Loading...
HomeMy WebLinkAboutPW17-157 - Original - Lakeridge Paving Company LLC - 2017 Asphalt Overlays - 04/04/2017 R --- cords .. NT Wt ewiwc ro , m� �„ }' ``f Document i ' CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact. City Clerk's Office. Vendor Name: Lakerid e Paving Company LLC Vendor Number: JD Edwards Number Contract Number: ?W 11 1 -1 This is assigned by City Clerk's Office Project Name: 2017 Asphalt Overlays Description: 0 Interlocal Agreement ❑ Change Order 1771 Amendment H Contract ❑ Other: Contract Effective Date: Date of th ayor's signature Termination Date: 70 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Joe Araucto Department: PW Operations Contract Amount: $1�82 ,049.00 Approval Authority: (CIRCLE ONE) Department Director Mayor Eityouncil Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of constructing ADA curb ramps, minor sidewalk repairs, planing bitsminousm pavement,storm sewer pipe repCa�cerci�n�and ot�ier work:___ _ _..__ As of; 08/27/14 an „AM v K I NG COUNTY, WASH I NGTON KENT SPECIAL _PROVISIONS 2017 Asphalt Overlays Number:Project B I DSi_ACCEPTED U'NT 1 L B I C OPENING P.M. 2:00 P.M. DELIVER TO CITY OF KENT, CITY HALL 22O 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. Avaf PUBL I C WORKS D I RECTOR KENT W A 5 H I N G T 0 N i TAB 1 NDEX Tab 1 Bidder's Package a Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions J Tab 5 Kent Standard Plans Tab 6 WSDOT Standard Plans J Tab 7 Traffic Control Plans J Tab 8 Supplemental Information Tab 9 Prevailing Wage Rates J 4 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2017 Asphalt Overlays, Project Numben. 17-3001 BIDS ACCEPTED UNTIL BID OPENING March 13,, 2017 March 13., 2017 1:45 P.M. 2:00, P.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S.,, Kent,, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 1po�'4C ?\A S- 215/2017 E T WASHINGTON NAME Lakerir e Paving Company LLC CITY OF KENT' KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2017 Asphalt Overlays Project Number: 17-3,001: BIDS ACCEPTED UNTIL BID OPENING March ,, 2017 March 13, P.M. 2017 BID OPENING IMMEDIATELY FOLLOWING DELIVER T CITY OF , CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR ORDER OF CONTENTS Invitation to Bid J _y 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 J Proposal Signature Page -� Bid Bond Form Combined Declaration Form _J Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract i.J Table of Contents Kent Special Provisions Kent Standard Plans .a WSDOT Standard Plans ., Traffic Control Plans Supplemental Information Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through March 13, 2017 up to 1:45 p.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 at 2:00 p.m. for the City of Kent project named as follows: 2017 Asphalt Overlays Project Number: 17-3001 The project consists of constructing ADA curb ramps, minor sidewalk repairs, planing bituminous pavement, storm sewer pipe replacement, , aind other work, all in accordance with the Contract Plans, APWA/WSDOT GSP, Kent Special Provisions, and the WSDOT Standard Specifications. The bidder is required to submit a bid on all items in the base bid and all items on all alternatives; Alternative 1 - for the installation of pavement reinforcement interlay grid and Alternative 2 - for hot in-place asphalt recycling. Award will be determined as specified in Section 1-02.6 of this project's Kent Special Provisions, The Engineer's estimated range for this project is approximately $1,700,000 to $2,100,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Joseph Araucto, P.E. at 253- 856-5664. 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 submittalls will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Paper copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $50 for each set. Plans and specifications can also be downloaded at no charge at KentWA.aov/doina-business/bids-IgrocureMe,nA. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid, The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof, No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246., No bidder may withdraw his/her bid for a period of 5j2�tA (60) days after the day of bid opening. Dated this 22"° day of February, 2017. BY: Kimberley , Karnoto, city Clerk Published in Daily Journal of Commerce on February 27 and March 6, 2Q17 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 3/8/2017 This statement relates to a proposed contract with the City of Kent named 2017 Asphalt Overlays Project Number: 17-3001 I am the undersigned bidder or- prospective contractor, 1 represent that - 1. I Jon Cheethan-have, - h rr�t, 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. Lakeridge Paving Company LLC NAME OF BIDDER U/ BY: SIGNATUR(E/ TLE Jon Cheetham Managing Member PO BOX 8500 Covington WA 98042 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only 2017 Asphalt Overlays/Araticto February 22, 2017 Project NLVIIber� 17-3001 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNrry 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 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract 1, the prime contractor, will actively consider Wring and promotion of women and minorities. S. 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 fiye'lre9i w ernents referenced above. By.: Jon Cheetham For: Lakeridge Pavin Comp ny LLC Title: Managing Date: 3/8/2017 2017 Asphalt Overlays/Araucto 2 February 22, 2017 Project Number: 17-3001 CIITV 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. 2017 Asphalt Overlays/Araucto 3 February 22, 2017 Project Number: 17-3001 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract, 1, the undersigned, a duly represented agent of _ Lakerid'ge Paving Company LLC Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as 2017 Asphalt Overlays/Project Number: 17-3001 that was entered into on the LpALeI3/8/2017 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 tha a�art of the before-r-nentioned' contract, By: Jon Cheatham For: Lakeridge Paving Company LLC Tide: Managing Member Date: 3/8/2017 2017 Asphalt Ovedays/fkraucto February 22, 2017 Project Number: 17-3001 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Lakeridge Paving Company LLC 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 2017 Asphalt Overlays/Project Number: 17-3001 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. 2017 Asphalt Overlays/Araucto 5 February 22, 2017 Project Number: 17-3001 BASE BID, SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT' TOTAL NO. NO. ITY PRICE A114OUNT 1000 1-09.7 1 Mobilization $ CIO, V(V 6C)— $ WSDOT LUMP SUM Per L.�-, 1005 2-02.5 3,150 Saw Cut Existing Asphalt $ $ KSP LN FT Concrete Pavement Per LF 1010 2-03.5 1,225 Roadwaiy Excavation Incl. o $ w4L WSDOT CU YDS Haul Per CY 1015 2-015 35 Unsuitable Foundation $ t1vQ-- $ WSDOT CU YDS Excavation IncL Haul Per CY 1,020 11 2-025 670 Remove Exising Asha�t �� � $KSP Sty YIDSConcrete Pavementtp r SY 1025 2-02.5 2,510 Remove Cement Concrete $ a KSP Sr. YDS Sidewalk Per SY 1030 2-02,5 3,010 Remove Cernent Concrete $ o 3,wOV KS P LN FT Curb and Gutter Per LF , 1035 2-02.5 600 Remove Cement Concrete KSP LN FT Extruded Curb Per LF IS VC(l, 1040 4-03.5 135 Gravel' Borrow, Including Haul $ 0 KSP TONS and Compaction Per TON il S The description of this bid item is identical to a, bid item(s) found in more than one schedule, In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid itern descriptions reflect the same unit price, 1011/ Asphaft Overlays/Araucto 6 February 22, 209 7 Project Number 17-3001 BASE BID: SCHEDULE I - STREET XTEM--�—ECTION APPROX. ITEM UINIT TOTAL NO. NO, WANTITY PRICE AMOUNT 1045 4-04�5 510 Crushed Surfacing Top $ KSP TONS Course, 5/8 Inch Minus Per TON 1050 5-04.5 21,640 Planing Bituminous Pavement $ 3 $ KSP SQ YDS Per SY 1055 5-014.5 5,330 HMA Class 1/2", PG 64-22 $ KSP TONS Per TON 1060 8-14,5 57 Cement Concrete Sidewalk 'h U,$ f", KSP EACH Ramp Type Parallel A Per I EA (j 1065 8-14.5 9 Cement Concrete Sidewalk $ $ KSP EACH Ramp Type Parallel B Perk A I 1070 8-14.5 2 Cement Concrete Sidewalk $ I RV— $ KSP EACH Ramp Type Single Direction A Per EA 314tv - 1075 8-14.5 4 Cement Concrete Sidewalk $ $ KSP EACH Ramp Type Combination Per EA 1080 8-1.4.5 830 Cement Concrete Sidewalk $ LIV V,'P�- KSP SQ YDS Per SY 1085 8-14.5 100 Cement Concrete Sidewalk, $ $ KSP SQ YDS 6 Inch Depth Per SY The description of this bid item is identical to a bid itern(s) found in more than one schedule, In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is reqUired that bid items with identical bid item descriptions reflect the same unit price,, 2027 Asphalt OveHays/Araucto 7 February 22, 201,7 Project Number: 17-3001 BASE BIDE CHEDULE I - STREET ITEM SECTION A ROX. ITEM UNIT TOTAL NO. NO. q!IANTITY PRICE AMOUNT $ 1090 8-04KSP,5 2 LN FT Gutter,700 Cement Concrete Curb and Pet- 1 LF 3 1095 8-04.5 1,475 Pedestrian Curb $ $ 00 KSP LIB FT Per LF 1100 8-04.5 600 Cement Conc, Traffic Curb $ �L), $ WSDOT LN FT Per LF 1105 7-12�5 12 Re lace Existing Valve Box $ L z KSP EACH Top Section and Lid and Per EA Adjust to Finished Grade 1110 7-05.5 11 Remove Existing Manhole Frame $ 0 Per EA KSP EACI and Cover and Install New Circular Frarne (Ring) and Cover-, Type 2 1115 7-05.5 i Adjust Existing Manhole $ oL� KSP EACH Frame and Cover to Finished Per, EA Grade 1120 7-05.5 7 Adjust Existing Catch Basin s s KSP EACH Frame and Grate to Finished Per EA �3 0 1 Grade 11.25 8-13.5 56 Adjust Existing Monument s 330 s KSP EACH Case and Cover to Finished Per EA Grade 1130 8-18.5 1. Mailbox Support, Type 2 $ $ WSDOT EACH Per EA I t 1,135 8-02,5 50 Topsoil Type A $ KSP CU YDS Per CY .............. 