•: .... ------ ------=-----------------i O 0 , Z ..LU It ,. - ,;. Z ry O ILMH 1 x 9 Z W uc0.7a .'.j a Uru 1 2—O 1 i 1 �n n 1. z 1 w z 2fg U ,• , ao OJ EZ OS © 1 I 1 Z O 0. _ 0 urz �•' or 'zzzt �z W20 W O�OI aDa s-0 Zoi Da `ri 2' 1 a NC w tu ir 1' 1 o z 1 o C ' ; z P Nus ' 10! W , I• � 1 �Ucoia --i W W z I W . , .•� JJJ U ILJU r 5 �rc e a31N30 NO.0 .1 Z J 4Z 1 Sava 13MOO M3N z O 5 On �dw� o a IL0 �0� Q� 0to a_x CL a . o • 0 IWu z '.1 n W Z 1 zzww J 1 gWUWI Fw�2 .., % M.11w 1 KUOQ I 00> D ua w 1 y 1 Wy5 ZZQN F Z�2 gag o � o ---- - - - '—- -�'DRA...._f: LI,......FOR- m p y 111R v'a• Jq�. r im _0y 318• lJ-- 5/8' mly 9 s• a 3/4' O 4] s it °�QA 1• Dm nl ff {T 12711 Pm y 0 • Z O 2 mZ Z Z o o _ m 2 118• o m I` r� w m m � p a j a D N • N O m � O m < 31'9 0 314•D < 2 718"i +— nj. z Z X 0 Rz � Z Z Z Dr03 I m 2N20 2718' I o I m ga0a I� m L ! OEMF ? r s Ami3m pxg on 0 �i., 2 y O y v O V P p A n r w D mmj3NWa W $F;io O lD cD rq W W a W W 14 M 3 ac oo w;g ID o$� z ° my = �0 gomo3 m m y rJ d W y tt �c 0.0 m m3 sN 11.c WWd p �• W f1 IG 7 yW..p OR 4899.91 � n 777 0 m �O a 7>m 00 W o ate. °omm3 3 �A oR- rm �T 0 Q6 . W rD t� Wg m �w .g g�W WW N W 3s o wo�$ � m o < m N .II a =o o9E6�_ f Z 2 �� a �i Ngya� m i 0 C dd x3118' �m a sW mad 70 N 30; O A O m m Z �, s 9 m- N � z � �, o � N m �� o o�, �rb�.4 ar co 0< oo K.amm$ oo z { m o <m as 3a N{p �o n A •� S 9 � E. ` -1 8 m mm yc .ate X CT FL ar CD Q 3 c°03 a� z y C �� rpBeB 11�t1 to � cm 3 mm� mm V Z W to 'Tw m a m? mm CL IA@ IItl IIA4d MJTAItM1.010VrabNOQYIAtM 989898""" Q pp�� O wr,waacrnagaw+ua nea.owcm�a. p�, 7 43 � 61�y° Q O v i y neac IDt.uDMwNtorwwaunlTt4�lox Al ^ W m v lillllMM9�l�pIdI MA200MAf1[MaIMYA -_ C4 IMlAIRY4 ACOMWY@WlAI1m6YAkIlLY4EfI. ,simtatcnmwnopaa,artca.uouunoa O �p :�wt n,.wu..wutaw,a.w..>wttrav Q O v„ma Ha,rrpuwuarna.crnsu utmwsmmcpp sawurnx.tna � N ti a LvpM00?NYTM?�3iYJTvlPV p/W iW iltw Q m z z F �wG baa11 8 0ju m W _ Q _ m c ` Od 1 A N IL T J Z a N s n ' e t �. �_» z Wa J 0 o d a O Z m d LL $ O F 0 O1` 0 & C u L° 3NOZ 3dld m IL a 0 w a o � r =' f. Z �1► tn N m 0 i N m g� .9 I 3SIa%49 9 e. o to C C C 7yy�11 , O a O 10 y 0 77O 0 0 C y06 to ; ' N o = 'P E E v 9 itl V W Z v1 R m m z V W J Q N �ZWa! y N a. m O W p C W W Z Q K iV 'L 7 N Q V �' rn n LL a a �nwm r rn a Z N t+l a O a c Z J w Q �a 7 of W l�7 N o O O m? � O O O O O O W-3 to c ZLu �F ozw J Q a _ Iz �wz J O d W Q Q W ow U g 2 d itwi_f uzN O a d U a a y H ° IN G 5 0 0. y wW = U �a 0 3NOZ 3dld 0 W 0= O 0 0 3NOZ 3dld 3N07 3dld Mw my � W a ao ao o .e a•0 a .9 %Os %Os .s 9 .9 Z pCy hoc 0 d 2 ° W ° c aLU O� �w e C _$ z W z w a 2.W a F.w`�.. O Z a Q� Qp ,Wh. W 0 Q L o r V O� O OZ5 a W m f W �-' Z 7 ty ¢c9R r ' O zua r r I 00E:m0 r�wi1 U �e� tit �: ¢O R w <Z =WZ j �Wz u. OZW > zN UNCO WW O 10 0 UwW Z U�Z �1Lz 2 0 N" IN.. Q MR Q W. YWW W W 0 WW O ZN VZ1 6 �LL j >6 ? N �s� Z el ga LL Qa 0 wa >a O a �a ('1 'T ch c 0, Mt ' o a S, CL jL CL r r 00 CD w w —0 8 c um c a5 .0 =0 p cr 0 dill a- 0 2 rf. B �M= E" .Ci w > I:2n 3:w IQ -E 0) 0 00 D (D a) -6%-7 2 ru C) 0, >' I LU CIE m 9 .5 0. .0'a to 16 E' 0 w A p. E r_.V 8 =:E CL < M_ E (D 9�R p 0 2 -6 mC C�L — COD �0 M E 4=1 SO JGD 0 0 Zv --a '°12 U cz 0 0 t3�0 S, -0lf� '25 L"0 w LL 0 0 w FLR.-e - � -0 E E�g a-a DIM E�e a 1.� r 1. cn-e E E tuw — = a q , ,8 m 0,715 . 0. 0 E u 0 u Q -e E, 2 12 A-0 0- _i U*) F 0 � 6: C6 ui (6 N: �6 m. m I z ul Cry m LU aw > D Z, lz R Z T L) cq en isz a0 M z a z w ow CL Z z Ic LU C z 9, w 0 m 0 w Z;� 0 ul 10 p �v 0 01 MO I !E z W9 M; ct 0 z z v ma UD .2 r :5 ui wo. z 12 S 0 0 mtua i;5 m U �2 U w III z 0 ct. Z m 0 z < m Z cr z ww a Ln > z 0 4 Z LU _j w 0 ui 10 m W z 0 00 0 z CL w (L L) ZP I. L Z, m z w w z ru r w e 0 w Iq LI)I Lu IL z Ell L�W, w ca 0 0 CL z ED 0 z IL ut to z -Z S. � 0 l Z:t z r. uj w LU z 'S, 0 1 a It w L) 0 �z rr WW z Cc b z 0 d w ;,0 .z 0 0 z z u < N C m D.-.....BY: ._._I UDL_._ m y Nmm z y 3m m m00 DOZ_Zi+ gp Z� A Om Oi Xm rA m0 G n A.C.III 19� fi� �rI 1 Tom. m > tiA C .- . nJ S N !n G 00 m Alm' -.z.'9.Y m m0 l7 D .{.2 = mA 70 A emz` TAmy nn{ Gl p2 �— A Nm A9 Z =N m � z z m N y m m v AA O z Z � - -- ---- -- 0 [� D m� NO Aa =m m �' c mm m p f�f m sa am ?m p 3K 3 >m pmr �' (�nQ > m m ym C �m AO 9O mA 00 Ifl D mDN m WD XM N0 co p u z am ZcZ R rtf�1 : 1 ' 1 m Z la � 97A sZ9 OZ O 7c m 4 o q Sc 1 m m 0p11 3 i iz 111 x A m V D i0 4' �A 1 tz/—f N O om AZ °so m z N NOm �2 A 0 m S]p m =rllA m�N v I y00 m 3Mm m0 mmcy Z� �a z m0 C m c zm GMZ`9� ryi Sc m zy u NO 5 a H my In 0 O Nf:� a Z N Z n oo "'p m p o c c3 A y m c mm v3 o'o ,13 < cn ? a m Z C r rE'-- -- — — --� r 50 u ' m o r > mi A ' m4 Z pxc 1� A cc m m ^R 0 °m �m co Hyyiy --.z f 41 1 0 2g mmp m m0�2'o m mM a p`{ OmZ AT AN 1mA ORO ! p N� p yZ �sO mA /'Rm F _� MITI m710 O zz Zz ;g C0 �c� 1 t z0 ZO 1 am 0 z zZ al A n A v N V y m �A p ' m A a Q ' 50 V W Cn A fJ N -� O D t 1 m yA N5o^� cny -o'"(o -p o �nz7 m N DO ELc W WW S. W mm ROW R>> j. rail a'S y m ti 1 p o` m aa' fi x() yaW Ay uWi�� �$.W. xa °' d a m C�2' Z. W m a'O Ia. �m R � / mNW Q?a 17 r po vv Wn.fjlw e�3 wa O0frz� o " v � m mQo as $1 mfn sod mflr m ma z g3 $' W m� MOM m g�r�1 gO za mm m0 -z o- 3� y_00 ^ S_cm WN 3D 3sc Oc mm m m >; �Wz f�lam Om 1� W a s�R3 » f j �� w 5:cw 2N as m 4°� m?P'2 �c a" � R W W 3 \II a c> m N •rrto f'n W n �_m 0 m N f Z m 9i 0 w m-'CDo iC AO m yd $D{po ro Z goy �°' >D vm w33 to ��� re ms v O N J mW zrsro m �.� 5 ST A N o'3-.p1 m1 on c�v v�O m� WC' w q� Q i O - �z x QW '� b 1 m 3 c W m .O.O d w �-0 CS r w°: 3 jA m�. mm w� mg o`a ` x Z yP C °' ec �aD`� ��� am "� nm 0o �o mw ^ PrAmy Z �BeR A11��3 m ;= m,0 is In o a s 2�v �w va CL roN Ip2 TtlllWtlgf�lLi'X!NM1M]fALWM �W f: R a Q C CDa Q� N ,nf,wtlroncYcoi.uua trsow¢we.smimn m .t. ' -fNOrRtllw.mipYmrawefrArw{tll�rw > CA) Q r—martmwnrxrar mws rp Co y raer mt�oravu+rxanwmwwulGu'sr. O c naiwlltivneaalnm vaxl.umr I o E $m w. ,im+ mwwri Q Z r = 'E C p�RYLY a C m a L �� °f 3� '$ yr v�ayd W IL _ 5 g m g c, 3t1 Z ; n a � agi� mm a �~ , W4It LL It m �1 a $ J3 e $ fl "10 O m a � O vQ o E pm m c E a e!'p @� c� a pia S m m me EaL P of �`' vy ya �a �� �m� CC, -W u Q� W °d . m t _z W Z W w 3 as o r b m b F o° g m� �m gmq���gp 3 �12 mmE CDff m LPL V m m -dt .� T w OO 2 CV Y C CO "O �_o m m FD a V w 7 W W E E L° � E c mm R dc< 9 O g � ffi a $ g W€ a s S'Y �'� �'rnm a5u�i — V ina m 2 p � m� �p C"U Cm m�y I O �E a mm am_ SmW a V q� v F� a i,- n =°E� S W � Q Q 1 CL ra W z of of v Iri (c h ac °a m w Cl ON Om JJ m ea $cy}��. o I{10,,} p=3 w n Y_6a L'LL. lyyW VI O 2 C ¢° mUz m a N a}IL p. 31y� z.im rc 1 NF6 LLm at UILy VNW LL yO c O°y, F w� LLF Q O_ �W YC7g K o CyL A FU~ pov J LL Qtll G aLLUZ1I17 U6Z rp42 Q ° � l.. F�q �� =zg 5°}• V VaIO CC�t7l1°p z O N Mg S C zz �a �Oj W LL b y J 'NIW m 7!1 p N .01Z O C7 _ O C ry a Z }}a 'NIWA-8 W K G LU 9 � � C� W g K 3YQQQ m = y a IN Y ru w1 O R IIFt < R' S 7Z WC yt s K Y I UqLL¢ p i am W•• aijw(°I7 N�u �la�ga m J' °a S�ag5 z = orl: O XW at= aa co pO MAR .9 Ka0oWulpn OZ Mu Z 0 Z IA ?' Upo�Q C UzO i LN O ggz 0 g O F y �m o ��JCz a 2W `�LLW tO{�t1 ZQ E.6 OY O} 2W VNN U O r WW 0 ggm T— CL y 3 W z l c LU c c W 3p, 1 xLL � 31 �tCul ZQN -�W Q° Q 21 -, K z d II m 1 1NWmJ pJ$ pZ 3 U r Nw w NN 9 OO °aaQ ul I m Lu 12 cc m= mz a gSSW(��CO�uu a.)w a a :Q. a UY J L) co ¢�Y O Q� 4 g V w d NV3"a 0 m z JV /III m� 7 Fwa° 3UVtl'J 7 Onto g .qql= V m LL W WI QO�z7 a MQLLm Ix W t1. W U7 W m d m I dN m J WmN gg J pmA mN I I u j Jw0 lL wp KI.. j y1 z U S O Y J gs�Z gqa m O 7 J 1 zV ¢ OW beg) j I J 4 U y m I I 4 -Mac],1-3.4 =1l"WHO -- --_—wL«F:� § m / - ` po © ' K . «E4 /m § 0 0 ~ | a o �o c % G $ 2 m § � § , 2 / \| 2 O §o \§ § .. � ] w a \ � /J m E\ k (� / 3� ` #� ( } � 2 \ § 7 7 K k 5 ' ( # _ k \ } [ j \ \ \ ! . m % ■ � ` \ c2o0 I , ! - ] § © |; 6 2 k § k } | !& . ; �§ W13C, ) \ k �\ ) § ; �■ || ! n� | = 7 £ / � ( § ZmI kkk2 \ \ \ d § Z || ; ( ).■0 ƒ E kf b 2 §A § ] \ § @ || � )2 \ — 24'MINIMUM BELOW nwMO m . �Z..Z t o , ,z c THE FINISHED GRADE omoo s �p ,pccaaRlzmLn-am 2 mmg mOc ai > MAXt moan ",y MIX p"Zmo SR i-�0 ;� 9z.Z ova, m� Azov a 1112•MAX. w RL� cz�YOO-lCmwmA m a r��C �p �9'� ac�i v z+,� r� Qzp� �w do �~ 8, o�z P +Li .fna �" m a' rzm ppw Mo __-- _ _-_--_ yw x Aw I 4 4 C ap m n C� Ill �5'MM. ter C1 z, I\\1 M. Z o m O we A Cr x� zOZ m5 m�S �w� O zm n m s 5 w2 O z a >� Z .TYP 8 x X mr so 0w SEE yt� NOTE 14J. m _ 4 m 3 A i . "k _I 3118' MOO s T 1,.0. w � 'I g i r P.) F ��m v to C g 24'MINIMUM BELOW THE 0 gon TOP OF ROADWAY BASE mlr+ my zz t�,J m $ 0O m b (<I�� o B �•a 10' rn A m 1 D Z z '� 0 o o mx �+a 0 Z r m O o m s [HARK z$ m a nq cO y N O rn�-.N-�-2 I AGa1ta•! myag i �3 o3v� a mOA on �mo " ctzn ax O2 mC Z ' zmZ poaI � z y m oa 1_ » '� oa zl• ° m m T OC 5m Om Xm ZZ�� O Cim z O_ z O O P. m a m z 0 m B' 1'•0 rm x Z x � to C�m S9 00:1 S zm ow ,•7'M[N. A ca ru O m -4 'm m y "3 m m m N y [� 3 r� C 7 an d ' �d m z ino�5i eem� m-a ° m $ .Nm c c� w ma arrow 3Er gmm 0 m y rn v, A w mmxo tsco� ;hm m 7c3 3mt�n !� O Z ' m m o3�m w�`°a FaO m�� c � mQ3 a o �D a LRU4._`s•9 D m mn� wD� _ff '*c o, m3 ~.m- 5. w� w O 3co� =Ego 9 > coalR 3 `a �n� ro mN v n��m-33=2 X 3 °' �'a �mm aa� m :3 Ol � gym, a mo '� 03.w�v m tQ m N o °W^-t ° Z } ox..m3m - rnx �~ 3 3 m�� m_ om 'n"p W c &;c1 v a� �mo�•^ s lrtl Dsi a� -o m o E' gX to%� vo�Smw m° c� 02. �< m me ono amo� m J- °oc�4 cum,0- d�v c w a x yam Q '� m _'�. n c�om . E9 ' o Nme w Sv mv3 c mm w to�Sl rstoom $ x to o 3'08 "gam a3a3 �_�3 o m was v v >> w Rio ,°=yam a ttli °i a w�' m� cm�a �'w �-maa °-' m w b3tom m v mm z o� a X�^ <mo m`�-3`° � f co m aat7 �awi m mmmu'i x .� w z o m o 5y r+c z w cnX 6CQ vZ m o m 3wmm m min w 6:�WmTam 3 Lt7ax8 Roo `fin � m. m° v m Et=a m m °J fit COAT oi9 r-S v Notmt��'s m ova. n�a g 'm nx � ` m�. n tmn °yx M. o mmp m0 m 5 11 ada m8m ojO m ��'m m �Oa '; a3av'w3 x no z fl Vim; �z m ��ao 9 `Q vnp 3om a _ Via . y -• wo 3 am �m� 'J'� „g xo� z� zo a1aa a3' 3roco o a' w°�o `z ro We 3 gKAMgm° c o � � �3mp o3 m noa 3a� �mm 3 =' man ?_ �mo�vm a Q x a ngcmi4 Nma� m� A ? o tppw ? m wq 3r' Ea�Amf3 m mCa, mmcD cmt0 *�M j omi m 'ta� a (nD m O macym'S� Ad :6 Z C� "' 000�El g_a �3C cai c ?aa $ 3 P n i3(�pm <',I R c^ Q � '�3:0) ��N• 'T� m A m•c O �- 'g�m W m W w oyaTHgo o�Nm SNPmm mm �' m v Qm c'u o �i�mmQa61 Btil O x /� Z 3 d moo �m� w'm m ° ro ° a CL o w3:. m 3 m 0 D ry m• m San w P. sr�r�� mw^'-` 4dw og3 � c m 33 Cc, ' .3 3� ac3 roOm r4- Er o PNclQ 2 m ( 7 a m mo aa�mCL m �t3Vc z Z s°. mo o " =rrmPoo � �o v ci o m� 2 ~ zo w ONmO ' CMO- NBBRd1`tl�� y`jw3 me vciymw W° s ° a � w8�=wmm a ooc'� Q �� o m an CL an tot p M0.!fIC/1/Ntl.MAlEQ1l OFLFHOtlCOCGImY1 > OVl/.YOLR.NiY4:ftI1.G1iG 11E OWGN.LIDGM®IY m� Q m B t 0 S a S��m� neArrnrxewmcmnsnrecosnnrNrarmAvs < �''� 41 rwn+r�pv..mww.aea,*.vsouwA<aies.. n F J m %YJWYNWAOHOmi9AMAvmY xu!lUpJ O m , a -uiaeiolau,,.mmYn.a�xx�,3re..3a, p� r3mm F w�Inxnxlalouaaivanorevaxecwaxlsu /t`�r l`k' Zx�O uwuoaeYc�esn•arsnyaulauu aw L( O +.o IL o V..NK -A j no "71 J azz�^- Ws z tI.EY 8a am o 0 map mmm� ZU �..:_ Z 04. e'�1'fd ZZN rn F 4/L mz� tl m g0jC6.r as o = QC �y x& � j�rriyaJ as z V Q�� °d�yts� H—Q Z X M Ox �O xmwma =w N lu vi np. U)~r x Ins F In Q p a m n e W Q Cfii aOV =- -- a o �' Mo �ZWO. N on �� r G ::: -- Jed N f J p �O 2 o m° .e/� .el� m QD$HL 440� Z}} Q x a o g 2 " TJL E ;'! J .41f L .Zll �' z 4 ; J H �+> Ow r W _ z F3 z Z F d `, JOJ z z a O 0 LLL U ag �� m a zu J m ~ g w vi N '-! w �! C9 N a W a Iu m 1�! U I I @ W J R\ I w ata' aD O tl kJ I� W� g w arc r ZZ w w 55 mEn � aLL1Q 41L n d aQ 0 w e z x!!� -m " nW mT Le rp `°O is W °�'! N m ow s 'nN 'mx ISL W g O Q D o< QOz H $ Jr J ? v W O 4 _ tu 2' of m z ?C=1 x cowE W w 5 as o aZ a td rri z Z F- z a .41E .Z/L £I m rrj wf'41f L I .41t ' �'I�i Z w = N .E A 'p to J 3S wLw- oCOZ aG � (/� J w� LNUuw7 inn O v m <y w 5 ' av'D"a } txi J � p y" to m azQQ Wz ¢9J F w 00m J m C�' N SIL IL g 04 zos "' 19,3 w g ao1- a, ! to N w qg D o ! qi O mr as IO Ix Pp0 O jC Q g0 p FZ OLU ZN WC7 IL xQQ x� rr > F� aj a a0 Wg 1 wa Oy �ZaFq pN OWW�� p J '° N aw V Q¢ m a2 wz�6 �! mo z 12CJj,W J a V z w� "' oY a�a�0 mZO 1=x r r0"' varc r x } x rc Jg t tz-. q 7M lf1NQ Oa Fi wUC ' aWF p� wa YID+ !: xZ K mT 2w p>Z m NaZ T �� 0. K=of �4 t�N GF (�Otl Dh� x" OmF JyLL' JJN c0� 1O °� aWO �m � �x mg ;;;t OLL '02W Daxi1W!! ooxiLU jai a JJN V 'C! Ni �gac �3 OR L Z LU ra Cz O°Dw T d W �< 1 v a � J w� 4-H F aw J wa < W zy mJWfFWm Or- ZO _ w2LUW NIr IL w9 �aQi' JOa �iw 0, rOW .. 8 m 1- �V m G m LU m w Z,4 m t3 aa a z rr z w vie w 3 I01� Z z� a" aJ ry3°m< Qaw r <a g w aOa Fv G S�< yy r� 2 < Z tGxo�� JyJ 'xw y ad U= ztu LLdO 7 rmLi � g0 AOQ NQ ezF J 2 ~O ? 7 Z 0 J=O x 6 Z LL P m mmw U OU U rw m �UU O`f Ddr -! Z Os m DJIt! maW r %D JOVWj �" azzm na-x ILg mr ., ! z �U �!� 0 w z m! z o--m5 N� -slt. �� �.- p r ui3n-i Ow 3 1. tL! zx a m m m al Wmmm h N2 O Z O W d 0 � J N J iK en D� OT w Ox x D j InI I � W n O III mW J W IyL OTC ? J F 'a 7¢ ?r O - to a -- Fa- a w L'� v-o til io •o o • a wLu �C �a Vx! W JJ 6 •a w C. a6 x zF Wp,' W�Z lzaq F - zi $n m <Wi zZc 06 IL C a ag tl �a „ xim gNz as -00 � � Lr' NDD W D N m U O a zw ao�o O O w ,- ZW7 m^o D Dw yVj 1 t 1Ju t� 4i1z WCQLWl LL' D8N OW ¢O O~ > O�y tjn•- naW Cw3g M x p1Ua OSe W m FxgK4 m088 6Imw U m ~s Or 1!]ugl�lR q j xM 0bi �� IOW �VI"Z YK�a J !px ja�ii(�..z YR'S�- tl Nm J Kry 5^1 a•.!O I-A W O.'~m S^U! a•.!O t-1 'z m Ox t!wW! WK z}a}W xUDOr W[C �)a)y xVDD NJ W3: N gU �F! am �U �O D.z az TRAFFIC CONTROL PLANS ,y 1 l -.1 J J 1 J J 15t Ave. N. Improvements/Langholz A - 3 March 30, 2016 Project Number: 07-3033 .......... ........... ------------ ............................. -L -OzM, 'aV3HV LEGEND X80M SIGN LOCATION avo- , (TEMPORARY MOUNT) -1-17-I.M TEMPORARY TRAFFIC CONTROL DEVICE (CONES) PROTECTIVE/WORK II VEHICLE WORK VEHICLE CHANNELIZATION DEVICE SPACING (FEET) TAPER� ENT DISTANCE ROAD TYPE BETWEEN SIGNS URBAN 25/30 MPH 200 FT 200 FT URBAN STREETS RESIDENTIAL & BUSINESS DISTRICTS1350 FT 350 FT 35/40 MPH i ------------ ...................... RURAL ROADS & IC URBAN ARTERIALS 500 FT 500 FT 45/55 MPH MINIMUM TAPER LENGTH =L (FEET) LANE W11TH POSTED SPEED (MPH) (FT) 25 ......30 3-5.--.-40 45 10 105 150 _265­27 b' 11 115 165 225295 495 12 1125 180 245 320 540 14, CENTER GENERAL NOTES: LANE CLOSED AHEAD 1. ALL SIGNS AND SPACING SHALL CONFORM TO "" I/ W9_3 THE MUTCD AND CITY OF KENT SPECIFICATIONS. 2. PRIORITY PASSAGE THROUGH WORK AREA FOR /Z ROADWORK EMERGENCY VEHICLES SHALL BE PROMDED AT ALL AHEAD TIMES. 3. DEVICES SHALL NOT ENCROACH INTO ADJACENT W20-1 LANES. 4. ALL SIGNS 48"x48" 8/0 UNLESS OTHERWISE SPECIFIED. 5. CHANNELIZATION DEVICE IS STANDARD TRAFFIC DRUM. 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS. 7. CONTRACTOR SHALL ALERT AFFECTED RESIDENTS AND BUSINESSES 7 DAYS IN ADVANCE --------------- -------- . ...................... OF START OF WORK. 1ST AVE N 8. CONTRACTOR SHALL ALERT METRO TRANSIT 5 IMPROVEMENTS PROJECT BUSINESS DAYS IN ADVANCE OF WORKZONE. Phone:206-477-1140 #07-3033 E-mail:construction.coord@kingcounty.gov aaawxmawmscem CITY OF KENT SCALE MOT E 11 N I G 1 1,N,E E.R-I,NG D_E_PARTM-E,NT............................DATE..-.,,...--.-.. Jan-201.6 CENTER11" ............. ...... .................... ............................ ---------- pV3HV LEGEND }IN©M SIGN LOCATION D'dO8 (TEMPORARY MOUNT) L—OZM 1=i WORK VEHICLE FLAGGER LOCATION 01 Md3dd 30 c—OZM VIA TEMPERANCE ST VL—OZM i ` s o I I I DISTANCE ROAD TYPE BETWEEN SIGNS $ _.WORK VEHICLE w. URBAN 200 FT 200 FT 200 FT 25/3O MPH -..--PROTECTIVE VEHICLE URBAN STREETS / '' (SHOULD CONSIDER) RESIDENTIAL & BUSINESS DISTRICTS 350 FT 350 FT 350 FT 35/40 MPH i 1 ARROW BOARD ...._ _.....�..._. .... _ .... .. __.......,,.,,w "" (FLASHING CAUTi9N RURAL ROADS & • ° ;(SHOULD CONSIDER) URBAN ARTERIALS 500 FT 500 FT 500 FT 45/55 MPH 50' min 100' mass ti GENERAL NOTES: A T. ALL SIGNS AND SPACING SHALL CONFORM W20-7A TO THE MUTCD AND CITY OF KENT SPECIFICATIONS, w.. 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED B AT ALL TIMES. ' W20-4 3. PROTECTIVE VEHICLE RECOMMENDED—MAY BE _._ __._...._.. "0ME LADE A WORK VEHICLE. ROAD MEAD 4. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. 5. ALL SIGNS 4'8"x48" B/O UNLESS OTHERWISE ROAD " SPECIFIED, ....... WORK 6. CHANNELIZATION DEVICES ARE STANDARD AHEAD TRAFFIC CONES. ,,'W20-1 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS. 1ST AVE N IMPROVEMENTS PROJECT WA am IN 6're a #07-3033 CITY OF KENT SCALE ........ NTs.... EEXHIBIT ENGINEERING DEPARTMENT DATE Jnn 20i6 FLAG LEGEND SIGN LOCATION (TEMPORARY MOUNT) TEMPORARY TRAFFIC CONTROL DEVICE (DRUM) 101 TYPE 3 BARRICADE LOW INTENSITY FLASHING LIGHTS PROTECTIVE/WORK VEHICLE RAMSAY WAY 0 p� m I i l GENERAL NOTES: i 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS. 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY I � VEHICLES SHALL BE PROVIDED AT ALL TIMES. 3. ALERT METRO TRANSIT 5 DAYS IN ADVANCE (206)684-2732. PHONE: 206-477.1140 x 1 EMAIL: construction.coord@kingcounty,gov 4. PROTECTIVE 'VEHICLE RECOMMENDED—MAY BE A WORK VEHICLE. a3S= � m —I 5. DEVICES SHAD. NOT ENCROACH INTO ADJACENT LANES. /' D 6. ALL SIGNS 48"x48" B/O UNLESS OTHERWISE SPECIFIED. z 7. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC DRUMS. m 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT j GRADE INTERSECTIONS AND/OR DRIVEWAYS. —I i 19. ALERT AFFECTED RESIDENTS AND BUSINESSES.. I l j Parking Garage(Driveway j I f } I 1ST AVE S ` Ow M, \ ' .. rm 8 �1 105 BLDG. cc T r� _. rm _ ............ .... ...... .... ----------............................. 1ST AVE N IMPROVEMENTS PROJECT #07_3033 ,,, L1.L�D ,i' NNd 04MB Mop 9'UNM CITY OF KENT SCALE .....__—. tjjs ........ �r�IBrr 2e x 2e ENGINE£RBNG DEPARTMENT P E U .,,.,.....__ .-__..,I._.,_ ... __.,.._..I. ___ .._,_...... _ ......__. ........... __. _ OR7E Jura 2016 it 3 1ST AVE S DISTANCE W ROAD TYPE BE SIGNS �f l d .. ...... ..... ,....WORK VEHICLE URBAN 200 FT 200 FT 200 FIT (OPTIONAL) 25 30 MPH URBAN STREETS 4 a • RESIDENTIAL & BUSINESS DISTRICTS 350 FT 350 FT 350 FT 35/4C} MPH A Raw BOARD . _. .0 M . ._. . . ... __w (SEQUENTIAL CHEVRON) URBAN ARTERIALS 500 FT 500 FT 500 FT 45/55 MPH MINIMUM TAPER LENGTH =L (FEET) L LAh9E WkDTH PCISTED SPEED (MPH.). A 12f25i'180245320 540 i W4-2L I fl { GENERAL NOTES: 1 RIGHT LANE'` CLOSED , 1. ALL SIGNS AND SPACING SHALL CONFORM TO %W20-5R THE MUTCD AND CITY OF KENT SPECIFICATIONS, C 2. PRIORITY PASSAGE THROUGH WORK AREA FOR ROAD EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL WORK TIMES. AHEAD - 3. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES, 4. ALL SIGNS 48"x48" B/O UNLESS OTHERWISE SPECIFIED. 5. CHANNEUZATION DEVICE IS STANDARD TRAFFIC DRUM. 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS. LEGEPID 7. CONTRACTOR'SHALL ALERT AFFECTED SIGN LOCATION RESIDENTS AND BUSINESSES 7 DAYS IN ADVANCE (TEMPORARY MOUNT) OF START OF WORK. 8. CONTRACTOR SHALL ALERT METRO TRANSIT 5 TEMPORARY TRAFFIC BUSINESS DAYS IN ADVANCE OF WORKZONE. CONTROL DEVICE (DRUM) Phow 206-477-1140 Email:construction.coord@kingccunty.gov ARROW BOARD (SEQUENTIAL CHEVRON) PROTECTIVE/WORK VEHICLE CHANNELIZATION DEVICE SPACING (FEET) TAPER TANGENT....,_ .., _ ....... _.._..10_.._. _15 _ 1ST AVE N IMPROVEMENTS PROJECT d -3033 WASHINOTON CITY OF KFNT SCALE NTS EXHIBIT ENGINEERING DEPARTMENT pAT'E Jmn 2pti8 RIGHT LEGEID 0 SIGN LOCATION (TEMPORARY MOUNT) TEMPORARY TRAFFIC CONTROL DEVICE (DRUM) arrx 'I TYPE 3 BARRICADE U7 I 5 7 LOW INTENSITY FLASHING LIGHTS I ` PROTECTIVE/WORK VEHICLE MINIMUM TAPER LENGTH (FEET) LANE W10Tki PCPSIED SPEED (MPH) (FT) 5 Y�30 35 40 45 10, 1Q5 15D Z05270 450 !`'�1 b t 1 b 5�165�225 295 4�95 m ! 12 125_�180 245 320 540 r ar,�n CHANNELIZATION DEVICE R11�Y W TEMPERANCE ST SPACING (FEET) ,, TAPER TANGENT 1. .. .. .. . .....2 _.......... a 3 > j GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUT'CO J AND, CITY OF RENT SPECIFICATIONS. 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY ro 'VEHICLES SHALL BE PROVIDED AT ALL TIMES. 3. ALERT METRO TRANSIT 5 DAYS IN ADVANCE (206)684-2732. / 5 PHONE: 206-477-1140 EMAIL: construction.coord@kingcounty.gov 4. PROTECTIVE VEHICLE RECOMMENDED—MAY BE A WORK VEHICLE. 5, DEVICES SHALT_ NOT ENCROACH INTO ADJACENT LANES, 6, ALL SIGNS 48"x48" B O UNLESS OTHERWISE SPECIFIED, PCMS NOTES: T CHANNELIZATEON DEVICES ARE STANDARD TRAFFIC DRUMS. 1, INSTALL PCMS SIGNS 7 CALENDAR DAYS PRIOR TO 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT ROAD CLOSURE AND NOTIFY CITY OF KENT PROTECT / , GRADE INTERSECTIONS AND/OR DRIVEWAYS. INSPECTOR 10 CALENDAR DAYS — SEE KENT SPECIAL PROVISIONS. g. ALERT AFFECTED RESIDENTS AND BUSINESSES. PCMS CNd i 1ST AVE START XX/XX r CLOSURE END XX/XX RMi RL1,-2, 0 W SMITH ST 1ST AV. _� ...� . ....._.� IMPROVEMENTS PROJECT KEW #07-3033 CITY OF KENT SCALE...,......._. .I ,......_....�...... CLOSURE p� ENGINEERING DEPARTMENT DATE Jun 2p1Fr CLOSURE MISCELLANEOUS DETAILS Kent Project Sign (Example) Preparing the Installation Site for a Bollard Mount A-1 and A-2 a J J 1 , J 1 V Ave. N. Improvements/Langholz A - 4 March 30, 2016 Project Number: 07-3033 mull in aw JU! wi u�anuiw�i�uw� 'Yi ...unvmuwd ion e '" mlr7a ' I� i )fir ff�p )I, i ,i �oximoi r irN �. i r �1' u OR �� � � u i t �➢ N � IW wu� Nr;4'A ROM �� r/�Jl���IX ! �. �ld"� �rosiuuimmul�hsrouW �9rm i w � 1 �N/i�lYi�R� f r uuOGiN 191311 m � „,//S � n ! r% ,,i, ::,,. ,� ., f-r c,,, ,.� -v1,�4 r,"a” „/ � c.;. ( ,., ,,. ,,, ,. ,ri r /, �„ .li ! / r '✓./r./�l� /,/ c7/��i �/� / , //i/ ,,, / rri.,,,„ ��i/,r,, / r rr/ //./i � / / %✓i/ / /,//,/, it ��/ / / „�„ ,,,,,:,,,✓,/i,,,r:/ /./ �/�.e�! � ,,,,,a..,,,.,, ,,,,,. „,,,,,,,,�;, r/� �,,�,.,, ,,, ,rF /„ ,,,,,,,., „„,,,,<,. ,,.ram .,,>„"%':. Before You Start The ChargePoint' Charging Station's bollard mount can:be installed either: into the ground • onto an existing concrete surface(on an intermediate floor only) This appendix provides basic guidelines for preparing the installation site in both scenarios. IMPORTANT:Always check local codes to ensure compliance.You may need to adjust the guidelines provided in this appendix to comply with codes that apply at your installation location. InstaHing Into he Ground To install the CT4000's bollard mount into the ground,you will , need: r/4 • Concrete mix o ou • Three 5/8"galvanized J-Bolts at least 111/2" (29.2 cm) long,with a minimum yield of proof strength of 80,000 / % psi (example bolt specification is F1554 Grade 105, red s r f painted end)with nuts and washers, as shown. Ensure that J-Baits,nuts,and washers are in compliance with all applicable codes. , Conduit at least 11/2"(38 mm)diameter. Ensure that conduit is in compliance with all applicable codes. Or Base plate mounting template.This template is stapled k/, /a Into the center fold of this document.A PDF version Is if r Ir available at: a www.chargepoint.cam/support-installation-guides.php Ensure the PDF version is accurate +cr rate b printing it at 1tJCf� / scale on 11"x 17" paper,and then verifying at leastone 'r dimension. rr/ i I II C�i j I Di �i l r 11 ! r i A-1 ChargePoint"Charging Stations Install J-Bolts and conduit Into concrete as illustrated.To ensure correct alignment,use the template stapled into the Conduit crust extend � center fold of this document(illustrated below). 