2017 ,Asphalt Over[a ys/Ara ucto February 22, 2017 Project Nwrnbe�: 17-3001 BASE BID SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. _._._qUA1LT1TY PRICE AMOUNT 1140 8-01,51 122 Hand Seeding $ :2 KSP SCE YIDS Per SY 11.45 1-10,5 3,100 Traffic Control Labor $ $ KSP HOURS Per HR 1,150 1-10.5 530 Traffic Control Supervisor $ $ KSP HOURS Per HR 1155 1-10 5 1 Temporary Traffic Control $ $ K&P LUMP SUM Devices Per'-'IS 1160 1-10,5 210 Portable Changeable Message $ KSP DAYS Sign (PCIVIS) Per DAY 1165 1-10.5 100 Sequential Arrow, Sign (SAS) $ $ KSP DAYS Per DAY $ 1170 8-01.5 132 Inlet Protection $ �9- o KSP EACH Per EA 1,175 8-01.5 1.90 ESC Lead KSP HOURS Per HP. 1180 8-01.5 3 7'0 Street Cleaning Sweeping $ WSDOT HOURS Per HR 1185 1-07-15(1) 1, SPCC Plan $ $ WSDOT LUMP S,U 1,1 Per LS 2.011 Asphalt Overlays/Araucto 9 rebwary 22, 2017 Project Number: 17-3001 BASE BID., SCHEDULE I - STREET I T'E'W "i_EC TI ON APPROX., UNIT TOTAL —NO. NO. MANTITY PRICE AMOUNT 1190 8_01,5 Temporary Erosion/Water S10,000.00" $10,000.00 WSDOT FORCE POIlUdOrl Control Per FA ACCOUNT' "Comr-non price to all bidders 1195 5-04.5 1 Asphalt Cost Price Adjustment $5,000,00** $5,000M KSP CALC Per CALC "conimon price to all bidders 1200 1-04.4(l) 1 Minor Changes (Schedule 1) $25,000,00* $25,000,00 WSDOT CALC Per CALC **Common price to all bidders Base M Schedule I Tota. 20,17 Asphalt Overlays/Araucto 10 Februar y 22, 201,7 Project Nurnber: 1?-3,001, BASE BID: SCHEDULE 11 - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. UANTITY PRICE AMOUNT $ 20 w 00 2-02.5 1,595 Saws Cut Existing Asphalt $ Lj KSP L N, FT Concrete Pavement Per LF .......... ....... $ 2005 2-02.5 960 Remove Existing Storm Sewer $ KSP LIBFT Pipe or Culvert Per LF ) 2010 2-09.5 3,380 Shoring or Extra Excavation $ $ 2 WSDOT SCE FT Class B Per SF 2015 2-03.5 75 Unsuitable Foundation $ $ 3,)6CO WSDOT CU YDS Excavation Incl. Haul Per CY 2020 7­08.5 105 Foundation Material, $ '4)( KSP TONS Class I and II Pei-TON 2025 7-0&5 665 Pipe Zone Bedding $ 1/ KSP TONS Per TON 2030 75 180 Ductile Iron Sewer Pipe Cl SLR, $ KSP LN FT 12 Inch Diameter Per LF 2035 7'-04.5 180 DR 21 PVC Storm Sewer KSP L N FT Pipe, 12 Inch Diameter Per LF 2040 7-04.5 31.5 SDR 21 PVC Storm Sewer $ $ KSP LN FT Pipe, 15 Inch Diameter Per LF The description of this bid item is identical to a, bid itern(s) found in rnore than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO KIDDERS, it is required that bid items with identical bid item descriptions reflect the same, unit price., 2017 Asphalt Over lays/Ara ucto February 22, 2017 Project Nurnber: 17-3001 BASE BID: SCHEDULE 11 - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. N 0. _22ANTITY� PRICE AMOUNT 2045 7-04.5 190 SDR 21 PVC Storm Sewer $ 194 $ 61 KSP LEI FT Pipe, 18 Inch Diameter Per LE 2050 7-04,5 95 SDR 21 PVC Storm Sewer A ` KSP LN FT Pipe, 30 Inch Diameter Per LE 2055 7-05.5 1 Catch Basin, Type 1 $ 0 1 KSP EACH Per EA 2060 7-05.5 1 Solid Locking Catch Basin $ $ KSP EACH Frame and Cover Per EA 2065 7-08.5 435 Bank Run Gravel: forTrench Backfill Per TON KSP TONS 0," 2070 4-04,5 1 $25 Crushed Surfacing Top $ KSP TONS Course, 5/8 Inch Minus Per TO 2075 55 60 MA Class 1/2", PG 64-22 $ KSP TONS H Per TON 5v $ 2080 8-02.5 1 Landscape Restoration , V, KSP LUMP SUM Per LS 2085 1-04.4(1) 1 Minor Changes (Schedule 11) $10,000 0041, $10,000,00 WSDOT CALL Per CALL. **-Cornmon price to ail bidders The description of this bid item is identicaC to a bid itern(s) found in more than one schedUlie. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it 6s required that bid items with identical bid item descriptions reflect the same unit price, 2017 Asphalt Overlays/Araucto .12 February 22, 2017 Project Number: 17-3001 BASE BID: S H�EDULE 11 - STORM SEWER ITEM SECTION' APPROX.APPROX. ITEM UNIT TOTAL . UA NTII-Y PRICE AMOUNT ��0 Base Bid Schedule lI Total .. 2017, Asphalt CveHays/AKauc(o 1.3 rebruary 22, 2017 Project Nurnbei; 17-30 1. ALTERNATIVE A-1: PAVEMENT REINFORCEMENT INTERLAY GRID ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. A T TY PRICE AMOUNT C 3000 1-09,7 1 Mobilization (Alternative A-1) $ V 0 WSDOT LUMP SUM Per LS $ sA 3005 5-04,5 34,545 Pavement Reinforcement KSP SQ YDS Interlay Grid Per SY $ 3010 5-04.5 6,915 PG Tack for Pavement LtT3 KSP GALLON Reinforcement Per GAL Alternative A-1 Total 2011 Asphalt Overlays/Araucto 14 February 22, 2017 Project Number: 17-3001 ALTERNATIVE A-2: HOT IN-PLACE ASPHALT RECYCLING ITEM SECTION APPRO)iC. ITEM UNIT TOTAL NO. NO. qUAN1171Y PRICE AMOUNT I 4000 1-09.7 1 Mobilization (Alternative A-2) $ (7 WSDOT LUMP SUM Per LS C v 4005 5-016.5 35,800 Hot In-Place Recycling s s �KSP SQ YDS Per SY Alternative A-2 Total 2017 Asphaft OverNys/Araucto 15 February 22, 2017 Project Nun,iber: 17-3001 BID SUMMARY To be considered responsive, the Bidder shall SUbmit a price on each and every Bid Item included in the Base Bid and all Alternatives. use Bid Schedule Schedule 11 Base Bid Total: (sch'edule I + Schedule II) Alternative A-1 Total: as� Alternative A-2 Total: Base Bid Total + Alternative A-1 Total: C)- Base Bid Total + 0 V Alternative A-2 Total: C' '414 2017 Asphalt Overlays/Araucto February 22, 2017 Project NUrnber: 17-3001 CITY OF' KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, frorn any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price, List each bid item, to be performed by each designated subcontractor in numerical sequence, If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottorn 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: 2017,"s lei Overlays Project Number: 17-3001 Subcontractor Name Item Numbers D Subcontractor Name 0) YI C Item Numbers 4­ Subcontractor Name 0A 1) W., 21f)4b co,-� (_b of Item Numbers i I?-S—0 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE 2012 Asphak Ovedays/Araucto 17 Jon Cheetharn Managing Membefuary 22, 2017 Project Number: 17-3001 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Lakeridge Paving Company LLC Project Name: 2017 AsAalt Overl !AY-E— Project Number: 17-3001 Pursuant to RC 9.30.060, 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 A r Conditioning Subcontractor Name: Plumbing Subcontractor Name: 1/4 Electrical Subcontractor Name. ----------- 3/8/2,017 Signature o id der Date Jon Cheetham Managing Member 2017 Asphalt Overlays/Araucto 18 February 22, 2017 Project Number; 17-3001 CONTRACTOR'S QUALIIRCATIION 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 LA W 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. 2017 Asphalt Overlays/Araucto 19 February 22, 2017 Project Number: 17-3001 If the bidder fails to request a modification within the time aliowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information Submitted, COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERL Y COMPL ETE THIS FOR NA Y ALSO RESUL T ZN A DETERMZNA TION THAT YOUR BID, IS NON-RESPONSIVE AND THEREFORE VOXD. 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 provid- herein is true arid 'o sufficiently complete so as not to be misleading. SUBMITTED BY: Jon Cheetham Managing Mem1berL NAME: Lakeridge Paving Company LLC ADDRESS: PO BOX 8500 Covington WA 98042 .............. PRINCIPAL OFFICE: Lakeridge Paving Company LLC ADDRESS: PO BOX 8500 Covington WA 98042 PHONE: 253 631 8290 FAX: 253 630 9709 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 1.8.27 RCW. SEE ATTCHED .2 Provide your current state unified business identifier number. SEE ATTCHED 601 592 135 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, SEE ATTCHED 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 Linder 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 o�n any public works contract under RCW 39.06,010 or 39.12.065 (3), SEE ATTCHED 2017 Asphalt Overlays/Araucto 20 Febwary 22, 20�17 Project NUmber: 17-3001 2. ORGANIZATION 2.1 How many years hasyour organization been in business as a Contractor? 2.2 How many years ha68your organization been in business under its present business name? 49 years since 1968 2.2.1 Under what other or former names has your organization operated? none 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: 7/1/1968 2.4.2 Type of partnership (if applicable): LLC 2.4.3 Name(s) of general partner(s): Jon Cheetham Managing Member& Greg O' Farrell Managing Member 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. Washington -Asphalt Paving - LAKERPC050JM 3.2 List jurisdictions in which your organization's partnership or trade name is filed. Washington 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Asphalt Paving, Trucking, Grinding and Backhoe 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 2017 Asphalt Overlays/Araucto 21 February 22, 2017 Project Number: 17-3001 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.) 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: $9.602,004.00 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. SEE ATTCHED 4.5.1 State average annual amount of construction work performed during the past five years: 2012- 19M 2013 - 22M 2014- 22M 2015- 23M 2016 -23.5M 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. SEE ATTCHED 4.7 On a separate sheet, list your major equipment. SEE ATTCHED 5. REFERENCES 5.1 Trade References: SEE ATTCHED 5.2 Bank References: SEE ATTCHED 5.3 Surety: SEES ATTCHED -INSURANCE 5.3.1 Name o bonding company: Hub International - International Fidelity 5.3.2 Name and address of agent: Chad Epple - Hub Int. -See attched 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. 2017 Asphalt Overlays/Araucto 22 February 22, 2017 Project Number: 17-3001 f,f Department of Libor and Industries ' t GE PAVING CO L L PO Box 4445 Olyaiapia,WA 98504-445 Rdg C 'L�ftRPC050TI 35 ka1d a' twided b Law as: ons"c`ion Contractor r �( L RI C1E PA�l NG ACC` 1 % t %�� date`4 14/1995 PO J�C1 ; 500 %' ' ' 1? M t 11/ 017 CO� ON" /GTA 9804 r . ' :l it i ✓1 �� r ," 'A ✓ N Y .. A ,r,k ,1:1 r 1. Aj BUSINESS LICENSE jV h: Sf1TE0F° �'. WASFfIIyC,TpN Unified Business ID #: 601592135 ,Y JI Limited Liability Company Business ID : 001 Location: 0001 � LAKERIDGE PAVING COMPANY L.L.C. � Expires: Aug 31, 2017 ,, 19606 SE 252ND ST ,e COVINGTON, WA 98042-6707 13 �Ar r M Ai UNEMPLOYMENT INSURANCE -ACTIVE INDUSTRIAL INSURANCE -ACTIVE TAX REGISTRATION -ACTIVE +.� CITY ENDORSEMENTS: SAMMAMISH GENERAL BUSINESS (EXPIRES 12/31/2017) -ACTIVE is `ry« SULTAN GENERAL BUSINESS -ACTIVE 4k 4� GIG HARBOR GENERAL BUSINESS#1258 (EXPIRES 12/31/2017)-ACTIVE r �. ISSAQUAH GENERAL BUSINESS#BUS03-01307 (EXPIRES 12/31/2017)-ACTIVE �tf TUMWATER GENERAL BUSINESS#9624 (EXPIRES 12/31/2017) -ACTIVE SHORELINE GENERAL BUSINESS (EXPIRES 12/3112017)-ACTIVE +� SUMNER GENERAL BUSINESS #BUS2002-00071 (EXPIRES 12/31/2017)-ACTIVE ` BONNEY LAKE GENERAL BUSINESS (EXPIRES 12/31/2017) ACTIVE COVINGTON GENERAL BUSINESS#BL02-156 (EXPIRES 12/31/2017)-ACTIVE 1, I t S PORT ORCHARD GENERAL BUSINESS#8003779 (EXPIRES 12/31/2017)_ACTIVE , OLYMPIA GENERAL BUSINESS #13289 (EXPIRES 12131/2017) -ACTIVE Ai UNIVERSITY PLACE GENERAL BUSINESS (EXPIRES 12/31/2017) -ACTIVE �l NEWCASTLE GENERAL BUSINESS#1309 (EXPIRES 12/31/2017)-ACTIVE � )� CARNATION GENERAL BUSINESS (EXPIRES 12/31/2017)-ACTIVE NORTH BEND GENERAL BUSINESS #000850.2 (EXPIRES 12/31/2017)-ACTIVE FIFE GENERAL BUSINESS-NR (EXPIRES 12/31/2017) -ACTIVE LACEY GENERAL BUSINESS #17116 (EXPIRES 12/31/2017)-ACTIVE a WOODINVILLE GENERAL BUSINESS (EXPIRES 12/31/2017)-ACTIVEx it ' +r M t This document lists the registrations, endoTsennents, and Incenses Eautlao ize(l for the hus+r7ess narne d above,By accel)ting this document,the licensee certifies the information on the arsl)l+cation df; was complete, true, rancl accurate to the best of his or her knowledge, and that IXISiness will he � ��Ile, conducted in c,ornpliance with all applicable Washington state,county,and city regulations. Dirc.r.trr, era t rtnnrr r 'of r evR me f +,nf..,fY n.gND7hl r ,it .11 1Ya„, f,i urinblr,.` Memo 71 Complete Site Development Contracts ' Commercial-Residential The statement listed below is true Lakeridoe Paving Company LLC has not been disqualified for Bidding mn any public works contracts under RCVV38.O6.O18ur39.12.QG(3). 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 orunder control by the owners of the bidder's company, are not and have not been im the past three(3)years, disqualified from bidding on any public works contract under R[W 39.06.810mr39.12.065 /3\. Thankyuu Jon Cbegtham—Managing Member—LakeridAe Paving Company LL[ P.C. Box85OO Covington, Washington 88042 Phone! (253) 831'8280 F )030'9709 o*xavuo Phone: (425)4e3'0073 Tacoma Phone: (253)535-6305 Contractor's License# LAKERPCU3UJM Lakeridge Paving Company,LLC Work in Process Feb 2017 Aero Brangwin 9 Bellevue 16715 SE 34th St Northup Way % %/%% RPD Breva Townhomes Bellevue 164th Ave NE Black Johansen diamond Ridge Diamond Baker St&5th Ave The Grove CC Edwards Canyon Park Bothell 2232445th.Ave SE ilo"IN it iooi 1" US CC Edwards Palm Greek Bothell 3315 220th St SE "' CC Edwards Maple Hilis Phase II Covington 204th Ave E&SE 261st PI Maple Hills 204th Ave SE& CC Edwards COnsite Phase I Covington SE 259th St CC Edwards Archer Field Edmonds 14913 48th Ave W Aero Construction E Gateway Apts Everett 13000 21 st.Dr E y BDZ Arcadia Everett 13023 Admiralty Wa CC Edwards Moncalieri Federal Way 37202 28th Ave S ESI Chick-Fil A Federal Way 32075 Pac Hwy S Borgen Blvd& Weitz Company Herron's Key Gig Harbor i✓ ��'����it�% Peacock Hill Talus Dr& ���✓�ij%/���%��%ii/�D Aero Talus 28 Issaquah Shy Bear Way SE 254th PI& R3C Ellis Property Kent 128th Ave SE CC Edwards Kentridge Estates Kent 21239 132nd Ave SE 124th Ave SE CC Edwards Rainier Pond (Kent SE 246th St BDZ Construction Meritage Ridge Kirkland 12817 136th Ave NE NE 120th St& CC Edwards Aston Gardens Kirkland 84th Ave NE CC Edwards Vintners Place Kirkland 13027 136th Ave NE Chrhstenen Inc Lucky 7 Lacey 4047 Pacific Ave SE l4i/ Schuchart. Dicks Drive In Lake City 12325 30th Ave Ne BDZ Silver Peak.Estates Lynnwood 18414 Larch Way CC Edwards Londin TH Lynnwood 3312 148th St BDZ Bella Monte Lynnwood 15716 2nd PI W '1 % SE 266th St& CC Edwards Shavano Park Maple Valley 228th Ave SE % Tahoma SD Old Tahoma HS Skanska Renovations Maple Valley Tahoma MS 75th St NE& BDZ Rock Creek Div II Marysville 83rd Ave NE BDZ Harm"s Estates Mill Creek 3601 Seattle Hill Rd Lakerldge Paving Company,LLG 1✓'</ork in Process Feb 2017 Roosevelt Rd& CC Edwards Evergreen Heights Monroe Bear Mtn Rd Compass Construction Aegis Gardens Newcastle 13506 SE 76th St %�/ BDZ River Glen North Bend NE 4th St&Thrasher Ave NE %/ ? ,71/ Bowen Construction Hawthorne Lane Redmond 17257 NE 116th St 170th Place tchiso USA Townhames Redmond 8081 170th PI NE 16450 NE Johansen Excavating Redmond Triangle Redmond Redmond Way Johansen Excavating Heathers Ridge Redmond 13425 NE 100th St j Johansen Weston Heights Renton 650 Nile Ave N Sammamish Town Ctr 228th Ave SE& CC Edwards, Townhomes Sammamish SE 4th St NE 8th& CC Edwards Kirkwood Terrace Sammamish 244th Ave NE SE 5th PI& v0,ps����;1��///f�j� Ichi°o USA Ledo Estates Sammamish 212th Ave SE 2623 E Lk Samm O'Brien Construction Lake Sammamish Estates Sammamish Pky SE Aloft S 190th St& Hertel Concepts SeaTac SeaTac 28th Ave S RJC Otani Gardens Seattle 8255 S 118th St BDZ Construction Riverview Highlands Snohomish 6th Pi&Ludwig Rd Sno ualrnie Pkwy& J04ra Riley Ridge Plaza Snoqualmie SE Loughs St Sna ualmie 37500 SE North Swinerton C-Store Snoqualmie Bend Way Harrington Construction Easthaven Villa Yelm 311 Cullens Rd NW Pepper Hill S 354th St& Auburn B.P.C.I. Off-SiteI 55th Ave S Auburn Assemblage S 321 st St& Polygon NW Phase I&II 9 Auburn 51 st Ave S Yg ii if7 „01, //1 InnisGlen GSG Group Condos Bellevue 2440 140th Ave NE Crossroads NE 15th St& Bellevue Polygon Village 156th Ave NE /%' Riverfront PolygonEclipse se Everett 41 st St p Riverfront Simpson Everett Polygon41 st St p Kopachuck HOA Gig Harbor %f Kopachuck HOA Overlay 11007 54th St Ct NW /%//'%il, Issaquah NE Discovery Dr& Polygon Westridge South 6th Ave NEfii %/1 13204 Gauntry Lakewood B.P.C.I Tacoma Country Club Club Drive SW Newcastle 6620 Coal Creek !/✓/J Avalon Bay Avalon Newcastle Pkwy SE /i ,10 ;;r Lakeridge Paving Company,LLC Work in Process Feb 2017 01 CONTRACTOR JOB'NAME CITY ADDRESS f% / ✓f MCI j%i%%% /%fi Gordon Co Stonebrook Plat Arlington 17020 91st Ave NE % % „�'( CliPI i 18603 ""I� . lI"I f GenCap Construction The Junction Bothell Bothell Way NEma % / GenCap Const NE 181st St& Spence Site Access Drive Lane Kenmore NE filth Ave Hewitt Construction Mountain View Farm � North Bend 10103 422nd Ln SE Monterey 3767-3815 Santa Inc Meadows Renton Monterey PI NE K Contracting Total Wine Seattle 1550 W Armory Way 1 , / PGH Excavating Green Bridge Seattle 905 SW 99th SC 132nd Way SE& 'f���>✓����j/IJ/ Rlno Construction Promanade Apts Auburn SE 312th St Hebert Const Inc Hebert Lot#1 Auburn 35xx B St NW Lk Geneva Park 46th Ave S$ Peilco Construction Pathways Auburn S 344th St ,i iG/%/%if' jr // %//f Edifice Const Co Bennett Elementary School Bellevue 17900 NE llth St 1 Ring Construction Vida Bellevue 1505 140th Ave NE ✓,/��� ,� ,�r���; 3911 Lk WA Hodge Construction Seattle Boat CO#5 Bellevue Blvd SE 3rd Ave SE& ;ON Trice Co, LLC Fern Brook Bothell 210th PI SE 18052occiaental Millennia[Builders Westview Bunen Ave S Sellen Multi Care % /fg'"Yowli Construction Medical Center Covington 17700 SE 272nd St Suntop Farms SE 456th St& BME Phase I Enumclaw 276th Ave SE BIKE Westview-Malik. Kent 24317 94th Ave S Exotic Metals North Way Inc Addition Kent 5411 S 226th St SE 252nd St& BME SPS Plat Kent 113th PI SE Petco Shops& RCA Building Kent 25448 Pao Hwy S 120th Ave SE& BME Sunrise Meadows Kent SE 248th St 1+ EX Venture General Athene Kirkland 12531 NE 124th St / ,%/,,,r / Rina Construction Wang Short Plat Kirkland 333 8th St S Totem Lake 12475 Totem Lake 11111/1% fr Pennon Construction Retail Center Kirkland Blvd NE 1003 Frontier Pennon Construction Vernon Village Lake Stevens Circle E Inter-City Lynnwood City Construction Senior Apts Lynnwood 19501 40th Ave W Vintage @ BME Mill Creek Mill Creek 4510 132nd St SE / % t Venture GC Inc Newcastle Apts Newcastle 12833 Newcastle Way 39th Ave SW& 39th Ave SW& Olson Brothers 11thStSW Puyallup 11thStSW Lakeridge Paving Company,LLC Work in Process Feb 217 Archer Hotel Halvorson Const Redmond Lane 164th Ave NE& Group LLC Shift NE 72nd Redmond NE 72nd Way Redmond Bridge 231st Way& '%' j�,/ /1/'// Sierra Construction BP108 Redmond NE Alder Crest Way SD Deacon / jGi /or Ikea Renton 601 SW 41st St Main Ave S Main Ave S& Jansen Inc S 3rd St S to Mill Ave Renton S 3rd St BME Plateau 120 Apts Sammamish 120 228th Ave SE JR Abbott Construction The Village @ 228th St& Inc Sammamish Sammamish SE 4th St 6800 Roosevelt Pavilion Construction 6800 Roosevelt Seattle Way NE Riverton Alston Const Off-Site Seattle 96th St Rush Construction Lake City Place Seattle 12311 32nd Ave NE Rush j`'j f�j /I�%%1'/11' Commercial MML Bldg Sumner 16209 64th St E Bar ram I 6626 Tacoma g HHJ Ellison Tacoma Mall Blvd WG Clark Merrill Gardens Auburn S Division St % / WG Clark Metro 112 PH II Bellevue E 3rd PI&11th Ave N Will Clark Driveway Enumclaw 26202 SE 383rd iOME�i�n/F // Mirror Lake ;/%j%; i Petra Inc Village Federal Way 836 SW 312th St %�,: Charley& Private Meru Brown Driveway Lake Tapps 5522 218th Ave E John Day Homes Ranger Station North Bend Thrasher Way The Carter WG Clark On going Redmond 7500 159th PI NE Overlay Lot WG Clark Broadcast Apts Seattle 1420 E Madison St VNI MRJ Construction Hamlin School Playground Seattle 1963 State St Amtrak Sidewalk Seattle Crush Rock Seattle 187 H'olgate 011 Master Construction Taco Bell Tacoma 1404 E 72nd St Absher Construction Washington Gabe-Sup Place 528 Tukwila 223 Andover Pk E West Coast MHP Mountain Green MHP Lacey 5280 55th Lane SE West Coast MHP Crestwood Lacey 4500 Ruddell Rd SE Bellevue School District International School Bellevue 445128th Ave SE 164th Ave NE& RPD Vcescaia Townhomes Begievue NE 12th PI Su Developers Soma Towers Bellevue 10608 NE 2nd Lakeridge Paving Company,LLC Work in Process Feb 2017 Newcastle 116th Ave SE&Porter Breathers Renton MIS#4 Newcastle Way Hillcroft @ Sammamish Sammamish Polygon NW (Kampp) 1906 208th,Ave SE ///Df "Ell ME Polygon Scoccolo Pod B SeaTac 20957 37th PIS Seattle //%/l%% i KCIA KCIA KCIA j/j';���,��d�%0/% Single Creek Spanaway 26207 12th Single Creek Shouldering Ave Ct E ✓���%� ���{ ��%// Terra Dynamics Annie Wright Tacoma 827 N Tacoma Ave University 48th St W& Active Construction Knolls @ UP Place Orchard St W Black Goodfellow Bros Village @ Blk Diamond Spillway Diamond Lk Sawyer Rd 8 Roberts Drive NE 1522nd& RPD Hower Hill Duvall 2751h Ave NE SE 240th St Shartington LLC Northcote Lane Kent 140th Ave SE rvarmlly LK Ur Gravelly Lake Dr 59th Ave SW to RW Scott Sidewalks Lakewood Steilacoom Blvd `( t John Gabriel Walsh Construction Senior Housing Redmond 8632 160th Ave NE 163rd Ave SE @ RP y ID Liberty Gardens Renton SE 140th St Legacy p Ham ton Inn� Hospitality Suites Renton 1300 Lk Wash Blvd SE KCHA Corinthian Apts SeaTac 