12-24"(30-61 cm)above the concrete.Check local J-halts must extend at ` IMPORTANT: codes. least 2 b4"(6.4 cm) above the concrete and The concrete block must measure at least 24" (61 cm) Concrete black should 9"(23 cm)below the on all sides.Check local codes to ensure compliance, extend no more than 2" concrete. The J-Bolts threads must extend at least 2'112" (6.4 cm) (50 mrn)above grade, above the concrete and 9°"(23 cm)below the concrete. The conduit must extend 12"to 24"(30 to 61 cm) above the concrete.Check local codes to ensure ' - r compliance. You can also print a.PDF version of the mounting template,available at www.chargepoint.com/support- installation-guides.php. l installation-guides.php. Before using aself-printed r i, template,print at full scale on 11"x 17" paper and verify 1 - at least one dimension. i I Example of template(not to scale): ChargePoint, Inc, s www.chargepoint.com 05.87 [0149.2] DOLLA D BOLT Cr01 "f [r11 7 CIRCLE DISWALE 6 TOAL TO WALL 9.00 [226.6] 02.50 � a / __F[053.5] 2.54 [64.6] 3X 00.63 4 [015.9]� CONO IT �. J—BOLT ° STUB—JP Z OR WITHIN THIS 3, ANCHOR� AREA Y 2.54 2.94 1.47 [64.6] C 0 R D ���,. [74.6] [37.3] MANAGER FOOTPRI�T 441 r 111.9] REF 12.42 SCALE IN DIMENSIONSN ]ARE REF S�;ALE (Ire) [315.5] � ( ) IN mm © „ 5 7ANCHOR BOLT PATTERN PRINT 1:1 ON 11 X 17"" PAPER. I 1 I I N 75--001094-01 REV 2 A-2 , WSDOT SUBCONTRACT CLAUSES J _J J J J J 1IL Ave. N. Improvements/Langholz A - 5 March 30, 2016 Project Number: 07-3033 a AM 3 BuildingYhohilive"e State 310 Maple Park Avenge S.E..E..FF parbnenta!Tramportatbm P.O.Box 47300 Olympla,WA 98604-7300 360 705-7000 TTY.1-800-833-6388 www.wsdatwa.gov Subcontract Clauses: Compliance with State Design Standards The CONTRACTOR agrees the Project design must comply with all Washington State Standard Specifications for Road, Bridge, and Municipal Construction a (www.wsdot.wa.gov/Publications/Manuals/M41-l0.htm), and any revisions thereto. Projects that wish to use design standards that differ from state standards must submit a request to WSDOT's Public Transportation Division and obtain documented approval before design J work commences. I No Obligation by the State Government No contract between the CONTRACTOR and its subcontractors shall create any obligation or J liability of WSDOT with regard to this AGREEMENT without WSDOT's specific written consent, notwithstanding its concurrence in, or approval of, the award of any contract or subcontract or the solicitations thereof and the CONTRACTOR hereby agrees to include this provision in all contracts it enters into for the design, acquisition, and construction of facilities and/or infrastructure related to the Project, or the performance of any work to be accomplished under this AGREEMENT. Compliance with Laws and Regulations The CONTRACTOR agrees to abide by all applicable state and federal laws and regulations including but not limited to, those concerning employment, equal opportunity employment, nondiscrimination assurances, project record keeping necessary to evidence compliance with such federal and state laws and regulations, and retention of all such records. The J CONTRACTOR will adhere to all of the nondiscrimination provisions in Chapter 49.60 RCW. State and Local Law Except when a federal statute or regulation pre-empts state or, local law, no provision of this AGREEMENT shall require the CONTRACTOR to observe or enforce compliance with any provision, perform any other act, or do any other thing in contravention of state or local law. Thus if any provision or compliance with any provision of this AGREEMENT violates state, or local law, or would require the CONTRACTOR to violate state or local law, the CONTRACTOR agrees to notify WSDOT immediately in writing. Should this occur, WSDOT and the CONTRACTOR agree to make appropriate arrangements to proceed with or, if necessary, expeditiously,terminate the Project. Labor Provisions Overtime Requirements:No CONTRACTOR or subcontractor contracting for any part of the Project work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty(40)hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty(40)hours in such workweek. CONTRACTOR will comply with Title 49 RCW, Labor Regulations." Environmental Protections and Archeological Preservation The CONTRACTOR agrees to comply with all applicable requirements of chapter 43.21 C RCW "State Environmental Policy Act" (SEPA). The CONTRACTOR also agrees to comply with all applicable requirements of Executive Order 05-05, Archeological and Cultural J Resources, for all capital construction projects or land acquisitions for the purpose of a capital construction project, not undergoing Section 106 review under the National Historic Preservation Act of 1966 (Section 106). Accounting Records Project Accounts: The CONTRACTOR agrees to establish and maintain for the Project either a separate set of accounts or separate accounts within the framework of an established accounting system that can be identified with the Project. The CONTRACTOR agrees that all checks, payrolls, invoices, contracts, vouchers, orders, or other accounting documents pertaining in whole or in part to the Project shall be clearly identified, readily accessible and available to WSDOT upon request, and, to the extent feasible, kept separate from documents not pertaining to the Project. ' Audits,Inspection, and Retention of Records Submission of Proceedings, Contracts, Agreements, and Other Documents: During the term of the Project and for six(6) years thereafter, the CONTRACTOR agrees to retain intact _.� and to provide any data, documents, reports, records, contracts, and supporting materials relating to the Project as WSDOT may require. Project closeout does not alter these recording and record-keeping requirements. Should an audit, enforcement, or litigation process be commenced, but not completed, during the aforementioned six (6) year period then the CONTRACTOR's obligations hereunder shall be extended until the conclusion of that pending audit,enforcement,or litigation process. Inspection: The CONTRACTOR agrees to permit WSDOT, and the State Auditor, or their authorized representatives, to inspect all Project work materials, payrolls, maintenance records, and other data, and to audit the books, records, and accounts of the CONTRACTOR and its contractors pertaining to the Project. The CONTRACTOR agrees to require each third - party contractor to permit WSDOT, the State Auditor, or their duly authorized representatives, to inspect all work, materials, payrolls, maintenance records, and other data and records involving that third party contract, and to audit the books, records, and accounts involving that third party contract as it affects the Project. J J r� PREVA I L I NG WAGE RATES J J i J J J J _J 1 1 J 1 1s`Ave. N. Improvements/Langholz A - 6 March 30, 2016 Project Number: 07-3033 vage i or 1 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: 04/19/2016 Count Trade Job Classification Waga Holiday 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 $22.09 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 Kin Cement Masons Journey Level _ _ g y $53.95 7A 1M King Divers &t Tenders Diver $107.22 5D 4C 8A King Divers ft Tenders Diver On Standby $64.42 