3039 S 154th St ir �f.9fY// Total 9,602,004 4 f OF MME01 711 8 Complete Site Development Contracts - Commercial- Residential Key Personnel: Paving Superintendent: Darrell Wood Phone # 206 396 0801 Yrs. Exp. 30 Grading Superintendent: Josh Reis Phone#206 396 0800 Yrs. Exp. 29 Pipe Supt. / Truck Boss: Brian O'Farrell Phone# 206 396 0812 Yrs. Exp. 31 Sales Manager Dar Looker Phone# 206 9136 0803 Yrs. Exp. 3 Contract Administrator Heidy Brothers phone# 253 631 8290 Yrs Exp. 12 P.O. Box 8500, Covington, Washington 98042 Phone: (253)631-8290 Fax: (253) 630-9709 Bellevue Phone: (425)453-0073 Tacoma Phone: (253) 535-6305 Contractor's License It LAKERPC050JM p s a • ` , Complete Site Development Contracts - Commercial - Residential i Management & Supervisory Personnel 11✓1r ny ing Members: Ton C'heetham -- 50% Owner of Lakeridge Paving since 1968. Jon is responsible for all administrative personnel including project managers and office staff, overseeing all the administrative/ accounting procedures. Greg O'Farrell — 50% Owner of Lakeridge Paving since 1968. Greg is responsible for field operations including scheduling, grade and pave supervisors, foremen and crews. Superintendents: Darrell Wood — Paving Superintendent: Darrell has worked for Lakeridge for 30 years and is responsible for all paving operations including pave foremen and crews, he reports directly to Greg O'Farrell. Josh Reis— Grade Superintendent: Josh has been with Lakeridge Paving for 29 years and is responsible for all grading operations including grade foremen and crews, he reports directly to Greg O'Farrell. Brian O'Farrell— Pipe & Underground Utility Superintendent / Safety Supervisor: Brian has been with Lakerige Paving for 31 years. Brian is responsible for all pipe and utility operations including foremen and crews. Brian oversees all of the company's safety procedures and keeps the company compliant with all OSHA procedures and regulations. Brian reports directly to Greg O'Farrell. Administrative Dar Looker- Sales Manager: Dar has been with Lakeridge Paving for 3 years but has been in this Feld of work for 26 years. Dar is responsible for all project managers and bidding procedures. He also is responsible for bidding major projects, working with superintendents, vendors and working with the administrative end of contracts including change orders and billing information. Dar reports directly to Jon Cheetharn. P.O. Box 8500, Covington, Washington 98042 Phone: (253)631-8290 Fax: (253) 630-9709 Bellevue Phone: (425) 453-0073 Tacoma Phone: (253) 535-6305 Contractor's License## LAKERPC050JM i on7plete Site Development Contracts - Commercial - Residential Kim. LaBrie— Office Manager: Kim has been with Lakeridge for 23 years and she is responsible for all office operations and staff. King oversees financial statements, billings, collections, contract administrating, payables and payroll. Kimn reports directly to .ion Cheetham Heidy Brothers — Contract Administrator-Assistant Office Manager: Heidy has been with Lakeridge for 12yea:rs. She is responsible for assisting project managers with bid documents, contract compliance and execution, submittals, bonding and insurance for project and day to day office running. Heidy reports directly to Kirn Brough. Diane Sarno — Accounts Receivable: Diane has been with Lakeridge paving for f 'Fears and is responsible for working with project managers regarding billing and change orders she reports directly to Kim Brough. Our key personnel are completely devoted to provided all the necessary documentation, highest. safety standards and a quality job from start to finish. P.O. Box 8500, Covingi on, washinrJton 96042 Phcrte: (253)631-3290 Fax: (253)630.9709 Bellmlc: Phone: (425)453-0073 Tacoma Prone: (253) 535-6305 Contractor's License 4 LAKERPC050JM Lakeridge Paving Co.LLC Equipment List by Type Crew TKC001 Sweeper Fregt FREGT SWEE 2001 TKC007 Chevy Silverado Chevrolet Silversdo 1999 TKC008 Chevy Silverado 2600 Chevrolet SilveradD 2001 Equipment TKC010 Chevy Sllverado 2500 Chevrolet Silverado 2002 E00104 M€kasa Jumping Jack Milk MTRSOL Jumpng Jck TKC011 Chevy 1/2 Ton Pickup Chevrolet Sliverado 2008 EOD187 14"Stihl TS760 Saw Stihl TS760 logo TKC013 Chevy 112 Ton Pickup Chevy Sllverado 2008 E00188 Wacker Mb.Rammer Wacker 4991 TKC015 Chevy 1 Ton PU Chevrolet 1 TON PU 1996 EQ0190 11 HP Alr Compressor 1991 TKC017 Chevy 1 Ton PU Chevrolet 1 TON PU 1998 EQ0192 Wacker Trash Pump Wacker log'. TKCO20 2007 Chevy Silverado 2500 Chevy Slvrd 2500 2007 E00194 Honda Concrete Mixer Honda 199, TKCO24 Chevy Service/Water Truck Chevrolet C-50 1966 E00195 8x8'Modular Trench Box lost TKCO25 2008 Chevy Tahoe Chevy Tahoe 2008 EQ0198 30"Backhoe Bucket 1961 TKCO2B GMC Sierra 250 GMC Sierra 250 2013 E00197 Air Compressor Ingersoll lost TKC04A Chevy Silverado Diesel Chevrolet Silwd Dsl 2006 E00198 Air Compressor Ingersol 1996 TKC05A Chevy Silverado Diesel Chevrolet Siivrd Dal 2006 EQ0199 INGERSOLL-RAND AIR COMPRESSOINGERSOLL P165WJD 2007 TKCOeO Chevy S€Iverado 2500 Chevrolet Silverado 2001. E00200 INGERSOLL-RAND COMPRESSOR INGRESOLL-P185WJD 2004 TKC061 Chevy Siiverado 2600 Chevrolet Sllversdo 2001 E00501 Jackhammer for E00197 1998• TKC062 Chevy Silverado 2500 Chevrolet S€Iverado 2001 E00502 Jackhammer CID 1240 loge TKCO86 Chev,1 Ton Flatbed Chevrolet 1 Ton 1992 E00503 Wacker Trash Pump 3" Wacker loge TKC072 Chevy 1 Ton Flatbed Chevrolet 1 Ton 1998 E00504 Bucket,Exvacator48" lose TKC074 Chevy Flatbed Chevrolet 1986 E00505 14"Cutoff Saw SUhI Stihl 1009 TKC075 Chevy Servioe Truck Chevrolet 1988 E00508 Trash Pump PDT3A PDT3A loge TKC076 Chevy Service Tuck Chevrolet Service 1997 E00507 Wacker Plate Comp BS600 Wacker 1999 TKC077 Chevy 1 Ton Short Bed Chevrolet 1 Ton 1999 E00508 SUM 14"Quickcut Saw SUM TS420 2012 TKC078 Chevy 1 Ton Long Bed Chevrolet 1 Ton 1999 EOD509 Wacker Plate Comp 0165 Wacker lose TKC079 Chevy 1 Ton Chevrolet 1 Ton 1999 EQO510 Homegle Pump 2.5"105PSI Homelite lase EQO511 Storage Container Blue TKC084 International Fiat Bed Internatni 1995 EQ0512 Gas Jackhammer TKCQ84 IntemationalOil Dist Intemetrtl loss, E00512 Gas Jackhammer TKC085 International470OLP Intematnl 470OLP 1997, EQ0513 Metal JackDetehammer Classic 1 TKC086 International Distributor Intematnl Oil Dist. 2001 E00515 Portaprobe Nuclear Tester Nuclear Gg TKC088 GMC 4 Door Crew Truck GMC 1993' EQ0516 Jack Hammer 90# 2010 TKC088 PeterbuiR Service Truck Peterbuilt 2000' E00516 Jack Hammer so# 2001 TKCO89 Chevy Service Truck Chevrolet 2003' F-00517 JackCeffl Hammer Pump QP204H 2001 TKC091 Peterbilt Mechanics Truck Peterbi@ 335&A Mc 2007 TKC093 International 4300 INTERNATIO 4300 2007 E00519 Wacker BH23 Gas Hammer Wacker 2001 E00520 Wacker BH23 Gas Hammer Wacker SH23 2001 TKC094 INTERNATIONAL 4300 FordINTE ATI0Expl 2008 E00523 6D#Ingersol Jackhammer Ingersoll 2002 TKC102 Ford Explorer Ford Explorer 2014 E00524 Pavement Breaker IP1230 2003 TKC102 GMC Acadia GMC ARADIA 2014 TKC103 Chev K1 PU Chevy PU SKI 2004 EQ0526 Rammer IR341 2003 TKC104 2015 GMC SIERRA GMC SIERRA 3NK 2015 E00527 Jackhammer SO# 2003 TKC105 2015 GMC Sierra GMC SIERRA 3NK 2015 EGO528 Magnetic Metal Detector 2003 TKC108 GMC Sierra 150 GMC Sierra 160 2015 E00529 Arrow Board 2004 TKC IOA Chevy S€Iverado 350 PU Chevrolet Silverado 2002 E00630 Arrow Board 2004 TKC19A Chevrolet Silverado 2500 Chevrolet Slvrd 2500 2001 E00631 Jackhammer ON APT 190 Jackhammer APT SO# TKC21G Chevy Tahoe Chevrolet Tahoe 2013 Tiger AAt Rentals; TKC221 Cadillac Escalade 2012 Cadillac Escalade 2012 TKC23K GMC SIERRA 1500 GMC SIERRA 150 2012 TMl DO1 Loodking Traller Loodking Fltbd Trlr 1994 TKC63A Chevy S€Iverado Diesel Chevrolet Silvrd 081 2007 TM1110 Beall Pup Trailer Beall Pup Tra€€r 2005 TKC81A Navistar Intl 7300 Distributor Intematnl Etnyr Dstr 2008 TMI120 Sturdyweld Pup Trailer Sturdyweld Pup 1994 TKC82A Fre€ghtliner Distributor Freightlnr Distdbutr 2006:: TM1130 Sturdyweld Pup Trailer Sturdyweld Pup Tri A 1993 TM1140 Peertess Pup Trailer Peerless 1989 Dump TM1150 Peerless Pup Trailer Peerless 1989 TKD027 Ford Single Axle Dump Ford F-700 Dset 1994 TM1180 Beall Pup Traller Beall 1998 TKDO29 Kenworth TGOOS Transfer Kenworth T8008 1997 TM1180 K-L€ne Transfer Trailer K-Line 1998 TKDO30 Kenworth TSOOB Transfer Kenworth TSOOS 1997 TM1190 K-Line Transfer Trailer K-Line 1999 TK0031 Kenworth TSOOB Transfer Kenworth T8008 2001 TM1200 TRAILER FOR TMR120 BEALL TRANSFER T1998 TKO033 Kenworth Dump Kenworth 5 axle dmp 2007 TM1220 Beall Pup Trailer Beall Pup Ira€lr 1997 TKO035 Kerrvorth,Tractor Kenworth Water Trck 1972 TM1230 Reliance 18R 4 axle Trailer Reliance 4 axl Trlr 2008 TKD040 Husky Int'I,Dump Truck Hsky Int'I Dump Truck 1988 TM1240 Transfer Trailer Beall Kin Tmsfr 2007 TKDO41 Husky Intl,Dump Truck Hsky Int'i Dump Truck 1986 TMRt 19 Kenworth Dump Kenworth 1999 TKDO42 Husky Intl,Dump Truck Hsky Int'I 1989 TMR120 Kenworth KENWORTH TRACTOR 1908 TKDD45 Kemrrorth Transfer Kenworth T800 Tmsf 2006 TMR121 Kenworth Dump KENWORTH DUMP 1999 TKDO46 Kenworth T800 Dump Kenworth TB00 20D4 TMR122 Kenworth Dump Kenworth Dump 2007 TKDO47 Kenworth TBOOB Super 18 Dump Kenworth T800B Dump 2007 TMR123 Kenworth W900 Transfer Kenworth WDOO Tmsf 2008 TKDO48 Kenwoth TBOOB Super 18 Dump Kenworth T8008 Dump 2007 TKDO49 Kenworth TBOOB Super Solo Kenworth TBOOB Supr 2006 TKDO60 Kenworth T8008 Super Solo Kenworth TBooB Supr 2006 TKD070 Ford Dump Truck Ford 1978 TKO071 Chevy Single Axle Chevrolet Dump 1983 TKDO80 Kenworth Tractor Kenworth 1999 TKDO90 Kenworth T800 Tractor Kenworth TB00 Trctr 2006 TKD28A Ford Single Azle Dump Ford F-700 Dsel 1994 TK032A Kenworth TSOOB Tractor Kenworth T80OB 2001 Equipment List by Type Grader GRA103 Huber,Road Ma€ntalner Huber GRA104 Huber,Road Mainta€ner Huber PAV310 Gard./Denv.Air Compressor Gardner Aircom 1978 GRA105 Huber,71063 Huber 71063 1969 PAV311 Slaw Knox PF5510 Paver Slaw Knox PF5510 1999 GRA108 Huber,M5OO Huber M500 1966 PAV312 Blown Knox PF5510 Paver Blow Knox PF5510 2DO4 GRA107 Huber,M750 Grader Huber W50 1976 PAV313 AR 4000 Seal Pot Home Made Tar Pot 1986 GRA108 Huber,Road Maintainer Huber 2003 PAV314 Blackwell Tar Pot Blackwell Tarpot 1989 GRA109 Huber,Road Maintainer Huber 2003 PAV315 Blackwell Tar Pot Blackwell 1860 GRA110 Huber 860 M282 Huber 850 1986 PAV316 Tar Pot RM60 Kettle 1997 GRAM Caterpillar,120G Caterpillr 120G 1981 PAV317 Bla./Deck.Core Hole Drill GRA112 CAT 12G Motor Grader Caterpillr 12G 1980 PAV318 Wacker Compactor VPG1608 Wacker VPG1606 GRAl13 140G Cat Grader Caterpillr 140G 1976 PAV319 Plate Compactor/Honda En GRA114 Huber Huber Road Mntnr 1959 PAV320 Plate Wackers(7) GRA141 Road Warrior Concrete Saw Road Warr 1999 PAV321 Plate Wacker-VPG160A GRA143 Broce Broom Broce Brrn RJ300 PAV322 Waker Plate Compactor WP1550AW 1997 GRA147 Case 580 Super M Backhoe Case 580 Supr M 2002 PAV323 Bomag Plate Compactor 2002 GRA148 Tractor Cub Cadet Ynmr Trctr Cub Cadet 2010 PAV324 Mikasa Plate Compactor 1994 GRA149 Case Backhoe Case 2003 PAV327 MBW Plate Compactor MBW 1995 GRA160 Case Backhoe 580E Case 580E lose PAV328 MBW Plate Compactor 1995 GRA151 Case Backhoe 580-K 04 Case 580-K 1991 PAV330 Paver Blow Knox 5.5' Slaw Knox 2001 GRA152 Stanley HS6000 Hoe Pack Stanley HS60DO 1992 PAV331 Wacker Plate Compactor Wacker 1996 GRA154 TOPCON Levels(3)trr€pods(Old) Topcon PAV332 Wacker Plate Compactor Wacker 1998 GRA155 Transits(2)ITripods(Old) PAV335 Bobcat Skid Loader Bobcat 1996 GRA156 16'Frisco Rods(2) PAV336 High Flaw Planer 16" 1996i GRA157 12'Surveying Rods(3) PAV337 Sweeper Attatchment 60" 1886� GRA158 Dialgrade Pipe Loser Dlalgrade 1991 PAV338 Dynapac Plate Compactor #LF70AH 1996, GRA159 Homel 3"Diaphram Pump Homel PAV339 Tar Pot Blackwell 1972 GRA160 Komatsu Excavator 20OLC Komatsu 20OLC 1990 PAV341 Wacker 1550AW Wacker 1997: GRA161 Komatsu Excavator PC220 Komatsu PC220 PAV342 Plate Compactor WP1550AW WP1550AW 199T GRA162 J.Deere Dozer 650-G John Deere 650-G 1990 PAV343 Gilchrist 813 Paver Gilchrist 813 1996 GRA163 Stanley Hopac HS6000 Stanley HS6000 1994 PAV345 Econograde Control G176 Econograde G176 1998 GRA164 Stanley Hopac HS6000 1994 PAV346 Econograde Control G176 1998 GRA165 24"Bucket OS-B 1998 PAV347 Plate Compactor WP1560A less GRA166 Laserplane#220 Laserplane #220 1996 PAV349 G€Icrest Glcrst Pav Bomg 814-2 2007 GRA187 Hopac 1997 PAV350 Gi€crest 2002 GRA168 Laserplane 1997 PAV353 Plate Comp.MBW AP2000 MBW AP2000 2003 GRA169 Mann Brush Rake For 650 1997 PAV364 Plate Comp.MBW AP2000 MBW AP2000 2003 GRA170 Laser Dialgrade w/Access 1998 PAV355 Plate Comp.MBW A2000H MBW A2000H 2O03 GRA171 Backhoe,Case SBOK Case 580K 1988 PAV356 Paver Lights 2003 GRA172 Trench Box Protec 8x20 1999 PAV357 Paver Lights 2003 GRA173 Gravel Box 9 CY 1999 PAV356 Plate Camp Bomag SP18452 Bomag 8P18452 2004 GRA174 60"Spreaders(Set of 4) PAV359 Vibratory Plate AP2000H 2O05 GRA175 Wirtgen W1000F Grinder Wirtgen W1000F 1998 PAV360 Honda Plate Compactor AP2000 Honda AP 2000 2005 GRA176 Pro-tee Manhole Box 42" Pro-tee 2002 PAV361 Paver-Bomag BF814LPH-3 Bomag SF814LPH-3 2008 GRA177 Wirtgen 4 ft.Grinder Wirtgen 120OFT Prf PAV362 Tarpot Cleasby Tarpot PAV363 Bomag 814-2 Paver Bomag 814-2 Pavr 2007 2011 2011 Roller 2011 ROL200 Roll Poe Rosco Rol Pc III ROL202 Beuthling,Mod.#100 Seuthiling #100 1987 ROL204 Buffalo,5 ton Buffalo Office ROL206 Hyster 5 Ton Roller Hyster 1978 OAS400 IBM AS400 Model#ISO IBM AS400 1999 ROL208 Gallon 10 Ton OFFC01 Packard Bell 488DX266 ROL209 Seuthling Roller Beuthl€ng Roller 1990 OFFCO2 Pentium 166 Computer 1996 ROL212 Hyster,10 Ton Hyster 1870 OFFC03 Merit P133 Computer 1997 ROL213 Raygo,5135A Raygo 6135A OFFC04 Pentium 133 Computer 1998 ROL218 Raygo Rascal Roller Raygo Rascal OFFCOS Computer,Shopp ROL222 Bomag Roller BW120AD-3 Bomag BW120AD-3 1996 OFFPH1 NEC Phone System NEC 1999 ROL224 IngersollRAnd Tandem V€bRoller Ingrsl Find DD90HF Tnd 2002 OFFPR2 Proprinter,132 Column 1998 ROL226 Hyster C766A Roller Hyster C766A 1995 OFFPR4 Hewlet Packard HPLJ 4000 HP HPLJ4000 1998 ROL226 Dyna Pee Roller CAI 21 Dyne Pee Cal21 1998 OFFRAI Radio Repeater,Johnson Johnson ROL227 Cat 563C Drum Roller Caterpillr 563C 1998 OFFRA2 Radio Base 8;Phones 2001 ROL228 Wacker RD11A Vib Roller Wacker RD11A 1999 OFFRA6 25L&D Classic CB,TKD037 1989 ROL229 Wacker RD11A V€b Roller Wacker RD11A 1999 OFFSAF Safe ROL230 Cat Roller CS563C Caterplilr CS563C 1999 OFFSCI Storage Container Silver 2001 ROL231 Hyster C766A Roller Hyster C766A 1991 OFFTR11 Evergreen Office Trailer Evergreen 12 x 54 1957 ROL232 Hyster C6778 Roller Hyster C766B 1992 OFFTR2 Fleetwood Office Trailer Fleetwood 60 x 128 1984 ROL233 Wacker Double Drum Roller Wacker 2002 OFFTR3 Blazer#01032/OFF.TRLR. Blazer Offic Tor 1980 ROL234 Roller Hyster One Tire Hyster OFFTR4 12x64 Office Trailer ROL235 Bomag Grade Roller 10 Ton Bomagq 2002 OFFTRS 12x56 Office Trailer ROL236 Hyster C625B(BOZO) Hyster C6258 ROL237 Cat Drum Roller CB-2240 Caterpillr CB-224D 2003 Paver ROL238 Cat Drum Roller CB-224D Caterpillr CB-224D 2003 PAV304 Blow Knox,PF500 Slaw Knox PF500 1990 ROL239 Cat Drum Roller CB-224D Caterpillr CB-224D 2003 PAV306 Slaw Knox,PFSOO Blow Knox PF500 1999 ROL240 Wacker Double Drum Roller Wacker PAV306 Blow Knox,PF5510 Blow Knox PF5510 1996 ROL241 Hypac C786C Roller Hypac Tnd Vib RI 2DOO PAV307 Blow Knox,PF500 Blow Knox PF500 1989 ROL242 Bomag 120 Roller BOMAG BQ120AD41 2009 PAV308 Blow Knox PF410 Paver Blow Knox PF410 ROL243 Bomag 120 Roller BOMAG BQ120AD4 2009 PAV309 Blow Knox Tractor Only Slaw Knox 4410 Trctr 2011 ROL244 Hypac C784 Roller HYPAC C784 2008 ROL245 Hyster Pneumatic Roller Hyster 7 Whi Pnmt 1976 Lakeridge Paving Co.LLC Equipment List by Type ROL246 IngersolRand Pneumatic Roller Ingrst Rnd PT140A Prim 1989 RO1250 Bomag Dual Drum Roller Bomg Rollr OW900.50 2013 ROL251 Bomag Dual Drum Roller Bomg Rollr BW900-50 2013 ROL252 Bomag Dual Drum Roller Bomg Rollr BW900-50 2013 TRA300 Transliner 4 Axle Trailer Transliner 188i ROL253 Bomag MW120AD-4 Roller Bomag Tandem Vib 2007 TRA310 Transliner 4 Axle Trailer Transliner 2001 Shop TRA320 Transliner 4 Axle Trailer Transliner 2001 SH011A Black/Dock,Power Unit Sick&Dck Power Unit 1987 TRA410 Truckweld,Pup Truckweld 198E SHOAIR Lincoln Air Grease Gun Lincoln TRA460 Beall Trailer Beall Tmsfr Trl 200E SHOBAT Battery Charger TRA460 Transfer Trailer K Line 4 axl Ter loge SHOGEN Generator Onan 5600 2007 TRA470 Transfer Trailer logs SHOP01 Black/Deck Angle Sander Sick&Dck Angle Sndr TRA480 Transfer Trailer 1999 SHOP02 Mekita Angle Sander Makits Angle Sndr TRA490 Live Bottom Trailer 1999 SHOP03 Pneumatic Air Wrench,#CP797 #CP797 TRA507 Evergreen Job Trailer Evergreen SHOPO4 Engine Hoist TRA803 Water Trailer U HI Trllr Water 1997 SHOP05 Craftsman 17"Drill Press Craftsman Drill Prss 1985 TRA604 Water Trailer 500 Gallon Carlwy Tnk Water TOr loge SHOP06 Wagner Shop Press Wagner Shop Press 1088 TRA620 light Tower Ingersol NOW loge SHOP07 V Tire Air Gun,#797-6 #797-6 TRA621 Light Tower USSP PRTLTTWR 1998 SHOP09 Black/Deck.14"Chop Saw Blck&Dck Chop Saw 1980 TRA622 Arrow Board SHOPIO CP Impact Wrench,#772 CID Impct Wrnc 1990 TRA623 Arrow Board SHOP11 Gast Baring Machine Gast Bomg Mchn 1987 TRA624 Light Tower magnum MLT40SOMMKO04 SHOP12 Pop Machine,#USS-64 TRA825 Traffic Control Board American Solar Brd 1998 SHOP13 Trans Jack/W.Peterbilt SHOP14 Ouik Cut Chop Saw#TS-35 Quik Cut #TS-36 1991 SHOP15 Clark 5,000lb.Forklift Clark SHOP16 550 Gal.Tank and.-Griffi 1992 SHOP17 I CO Gal.Tank and.-Griffi 1992 SHOP18 Stihl Cutoff Saw,#TS-350 Stihl #TS-350 1992 SHOP19 Hose Crimper Assy. 1995 SHOP20 Chop Saw,Milwaukee Milwaukee Chop Saw 1905 SHOP21 Sandblaster 1996 SHOP23 Flow Sensor(Testor) loge SHOP24 Parts Washer 1999 SHOP25 Dia.Pump M4 SHOP26 Electric Golf Cart Tyl Dun Mf SHOP27 Quincy Rotary Compressor SHOP28 Shop Air Compressor 2001 SHOP20 Genlsys Engine Checker Genlsys 2002 SHOP30 Lincoln Welder K1846-1 Lincoln K1846-1 2002 SHOP31 Suitcase Wire Feeder 2002 SHOP32 Transmission Jack SHOP33 8000 Gal Diesel Tank SHOP34 Horizontal Ban Saw SHOP35 Turrent American Lathe Turrent Amercn Lth SHOP36 Dahlih Mill Dahlih Mill SHOP37 Alkota Pressure Washer System Alkots Prssr Wshr SHOW10 CNC Miling Machine CNC Miting w/stuff SHOWEI Alrco Stationary Welder Alrco SHOWE2 Hobart Portable Welder Hobart SHOWE3 Portable Arc Welder SHOWE4 4 Sets Oxy.&Acet.Torch SHOWE5 Lincoln Portable Welder Lincoln SHOWE6 Miller Shopmaster-Base Miller 19DI SHOWE7 XR30-Feeder for Welder 1991 SHOWER Bobcat 226G Weider Bobcat 225G 1994 SHOWER Plasma Cutter 2001 Trotter TRA001 Rollpac,Tilt HM Rollpac Trailer 196C TRA002 Rollpec,Tilt HM Rollpac 197E TRA003 Miller,Tilt Miller 1965 TRA004 Hyster,HP20T Hyster HP20T 1973 TRANS Eager Beaver,20TXL Eager Bver 20TXL 199C TRA011 Trail King TKT50 Trail King TKT50 1995 TRA012 Trail King TKT60 Trail King TKT50 198E TRA015 Hitchman Trailer Hltchman Utility 197e TRA016 Trailer,Freeway FLBed Freeway 1979 TRA017 Hitchman Utility Trailer Hitchman UtltyTrir 1956 TRA018 Trail King TK8OFG Lowboy Trail King TK80FG logs TRA019 Trail King Lowboy Trail King 1994 TRA020 Trail King Trailer Trail King 1985 TRA021 Trail King Trailer Trail King 1985 TRA022 Wacker Trailer Kerav Uitlity 1994 TRA023 ABU IS'Equipment Trailer ABU TRAILER 2007 TRAD24 ABU 1 e'Equipment Trailer ABU TRAILER 20D7 TRA026 ABU 30'Equipment Trailer ABU 30'Eqp Tr 200e TRA030 Eager Beaver Equipment Trailer Eager Sver 10HA 10 T 199! TRA290 Transliner 4 Axle Trailer Transliner 1997 0000000000 ,: 0 i I / f 0 1 IM Nor Complete Site Development Contracts - Commercial- Residential Lakeridge Paving Company LLC References 2011-2016 2016 $716,757.56 City of University Place Nuri Avcular 253-460-5435 Cirque Drive West Overlay 2015 $583,150.34 City of Enumclaw Rand Black 360-615-5730 2014 Semanski Street 2015-$1,009,566.02 City of Renton Jayson Grant 425-430-6919 2015 Street Patch Overlay 2015-491,536.00 City of Bellevue Lori McCuistion 425-452-5360 2015 Overlay& Restoration 2014$1,174,682.94 City of Renton Jayson Grant 425-430-6919 2014 Street Patch &Overlay 2014$587,209.74 City of Mercer Island Clint Morris 206-236-3584 Arterial Overlay 2013 $1,558,082 City of Newcastle 2013 Kerry Sullivan 425-649-4444 2013 Pavement Rehab Project 2013 $505,653 City of Tumwater Nhan D. Vo 360-754-4140 Repair&Overlay Streets 2012$1,088,107 City of Renton -2011 Overlay Jayson Grant 425-430-6919 2011$2,000,000 University of Washington Ken Rodgers 206-543-5200 Various Paving Seattle Campus P.O. Box 8500, Covington,Washington 98042 Phone: (253) 631-8290 Fax: (253)630-9709 Bellevue Phone: (425)453-0073 Tacoma Phone: (253) 535-6305 Contractor's Licenser LAKERPC050JM } fo „ m, CREDIT INFORMATION Laker dge PavingCompany, LLC Mailing Address Members/Owners PO Box 8500 Jon Cheetham Covington,WA 98042-8500 Greg O'Farrell Office Manager Kim LaBrie Contract Administrator Heidy Brothers Shipping Address Phone#253-631-8290 19606 SE 252nd St Fax#253-630-9709 Covington, WA 98042 Email.Lai eridxe lakepay.cor � Type of Business Contractors License# Asphalt Paving LAKERPG050JM General Construction Resale#601592 135 Years in Business--Since 1968 Fed.Tax ID#911145365 insurance , C-f ii- Bank Information HUB International NW LLC The Commerce Bank of WA. 12100 NE 19151 St Suite 200 601 Union St Suite 1000 Bothell,WA 98011 Seattle,WA 98101 Phone#425-489-4500 Contact Josh T_s '_ U," A--Cvx-1C .."