5D 4C King Divers Et Tenders Diver Tender $58.33 5D 4C King Divers & Tenders Surface Rcv Ft Rov Operator $58.33 5D 4C King Divers Et Tenders Surface Rcv 8t 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 J - - httns://fnrtress_wa.nnv/Ini/wanpinnkun/nrvWanelnnkun_aGnu A Nage z or i i r, King Dredge Workers Leverman, Hydraulic $58.671 5D 3F r- King Dredge Workers Mates $56.441 5D 3F �. King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $54.02 5D 1 H r King Drywall Tapers Journey Level $54.07 5P 1E King Electrical Fixture Maintenance Journey Level $27.24 5L 1E Workers 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 $37.941 7C 4E r- King Electricians - Inside Journey Level $65.05 7C 4E L 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 Construction I L King Electricians - Powerline Heavy Line Equipment $65.71 5A 4D Construction Operator r. King Electricians - Powerline Journey Level Lineperson $65.71 5A 4D L 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 Construction King Electronic Technicians Journey Level $31.00 1 F_ King Elevator Constructors Mechanic $85.45 7D 4A L King I Elevator Constructors Mechanic In Charge $92.35 7D 4A - - r King Fabricated Precast Concrete All Classifications - In-Factory $16.55 5B 111 Products Work Only L King Fence Erectors Fence Erector $15.18 1 r. King flap gers Journey Level $37.26 7A 31 King Glaziers Journey Level $56.161 7L 1Y L King Heat a Frost Insulators And Journeyman $63.18 5.1 1S r Asbestos Workers King Heating Equipment Mechanics Journey Level $72.83 7F 1E King Hod Carriers Et Mason Tenders Journey Level $45.32 7A 31 r King Industrial Power Vacuum Journey Level $9.47 1 _ Cleaner King Inland Boatmen Boat Operator $56.78 5B 1K King Inland Boatmen Cook $53.30 5B 1 K r 1. hH-nc•//fnrt nncc 1Ala nnv/Ini/%AianAlnnl(i in/nrvWanalnnlri in AcnY �/7d/7f11 Fi r-dge .3 or 1 i King Inland Boatmen Deckhand $53.301 5B 1 K King Inland Boatmen Deckhand Engineer $54.321 5B 1 K J - King Inland Boatmen Launch Operator $55.57 5B 1 K. King Inland Boatmen Mate $55.57 5B 1 K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1 Of Sewer Ft Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer Ft Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 _J Of Sewer Ft Water Systems By ry Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer It Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer Ft 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 $45.32 7A 31 . , King Laborers Ballast Regular Machine $43.95 7A 31 King Laborers Batch Weighman $37.26 7A 31 King Laborers Brick Pavers $43.95 7A 31 King Laborers Brush Cutter $43.951 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 httnq'//fnrtrcmc,z_wa_nnv/lni/wanpinnkiin/nrvWanalnnieiin acnv /7d/7f11 Page 4 Ot 1 r Concrete Saw Operator/core r Driller L King Laborers Crusher Feeder $37.26 7A 31 King Laborers Curing Laborer $43.95 7A 31 r King Laborers Demolition: Wrecking It $43.95 7A 31 Moving (incl. Charred Material) r. King Laborers Ditch Digger $43.95 7A 31 King Laborers Diver $45.32 7A 31 King Laborers Drill Operator $44.76 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $43.951 7A 31 King Laborers Dump Person $43.95 7A 31 r King Laborers Epoxy Technician $43.95 7A 31 L King Laborers Erosion Control Worker $43.95 7A 31 King Laborers Faller Ft Bucker Chain Saw $44.76 7A 31 King Laborers Fine Graders $43.95 7A 31 King Laborers Firewatch $37.26 7A 31 F 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 r- King Laborers Grout Machine Tender $43.95 7A 31 L King Laborers Groutmen (pressure)including $44.76 7A 31 Post Tension Beams F- King Laborers Guardrail Erector $43.95 7A 31 L 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) L King Laborers High Scaler $45.32 7A 31 King Laborers Jackhammer $44.76 7A 31 King Laborers Laserbeam Operator $44.76 7A 31 King Laborers Maintenance Person $43.95 7A 31 F- 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 r King Laborers Nozzleman (concrete Pump, $44.76 7A 31 L Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Ft L Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $44.76 7A 31 r L httnc-//fnrt-racc min nnv/Ini/%Aran0Inn lei in/nrvlA/nnalnn lei in ncnx 'q/?A/?nlr. vage orli King Laborers Pilot Car $37.261 7A 31 King Laborers Pipe Layer Lead $45.32 7A 31 J - King Laborers Pipe Layer/tailor $44.76 7A 31 King Laborers Pipe Pot Tender $44.76 7A 31 King Laborers Pipe Reliner $44.76 7A 31 King Laborers Pipe Wrapper $44.76 7A 31 King Laborers Pot Tender $43.95 7A 31 King Laborers Powderman $45.32 7A 31 King Laborers Powderman's Helper $43.95 7A 31 King Laborers Power Jacks $44.761 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 31 King Laborers Scaffold Erector $43.95 7A 31 King Laborers Scale Person $43.95 7A 31 King Laborers Sloper (over 20") $44.76 7A 31 King Laborers Sloper Sprayer $43.95 7A 31 King Laborers Spreader (concrete) $44.76 7A 31 King Laborers Stake Hopper $43.95 7A 31 King Laborers Stock Piler $43.95 7A 31 King Laborers Tamper Et Similar Electric, Air $44.76 7A 31 Et Gas Operated Tools King Laborers Tamper (multiple Et Self- $44.76 7A 31 propelled) King Laborers Timber Person - Sewer $44.76 7A 31 (lagger, Shorer it Cribber) King I Laborers Toolroom Person (at Jobsite) $43.95 7A 31 King Laborers Topper $43.95 7A 1 31 King Laborers Track Laborer $43.95 7A 31 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 8� -� 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 80 Worker 54.01-60.00 psi _.I httns://fortress.wa.aov/Ini/waaelookur)/nrvWacelookuo.asnx 3/24/2016 Page b of 1 r-- King Laborers Tunnel Work-Compressed Air $90.82 7A 31 8� r Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $95.92 7A Worker 64.01-68.00 psi r. King Laborers Tunnel Work-Compressed Air $97.82 7A 31 8� Worker 68.01-70.00 psi L King Laborers Tunnel Work-Compressed Air $99.82 7A 31 8� , Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $101.82 7A 31 8� Worker 72.01-74.00 psi r. King Laborers Tunnel Work-Guage and Lock $45.42 7A 31 88Q Tender King Laborers Tunnel Work-Miner $45.421 7A 31 99 r King Laborers Vibrator $44.76 7A 31 King Laborers Vinyl Seamer $43.95 7A 31 King Laborers Watchman $33.86 7A 31 King Laborers Welder $44.76 7A 31 �. King Laborers Well Point Laborer $44.76 7A 31 King Laborers Window Washer/cleaner $33.86 7A 31 r King Laborers - Underground Sewer General Laborer Et Topman $43.95 7A 31 L. Et Water King Laborers - Underground Sewer Pipe Layer $44.76 7A 31 r Et Water L. King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 L Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers L King Lathers Journey Level $54.02 5D 1H King Marble Setters Journey Level $52.82 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 L King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $55.52 5D 4C L: King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 r King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 F 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 r King Modular Buildings Welder $11.56 1 L King Painters Journey Level $39.35 6Z 2B King Pile Driver Journey Level $54.27 5D 4C King Plasterers Journey Level $51.68 7� 1R r L httDs://fortress.wa.aov/Ini/waaelookUD/DrvWaaelookur).asox 3/24/2016 rage i or i i King Playground Et Park Equipment Journey Level $9.47 1 Installers King Plumbers & 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 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 (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $58.10 7A 3C 8P 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $58.67 7A 3C 8P 300' of boom including jib ' with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $56.94 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $53.57 7A 3C 8P Under King Power Equipment Operators Cranes: Friction cranes $58.10 7A 3C 8P through 199 tons King I Power Equipment Operators $56.001 7A 3C 8P httns-//fnrtrP-;s_wa_nnv/lni/wanPlnnkiin/nrvWanPlnnkiin acne q/7d/?nli, Page b or 1 i r, Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons L King Power Equipment Operators Crusher $56.44 7A 3C 8P r- King Power Equipment Operators Deck Engineer/deck Winches $56.44 7A 3C 8P L (power) King Power Equipment Operators Derricks, On Building Work $56.94 7A 3C 8P r: 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 813 Or Crane Mount r 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 I r King Power Equipment Operators Finishing Machine, Bidwell $56.44 7A 3C 8P L. And Gamaco & Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $56.00 7A 3C 813 L With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $53.57 7A 3C 8P r With Attachments L King Power Equipment Operators Grade Engineer: Using Blue $56.44 7A 3C 8P 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. & Over King Power Equipment Operators Hard Tail End Dump $56.44 7A 3C 8P r Articulating Off-road L Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $56.00 7A 3C 8P r. Locator King Power Equipment Operators Horizontal/directional Drill $56.44 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $56.00 7A 3C 8P L 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $53.57 7A 3C 8P r Tons And Under 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 r But Not Including 8 Yards L King Power Equipment Operators Loaders, Overhead Under 6 $56.44 7A 3C 8P Yards r 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 r 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_ httns://fortress.wa.00v/Ini/waaelookur)/r)rvWaaeIaokun.asr)x 3/24/2016 rdge j or l i 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 King Power Equipment Operators Oil Distributors, Blower $53.57 7A 3C 8P Distribution &Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $56.00 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $56.44 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $57.51 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $56.94 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $53.57 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $56.44 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler -Asphalt, Crusher $56.00 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $53.57 7A 3C 8P King Power Equipment Operators Power Plant $53.57 7A 3C 8P King Power Equipment Operators Pumps - Water $53.57 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $53.57 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $56.94 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $53.57 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, Bellman $56.00 7A 3C 8P (Certified) King Power Equipment Operators Rollagon $56.94 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $53.571 7A 3C 8P J 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 Equipment Operators Scrapers - Concrete Ft 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 56.001 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $53.571 7A 3C 8P -i King Power Equipment Operators $56.00 7A 3C 8P a https://fortress.wa.ciov/lni/wacielookur)/r)rvWaaelookUD.asr)x 3/24/2016 Page iu or 1 i Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. L King Power Equipment Operators Shovel, Excavator, Backhoe: $56.94 7A 3C 8P F Over 30 Metric Tons To 50 Metric Tons '- King Power Equipment Operators Shovel, Excavator, Backhoes, $56.44 7A 3C 8P Tractors: 15 To 30 Metric Tons r King Power Equipment Operators Shovel, Excavator, Backhoes: $57.51 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons 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 F 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 r King Power Equipment Operators Tower Bucket Elevators $56.00 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In $57.51 7A 3C 8P r Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $58.10 7A 3C 8P L through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $58.67 7A 3C 8P 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 $56.001 7A 3C 8P r King Power Equipment Operators Truck Crane Oiler/driver - 100 $56.44 7A 3C 8P Tons And Over L King Power Equipment Operators Truck Crane Oiler/driver $56.00 7A 3C 8P Under 100 Tons King Power Equipment Operators Truck Mount Portable $56.44 7A 3C 8P L Conveyor King Power Equipment Operators Welder $56.94 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farman Type $53.571 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 L Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $53.57 7A 3C 8P r- Underground Sewer £t Water King Power Equipment Operators- Barrier Machine (zipper) $56.44 7A 3C 8P L Underground Sewer Et Water F King Power Equipment Operators- Batch Plant Operator, $56.44 7A 3C 8P Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $53.57 7A 3C 8P r Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $53.57 7A 3C 8P L Underground Sewer £t Water Equipment r King Power Equipment Operators- Brooms $53.57 7A 3C 8P Underground Sewer Et Water L L_ httos://fortress.wa.aov/Ini/waaelookur)/nrvWaaelookun.asnx 3/24/2016 rage 11 OT 1 i J King Power Equipment Operators- Bump Cutter $56.44 7A 3C 8P Underground Sewer Et Water J 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 J King Power Equipment Operators- Concrete Pump: Truck Mount $56.94 7A 3C 8P Underground Sewer Ft Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $53.57 7A 3C 8P Underground Sewer Ft Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $56.00 7A 3C 8P Underground Sewer Ft Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $56.44 7A 3C 8P Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $56.00 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Cranes Friction: 200 tons and $58.67 7A 3C 813 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 Ft 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 Et 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 - 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 King Power Equipment Operators- Cranes: Through 19 Tons With $56.00 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons 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 ' Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $56.94 7A 3C 8P Underground Sewer Ft Water hft-nc-//fnri-rP¢c wa nnv/Ini/wanPlnnl<iin/nrvWanrnlnnl-im acnv '4/')d/,)nir. rage iz or i i r L. King Power Equipment Operators- Dozers D-9 Et Under $56.00 7A 3C 8P �. Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $56.00 7A 3C 8P L Underground Sewer Ft Water Or Crane Mount r, King Power Equipment Operators- Drilling Machine $57.51 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $53.57 7A 3C 8P , Underground Sewer Et Water Permanent And Shaft Type L_ King Power Equipment Operators- Finishing Machine, Bidwell, $56.44- 7A 3C 8P Underground Sewer Et Water And Gamaco & Similar r Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $56.00 7A 3C 8P L Underground Sewer it Water With Attachments r- King Power Equipment Operators- Forklifts: Under 3000 Lbs. $53.57 7A 3C 8P Underground Sewer Et Water With Attachments L King Power Equipment Operators- Grade Engineer: Using Blue $56.44 7A 3C 8P Underground Sewer Et Water Prints, Cut Sheets, Etc r 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 r- Equipment 45 Yards. it Over L King Power Equipment Operators- Hard Tail End Dump $56.44 7A 3C 8P Underground Sewer Ft 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 Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $56.00 7A 3C 8P F 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&t Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $56.94 7A 3C 8P r 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 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 r Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $56.44 . 