` e L C Phone#206-292-3900 TRADE REFERENCES Lakeside industries Good Chevrolet PCB Brix 7016 PO Box 935. Issaquah,WA 9802.7 Renton,WA 98057 Phone#425-313-2600 Phone#425-235-2000 Fax#425 313-2620 Fax#425-235-2017 Account# 000631 Account#33726 Gosney Motor Parts,Inc GCR Tires PO Box 858 402 Lund Rd Auburn,WA 98002 Auburn,WA 98001 Phone#253-833-4455 Phone#253-941-6100' Fax#253-931-8925 Fax#253-833-5661 Account#3831 Account#551769 P.Q. Box 6566, Cavinc,on, VfIasr-ongtan.,5J42 Ph�a.n= (253)G 31.6290 Fax.(2531 630-9759 Bellevue Phone: (425) 453-0073 i"aaoma Phone:(2631 5.35-5305 Contractor.` "License� LAKE-=PC05t j;v,-'. 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: 6.13 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 8_ day of March 2017, Name of Organization: Lakeridge Paving Company LLC By: Jon Cheetharn 4A Title: Managing Member 7.2 being duly sworn, deposes and says that the information provided (herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this day of 2017 Notary Public: A -2, 1 c., My Commission Expires, 4- 2017 Asphalt Overlays/AraUCW 23 r Project Number: 17-3001 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within seventy (7'0) 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/tier bid for a, period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s to the plans and/or specifications is hereby ackno ledged. 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: 3/8/2017 Lakeridge Paving Company LLC N AM WEQ Q Sig natui-&-ofAuthorized Representative Jon Cheetham Managing Member (Print Name and Title) PO BOX 8500 Address Covington WA 98042 2017 Asphaft Overlays/Araucto 24 Febwary 22, 2017 Project NUmber: 1.7-3001 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Lakeridge Paving Company,LLC as Principal, and International Fidelity Insurance Company _, as Surety, are held and firmly bound unto the C17Y OF DENT, as Obligee, in the penal sum of five percent(5%)of the 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 2017 Asphalt Overlays/Project Number: 17-3001 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 13th DAY OF arch 2017. ETY Jim S. Kuich,Attorney-in-fact 20 Received return of deposit in the sum of 2017 Asphalt Overlays,/Araucto 25 February 22, 2017 Project Number: 17-3001 T, 7 el (9 if..,62026 NE , P OWE R�-01 ATTYIR :mTE INSURANCE ANY 'kNATIONALFIP5L)TY UGC ONE NEWARK CENTER,:20TH FLOOR NEWARK, NEW JERSEY 071 0_5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and,existing under the laws of the State of New Jersey,having their principal office in the City of Newark,New Jersey,do hereby constitute and appoint JIM S. KUlQH,TERESA GLOMBECKI, AI' DY PRILL, THERESA A. LAMB, STEVE WAGNER, MICHAEL A. MURPHY, JIM W. DOYLE, JULIE M. GLOVER, CARS M LOVSTED 111, CHAD M. EPPLE, PATTI WHITE Bothell, WA. their true and lawful attorney(s)-in-fact to execute,seal and deliver for and on its behalf as surety,any and all bonds and undertakings,contracts of indemnity and other writings s obligatory in the nature thereof, which are or may be allowed,required or,permitted by law,statute rule reulation contract or otherwise, and the execution of such instruments} in ursuance of these presents,shall be as binding upon the said INTERNATIONALIFIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY&OMPANY, as fully and amply, to all intents and purposes,as if the same had been duly executed and acknowiedged,by their regularly elected officers at their principal offices. This Power of AtIorne- is executed,and rmv he revcked pursuant to Pnd by authori of theB—Laws of INTERNATIONAL.FIDELITY INSURANCE i of the following resolution adopted by the Board of Directors COMPANY and ALLE61JENY CASUALTY CdWANY and is granted under an -i of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting du held on the 20th day of July,2010 and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 15th day of August,�o()O: "RESOLVED,that (1)the President,Vice President, Chief Executive Officer or Secretary of the Corporation shall have the=er to appoint,and to revoke the appointments of,Attorneys-in-Fact or agents with power and authority as defined or limited in their respective powers of a orney,and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds,undertakings, recognizances, contracts of indemni and other written obli ations in the nature thereof or related thereto; and(2)any such Officers of the Corporation may appoint and revoke the aprointment of joint-control custodians, agents for acce ance of process, and Attorneys-in-fact with authority to execute waivers and consents on behalf of t e Cor oration;and �,3)the signature or any such Oricer of the Corporation and the Corporation's seal may be affixed by far-simile to any power of attorney or certification given or the execution of any bond undertaking recognizance, contract of indemnity or other written ob] ation in the nature thereof or related thereto,such signature and seals when so used whether eretofore or hereafter, being hereby adopted by the Plorporation as the original sirature of such officer any the original' seat of the Corporation,to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENYi CASUALTY COMPANY have each executed and attested these presents on this 31st day of December,2015. VTy STATE OF NEW JERSEY rNUA StI-ii. County of Essex A C1, 0 SEAL Z 1936 '1904 ROBERT W.MINSTER Chief Executive Officer(International Fidelity Insurance Company)and President(Allegheny JE Casualty Company) On this 31st day of December 2015,before,me came the individual who executed the preceding instrument,tome personally known,and,being by me duty sworn, said he is the therein described and authorized officerof INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY: that theseals, affixed to said instrument are the Corporate Seals of said Companies:that the said Corpor2ts Seals and his signature v,ore duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark,New,Jersey,the day and year first above written. NOTARY 0D.. M. PUBLIC A NOTARY PUBLIC OF NEW JERSEY My Commission Expires April 16,2019 CERTIFICATION 1,the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand this day of Vh A,r"v MANIA BRANC Isla V ecre ary K11 4 CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION 1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the u�ndersigned person(s), firm, association or corporation has (have) not, either dire tly or indirectly, entered into any agreement, participated in any collusion, or otherwise talcen any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM 1, 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. 2017 Asphalt Overlays Project Number: 17-3001 NAME OF P11103ECT Lalkeriqq�q Paying Company LLC NAME OF BIDDER'S FIRM'. Jon Cheetham Managing Member SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDEk- 2017 Asphalt Overlays/Araucto 26 February 22, 2017 Projed NUnlberr: 17_3001 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. NAME OF CONTRACTOR: rInsert Company Namej ("Contractor") CONTRACT NAME & PROJECT NUMBER:[Insert Name of Original Contract & Project # if applicable] ORIGINAL CONTRACT DATE: [Insert Date Original Contract was Signed] This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ 2017 Asphalt Overlays/Araucto 27 February 22, 2017 Project Number: 17-3001 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. CON11TRACTO CITY OF KENT: By: By: 7- , (signature) (signature) Print Name, Jon Cheetharn Print Name: TimothyJ LaPorte, P.E. Its Managing Member Its Public Works Director DATE: 3/8/2017 (title) DATE: (title) APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department 2017 Asphalt Overlays/Araucto 28 February 22, 2017 Project Wrnber: 17-3001 BIDDER'S CHECKUST 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 ....................❑ Order of Contents.................................................................................❑ Invitationto Bid....................................................................................0 Contractor Compliance Statement........................................................❑ Date............................................................................................❑ Have/have not participated acknowledgment.............................0 Signature and address................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........❑ Dateand signature .....................................................................0 Administrative Policy...........................................................................0 Proposal...............................................................................................❑ First line of proposal - filled in ...................................................❑ Unit prices are correct ................................................................0 Bid the same unit price for asterisk (*) bid items.......................❑ Subcontractor List (contracts over $100K) ..........................................0 Subcontractors listed properly....................................................❑ Signature....................................................................................❑ Subcontractor List (contracts over $1 million).....................................❑ Subcontractors listed properly....................................................❑ Dateand signature .....................................................................❑ Contractor's Qualification Statement..............................................0....