7A 3C 8P Underground Sewer Et Water r King Power Equipment Operators- Material Transfer Device $56.44 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $57.51 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) F L. httDs://fortress.wa.00v/Ini/waaelookur)/r)rvWaaelookur).asDx 3/24/2016 rage 1.5 or i i King Power Equipment Operators- Motor Patrol Graders $56.94 7A 3C 8P Underground Sewer & Water _J King Power Equipment Operators- Mucking Machine, Mole, $56.94 7A 3C 8P --, Underground Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield -' King Power Equipment Operators- Oil Distributors, Blower $53.57 7A 3C 8P Underground Sewer Et Water Distribution £t Mulch Seeding Operator ' King Power Equipment Operators- Outside Hoists (elevators And $56.00 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $56.44 7A 3C 8P -� Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $57.51 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $56.94 7A 3C 8P Underground Sewer a Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $53.57 7A 3C 8P -y Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $56.44 7A 3C 8P Underground Sewer a Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $53.57 7A 3C 8P Underground Sewer a 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 _J King Power Equipment Operators- Rigger And Bellman $53.57 7A 3C 8P Underground Sewer Et Water J King Power Equipment Operators- Rigger/Signal Person, Bellman $56.00 7A 3C 8P Underground Sewer a 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, Rota-grinder $56.44 7A 3C 8P Underground Sewer Et Water J King Power Equipment Operators- Saws - Concrete $56.00 7A 3C 8P Underground Sewer Et Water King $56.44 7A 3C 8P httr)s://fortress.wa.aov/Ini/waaelookur)/r)rvWaaelookuo.asr)x 3/24/2016 rage i4 or i i Power Equipment Operators- Scraper, Self Propelled Under r Underground Sewer Et Water 145 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry $56.00 7A 3C 8P Underground Sewer Et Water All , - King Power Equipment Operators- Scrapers, Self-propelled: 45 $56.94 7A 3C 8P Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $56.00 7A 3C 8P f Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $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 L Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $56.44 7A 3C 8P r Underground 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 r- 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 r 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 F Underground Sewer Ft 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 F 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 (-- 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 r Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $56.44 7A 3C 8P L Underground Sewer 8 Water Tons And Over 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 r Underground Sewer Et Water Conveyor King Power Equipment Operators- Welder $56.94 7A 3C 8P Underground Sewer Et Water F. King Power Equipment Operators- Wheel Tractors, Farman Type $53.57 7A 3C 8P Underground Sewer Et Water r L httns://fortress.wa.aov/lni/waaelookun/orvWaaelookuo.asux 3/24/2016 rdge 10 Of 1/ n King Power Equipment Operators- Yo Yo Pay Dozer $56.44 7A 3C 8P Underground Sewer & Water King Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A Trimmers King Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $40.84 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers King Refrigeration >:t 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 1E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $38.40 7L 1H 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 Ft Journey Level $34.69 1 Pipefitters King Residential Refrigeration >:t Air Journey Level $74.36 6Z 1G 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 211 (Fire Protection) King Residential Stone Masons Journey Level $52.82 5A 1M King Residential Terrazzo Workers Journey Level $47.46 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $46.46 5A 3H King Roofers Using Irritable Bituminous $49.46 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $72.83 7F 1E King Shipbuilding £t Ship Repair Boilermaker $40.87 7M 1H King Shipbuilding £t Ship Repair Carpenter $40.41 7T 2B King Shipbuilding £t Ship Repair Electrician $41.43 7T 4B J httr)s://fortress.wa.aov/Ini/wacelookUD/DrvWaaelookUD.asr)x 3/24/2016 Page lb or 1/ r King ISMpbuilding Et Ship Repair Heat a Frost Insulator $63.181 5J 1S King Shipbuilding 8t 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 King Shipbuilding Et Ship Repair Pipefitter $41.401 7T 4B King Shipbuilding Et Ship Repair Rigger $41.48 7T 4B r King Shipbuilding It Ship Repair Sheet Metal $41.43 7T 4B King Shipbuilding Et Ship Repair Shipfitter $41.48 7T 4B r- King Shipbuilding Et Ship Repair Trucker $41.32 7T 4B L King Shipbuilding Et Ship Repair Warehouse $41.37 7T 4B King Shipbuilding Et Ship Repair We(der/Burner $41.48 7T 4B 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) (- 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 1X Protection) F King Stage Rigging Mechanics (Non Journey Level $13.23 1 L Structural) King Stone Masons Journey Level $52.82 5A 1M King Street And Parking Lot Journey Level $19.09 1 L. Sweeper Workers King Surveyors Assistant Construction Site $56.00 7A 3C 8P Surveyor I L 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 L King Telephone Line Construction - Hole Digger/Ground Person $20.79 5A 2B Outside r King Telephone Line Construction - Installer (Repairer) $36.02 5A 2B L Outside King Telephone Line Construction - Special Aparatus Installer 1 $37.60 5A 2B r Outside I I L King Telephone Line Construction - Special Apparatus Installer II $36.82 5A 2B Outside F- King Telephone Line Construction - Telephone Equipment $37.60 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $34.94 5A 213 Outside Operator (Light) L. r- L httos://fortress.wa.aov/Ini/waaelookur)/r)rvWaaelookuo.asr)x 3/24/2016 rage 1 OT 1/ King Telephone Line Construction - Telephone Lineperson $34.93 5A 2B Outside J King Telephone Line Construction - Television Groundperson $19.73 5A 2B Outside King Telephone Line Construction - Television $26.31 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $31.50 5A 2B Outside King Telephone Line Construction - Television Technician $28.23 5A 2B Outside King Telephone Line Construction - Tree Trimmer $34.93 5A 2B Outside King Terrazzo Workers Journey Level $47.46 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble Et Terrazzo Finisher $38.29 5A 1 B Finishers King Traffic Control Stripers Journey Level $43.73 7A 1 K 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 Et 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) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers httDS://fortress.wa.aov/Ini/waaelookur)/DrvWaaelookUD.aSDX 3/24/2016 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. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. r B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.C. The first two (2) hours after eight(8) regular hours Monday through Friday and the first ten(10)hours on Saturday r 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 F 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 F. 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 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 I. 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 �. 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 F 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 .1 A 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 J 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. y R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12)hours Monday through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage.When holiday falls on Saturday or Sunday,the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays(except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek)or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All -' hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 a r Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 r Overtime Codes Continued 2. ALL HOURS WORKED 1N 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. L. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the r holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of 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 L 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. 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 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 F 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(1-1/2)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work ' week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However,Saturday shall not be utilized as a make-up day when a holiday falls on Friday.All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays,Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4)hours of overtime after eight(8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay, unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two (2)hours of overtime after ten (10) hours of straight time work shall be paid at one and one half(1-1/2) times the straight time rate of pay. On Saturday, the first twelve(12) hours of work shall be paid at 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. J J 4 r Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued r 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. r 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 L 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 L_ 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) r— times the hourly rate of wage. All hours worked in excess of eight(8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the r 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 F shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal 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 F 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 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 L 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after r Thanksgiving Day,and Christmas Day(7). L 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, F 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). r L H. Holidays: New Year's Day,Memorial Day, Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). r L 5 F- 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). 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). J S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half-Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day(11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday(10). I. Paid Holidays:New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). 6 r- Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Holiday Codes Continued 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, `~ And Christmas Day(9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 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 Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and - Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the �- preceding Friday. r 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. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which L falls on a Saturday shall be observed as a holiday on the preceding Friday. r E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday, f lL 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 r Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be L observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. L H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, F Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas L 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- 1. 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 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 r 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 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 ' 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, J 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 J 8 J r` Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 r Note Codes Continued r- 8. C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100'-$1.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$1.50 per Foot for Each Foot Over 100 Feet Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200'-Divers May Name Their Own Price r 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. r M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. F— N. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $1.00,Level B: $0.75,Level C: $0.50,And Level D: $0.25. r 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. r` 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. 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, �- 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. F L 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. r 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 F_ Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: 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 underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional$0.50 per hour. F L 9 r L • KENT XEMt�� Agenda Item: Bids - 91A TO: City Council DATE: May 3, 2016 SUBJECT: 1st Avenue North Improvements - West Smith St to West James St. - Award MOTION: Authorize the Mayor to award the 1s` Avenue North Improvements - West Smith Street to West James Street project to NPM Construction Co., in the amount of $368,815.36 subject to terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: This project will improve the west side of 1st Avenue North between West Smith Street and West Temperance Street adjacent to the Sound Transit parking garage to provide cement concrete sidewalk, curb and gutter, cement concrete pavement, pedestrian lighting, street trees, storm pipe, 12 parking stalls and installation of 2 electric vehicle charging stations. 24 additional parking stalls will be provided between West Temperance Street and West James Street. EXHIBITS: Memo dated April 19, 2016 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: The City received a $272,000 Pedestrian Mobility Grant from the Washington State Department of Transportation. The remaining funds are included in the B & O budget. 0.EQyEST M VORS SIGNATURE oa .n..e .w an yp,,, �xeuwo 5 Narjy� co����nan co d ooc� . .«m.�� �� am asoioz ener e.cia�iu oa��me��: ,. . �.m..pw� m d: ,ym .op n c x �wnssu �aeme �m sm enaw - �.ea�a�s mat, �a..d,� en� �z, ,�er,�e::'m �a aa�un9,� , � irrac u. �K�w1 KLI�� �omm<m, k�� � � j vd� s r r . in ..