❑ Completeand notarized ..............................................................❑ ProposalSignature Page......................................................................❑ AllAddenda acknowledged .........................................................❑ Date, signature and address .......................................................❑ BidBond Form .....................................................................................0 Signature, sealed and dated .......................................................❑ Power of Attorney.......................................................................❑ (Amount of bid bond shall equal 5% of the total bid amount) CombinedDeclaration Form.................................................................❑ Signature....................................................................................❑ ChangeOrder Form..............................................................................❑ Bidder's Checklist ................................................................................❑ The following forms are to be executed After the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 2017 Asphalt Overlays/Araucto 29 February 22, 2017 Project Number: 17-3001 A t i PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT Bond No.SPACSU0706765 KNOW ALL MEN BY THESE PRESENTS: i That we, the undersigned, Lakeridge Paving Company,LLC as Principal, and International Fidelity Insurance Company a Corporation organized and existing under the laws of the State of W""*Rff,, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are -jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of I $1,820,049.00 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal i 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. 1 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed I by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of 2017 Asphalt Overlays/Project Number: 17-3001 (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 I set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and ' all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. 2017 Asphalt Overlays/Araucto 30 February 22. 2017 Project Number: 17-3001 e I i I TWO WITNESSES: Lakeridge Paving,Company,LLC PR I NC I PAL (en ri c' tree ahoy 7 r l BY: ` Lo6wTITLE. c-:' c~ DATE: March 24,2017 M DATE: March 24,2017 l , i CORPORATE SEAL: PRINT NAME GATE: March 24,2017 International Fidelity Insurance Company SURETY r � CORPORATE SEAL: Jul M.Glover DATE., / arch 24„2017 TITLE: Attorney-in-'Fact l ADDRESS: P.O.Box301,8 1 Bothell,WA 98041-3018 CERTIFICATE AS TO CORPORATE SEAL, I hereby certify that I art the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that 'td4'ho signed the said band on behalf of the Principal of the said Corporation„ that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY i i E 2017 Asphalt Overlays/Araucto 31 l Project Number: 17-3001 February 22, 2017 , POW 1 wT 1 E, wNTERNATICINAL FIDELI'TYINSURANCE 66MOANY AR.LEGHENY CASUALTY COMPAN . T. ONE NEWARK,QENTEk 20TH FLOOR NEWARK, NEW JERSEY c>71g2-52t)7' 11 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL:FIDELITY INSURANCE COMPANY,a corporation organized and,existing under the laws'of the State,of New Jersey, and.ALLEGHENY CASUALTY COMPANY a`corporation organized and existing under the laws of the State of New Jersey,having their principal office in the City of Newark,New Jersey,do hereby constitute and appoint JIM S. KUICH, TER SA GLOMB CK1, ANDY FRILL,'THERESA A. LAMB,'STEVE WAGNER, MICHAEL A. MURPHY, JIM W. DOYLE, JULIE M. GLOVER,!CARL M LOVSTED III, CHAD M. EPPLE, PATTI WHITE Bothell,WA. their true and lawful attorrrey(s)-in-fact to execute,seal and deliver for and on its behalf as surety,any and all bonds and undertakings,contracts of indemnity and other wrifin�s obligatory in the nature thereof, which are or may be allowed;'required'or permitted by law,statute,rule,regulation,contract or otherwise, and the execut#on of such instruments! in pursuance of these presents„shall be as binding`upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY and^ALLEGHENY CASUAL COMPANY, as fully and amply, to all intents and purposes,as if the saute had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Aforneyy is executed,and may be revoked, pursuant to and byy authority of the By-Laws of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEG}1ENY CASUALTY C6JIwtPANY and is granted under and by authority of the following resolution adopted by;the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting du lyy held on the 20th day of July,2010 and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 15th day of August,2000: "RESOLVED,that (1)the President,Vice President,Chief Executive Officer or Secretary of the Corporation shall have the hover to appoint,and to revoke the appointments of,Attorneys-in-Fact or agents with power and authority as defined orlimited in their respective ppowers of attorney,and to execute on behalf of the Corporation and affix the Corporation's seal thereto,bonds,undertakings, recognizances, contracts of $ndemni and other written obliggations in the nature thereof or related thereto, and(2)any,such Officers of the Cot oration may appoint and revoke the appointments'of joint-control custodians,agents for acce Lance of process;and Attorneys-in-fact with authority to execute waivers and consents on behalf of the Cotpporation;and 3)the signature of any such 0 i1cer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given or the execution of any bond,undertakIrI recognizance, contract of indemnity or rather written obligation in the nature thereof or related thereto,such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation,to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 31stday of December,2015. 00' ,, S ATE OF NEW JERSEY w opsuag?y � sx 41, ROBERT W.MINSTER � Chief Executive Officer(International Fidelity M i Insurance Company)and President(Allegheny je Casualty Company) On this 31st day,of December 2015,. before me came the individual who executed the preceding instrument,to me personally known,and,being by me duly sworn, said he is the therein described and authorized officer of INTERNATIONAL'FIDELITY-INSURANCE COMPANY and ALLEGHENY CASUALTY ' COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies:that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal„ {' at the City of Newark,New Jersey the day and year first above written. IVAYC t q racrrRr r • fin A NOTARY PUBLIC OF NEW JERSEY tiny Commission Expires April 16,2019 QERTIFICATION I,the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY;COMPANY do hereby certify that I have compared the foregoing copy of the Dower of Afton~ y and affidavit,and the copy of the Sections of.the By-Laws of said Companies as set forth in said Power of Attorney, with the originals on file In t4ie home oflir,e of said companies, and that;the same are correct transcripts thereof,and of the whole of the said originals,and that the said PoI )f A'.fu ey has not been revoked and is now in full force and effect. 1N TESTIMONY WHEREOF, I have hereunto set my hand this day of �' y `r twtARIA BRANC O AssistanfSecretary f r l J ry CONTRACT ` THIS AGREEMENT, is entered into between e CITY OF KENT, a Washington municipal corporation ("City"), and � :c e_ aJ'. u--Q- organized under the laws of the St a of o, h located and doing ` business at _ nd k vl do ("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: 2017 Asphalt Overlays/Project Number: 17-3001 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 2016 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 2016 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within seventy (70) working days. _.J 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 J 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. J 2017 Asphalt Overlays/Araucto 32 February 22, 2017 Project Number: 17-3001 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 J 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 J 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. 2017 Asphalt Over lays/Araucto 33 February 22, 2017 Project Number: 17-3001 CITY OF KENT BY: SU,7,&7lC0KE, MAYOR DAT(''� ATTE�T: KIMBERLEY po kOMOTO, CITY CL RK APPROVED AS TO FORM: J-t& rt, KENT LAW DEPARTMENT CONTRACTOR PRINT NAME,-- CC) DATE: 2017 Asphalt Overlays}Araucto 34 February 22, 2017 Project Number: 17-3001 _a _., EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO _J occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. _J 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. 2017 Asphalt Overlays/Araucto 35 February 22, 2017 _� Project Number: 17-3001 J EXHIBIT A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1 ,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1 . The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. a 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 2017 Asphalt Over lays/Araucto 36 February 22, 2017 i Project Number: 17-3001 A EXH I B I T A (Continued) F. Acceptabi0ity of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than J A;VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors 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 a J '1 J J _J 2017 Asphalt Overlays/Araucto 37 February 22, 2017 a Project Number: 17-3001 LAKEPAV-01 MACHAVEZ ACORO" CERTIFICATE OF LIABILITY INSURANCE DATE(MMlDDrrvrYl3/31/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements. PRODUCER NM TACT Hub International Northwest LLC PAI NN,E:t:(426)489-4500 (AAIc,No):(425)485-8489 12100 NE 195th Street,Suite 200 Bothell,WA 98011 E-MAI .now.!nfo@hubinternational.com INSURER(S)AFFORDING COVERAGE NAIC d INSURER A:Charter Oak Fire Insurance Company 25615 INSURED INSURER B:Travelers Property Casualty Company of America 25674 Lakeridge Paving Company,LLC INSURERC: 2800 S.192nd St,#203 INSURER D: Seatac,WA 98188 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTRA X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 CLAIMS-MADE I A OCCUR �( �( DT-CO-527D1053-COF-16 0510112016 OSl01l2017 DAMAGE TO RENTED n S g00,000 X WA STOP GAP MED EXP(Any one rson 6,000 PERSONAL&ADV INJURY 11000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 2,000,000 POLICY[X]jEC"T LOC PRODUCTS-COMPIOP AGG S 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT lFa accident S 1,000,000 Ix ANY AUTO X X DT-810-527D7053-TIL-16 05/01/2016 0510112017 BODILY INJURY Per erson S OWNED SCHEDULED AUTOS ONLY AUTNOSSyy� p BODILY INJURY Per accident S AUTOS ONLY X AUTOS ONLY F orr ecECRdant AMAGE S Pe S B X UMBRELLA LIAB X OCCUR EACH OCCURRENCE S 2,000,000 EXCESS LIAB CLAIMS-MADE X X DTSM-CUP-527D1053-TIL-16 05/01/2016 05/01/2017 AGGREGATE $ 2,000,000 DED I X I RETENTIONS 10,000 $ A WORKERS COMPENSATION PERTUTE I X I OTH- AND EMPLOYERS'LIABILITY DTCO-CO -COF-16 05/01/2016 0510112017 1,000,000 ANY PROPRIETORIPARTNERIEXECUTIVE Y J N - E.L.EACH ACCIDENT I ER S pFFICER/MEjMBER EXCLUOED7 NIA 1,000,000 (Mandatory n NH) E.L.DISEASE-EA EMPLOYE S If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required( RE:PROJECT#17-3001;2017 ASPHALT OVERLAYS ADDITIONAL INSURED AS REQUIRED BY WRITTEN CONTRACT:CITY OF KENT.SEE ATTACHED ENDORSEMENT(S). CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF KENT THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PUBLIC WORKS DEPARTMENT ACCORDANCE WITH THE POLICY PROVISIONS. 400 WEST GROWE Kent,WA 98032 AUTHORIZED REPRESENTATIVE e4le. ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Policy No.DT-CO-527D1053-COF-16 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section II) is amended c) The insurance provided to the additional in- to include any person or organization that you sured does not apply to "bodily injury" or agree in a "written contract requiring insurance" "property damage" caused by "your work" to include as an additional insured on this Cover- and included in the "products-completed op- age Part, but: erations hazard" unless the "written contract a) Only with respect to liability for"bodily injury", to provide d insurance" coverage specifically pe if caul that quire additional "property damage"or"personal injury"; and insured, and then the insurance provided to b) If, and only to the extent that, the injury or the additional insured applies only to such damage is caused by acts or omissions of "bodily injury" or "property damage" that oc- you or your subcontractor in the performance curs before the end of the period of time for of "your work" to which the "written contract which the "written contract requiring insur- requiring insurance" applies. The person or ance" requires you to provide such coverage organization does not qualify as an additional or the end of the policy period, whichever is Insured with respect to the independent acts earlier. or omissions of such person or organization. 3. The insurance provided to the additional insured 2. The insurance provided to the additional insured by this endorsement is excess over any valid and by this endorsement is limited as follows: collectible "other insurance", whether primary, a) In the event that the Limits of Insurance of excess, contingent or on any other basis, that is this Coverage Part shown in the Declarations available to the additional insured for a loss we exceed the limits of liability required by the cover under this endorsement. However, if the "written contract requiring insurance", the in- "written contract requiring insurance" specifically surance provided to the additional insured requires that this insurance apply on a primary shall be limited to the limits of liability re- basis or a primary and non-contributory basis, quired by that "written contract requiring in- this insurance is primary to "other insurance" surance". This endorsement shall' not in- available to the additional insured which covers crease the limits of insurance described in that person or organization as a named insured Section III—Limits Of Insurance. for such loss, and we will not share with that b) The insurance provided to the additional in- "other insurance". But the insurance provided to sured does not apply to "bodily injury", "prop- the additional insured by this endorsement still is pp y y J rysg out excess over any valid and collectible other in- of damage" or "personal injury" arising out surance", whether primary, excess, contingent or of the rendering of, or failure to render, any on any other basis, that is available to the addi- professional architectural, engineering or sur- tional insured when that person or organization is veying services, including: an additional insured under such "other insur- i. The preparing, approving, or failing to ance". prepare or approve, maps, shop draw- 4. As a condition of coverage provided to the ings, opinions, reports, surveys, field or- additional insured by this endorsement: ders or change orders, or the preparing, approving, or failing to prepare or ap- a) The additional insured must give us written prove, drawings and specifications;and notice as soon as practicable of an "occur- rence" or an offense which may result in a ii. Supervisory, inspection, architectural or claim. To the extent possible, such notice engineering activities. should include: CG D2 46 08 OS 0 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY i. How, when and where the "occurrence" any provider of"other insurance"which would or offense took place; cover the additional insured for a loss we ii. The names and addresses of any injured cover under this endorsement. However, this persons and witnesses; and condition does not affect whether the insur- ance provided to the additional insured by iii. The nature and location of any injury or this endorsement is primary to `other insur- damage arising out of the"occurrence"or ance" available to the additional insured offense. which covers that person or organization as a b) If a claim is made or"suit" is brought against named insured as described in paragraph 3. the additional insured, the additional insured above. must: S. The following definition is added to SECTION V. i. Immediately record the specifics of the —DEFINITIONS: claim or"suit" and the date received; and "Written contract requiring insurance" means ii. Notify us as soon as practicable. that part of any written contract or agreement The additional insured must see to it that we under which you are required to include a receive written notice of the claim or"suit" as person or organization as an additional in- soon as practicable. sured on this Coverage Part, provided that the bodily injury and property damage oc- c) The additional insured must immediately curs and the "personal injury" is caused by an send us copies of all legal papers received in offense committed: connection with the claim or"suit", cooperate a. After the signing and execution of the with us in the investigation or settlement of contract or agreement by you;, the claim or defense against the "suit", and otherwise comply with all policy conditions. b. While that part of the contract or d) The additional insured must tender the de- agreement is in effect; and fense and indemnity of any claim or "suit" to c. Before the end of the policy period. Page 2 of 2 ®2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 008me liAm No 1)I'X0-527I11u57-(Ylf-I6 COMMERCIAL GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. 3. The fcdloWng replaces Paragraph G.of SEC. C. INCREASED SUPPLEMENTARY PAYMENTS TION If-LIMITS OF INSURANCE: 1, The following replaces Paragraph 1.1b.of CONTRACTORS XTEND ENDORSEMENT Subject Ranted to a.above,the Damage Most Prem- AGES AND 8 o PAYMENTS I-COVER. iws Ranted To You Until IS[he mast we will AGES A AND a of SECTION I-COYER• pay under Coverage A for damages because AGE: Of-premises damage to any ono premises. le. Up to$2,50D for the coal of ball bonds This end0lsoment modifies Insurance provided under the following: TM Damage To Premises Rented To You required ficause of accidents or Oaffic COMMERCIAL GENERAL LIABILITY COVERAGE PART Limit will apply to all 'property damage' law violations easing out of the use of any pre,Merely caused by the same 'occur vehicle to which the Bodily Injury Liability w GENERAL DESCRIPTION OF COVERAGE-This endorsement .ade we ns serage.However,Wvc(ago for any mace',whether such damage results fmm: Coverage applies.We do not have 10 fur- injury.damage or medical expenses described in any of the provisions oI this endorsement may be excluded or rim;explosion;lightning;smoke resulting Iron nish these bonds. hmnod by another.ndorsem"t to role Coverage Part,and these coverage broadening provisions do not apply to such fire,explosion,or lightning;or water,w 2. The following replaces Paragraph 1.d.of Ina extent that coverage is excluded or limited by such an endorsement.The following listing is a general cover. any Combination of any of thew causes. SUPPLEMENTARY PAYMENTS-COVER. age description only.Uninstions and excloson4 may apply to thew coverages.Read all the provisions al this co- The Damage To Premises Rented To You AGES A AND B of SECTION 1-COVER. agm,11e11 and the rest of your policy carefully rO d.armin.rights,duties,and what is and lariat covered. Limit WIN be: AGES: A. Aircraft Chartered With Pilot H. Blanket Additional Insured-Lessors Of Leased a. The amount shown far the Damage To d. All reasonable expenses incurred by the Premises Rented To You Limit On the Insured at our request to assist us In the B. Damage To Premises Rented To You Equipment Declarations of this Coverage Part:or investigation Or defense of the drum or C. Increased Supplementary Payments I. elankat Additional Insured-Slates Or Political b, S3DOAOD it no amount e4 shown for the 'suit'.Including actual lass of earnings up Subdivisions-Permits Damage To Premises Rented To You lit$500.day be-..of time off from D, Incidental Medical Malpractice Limit on the DOd.raleons Of this Coverage work. J. UnoMadga And Omission Of Occurrence OrOttense 0 E. Who Is An Insured-Newly Acquired Or Formed K. UnintenGanal Omisslo^ Part' D. INCIDENTAL MEDICAL MALPRACTICE Organizations 4. The following replaces Paragraph a.of the 1. The following is added Io the definition Ot'oe- F. Who is An Insured-Broedened Named Internal L. Blankel Waiver Of S.Drogelron definition of'Inwmd contmcr In the DEFINI. Curenco'in the DEFINITIONS Sactlon: -Unnamed Subsidiaries M.Amended Bodily Injury Du4nill.. TEONS Section: •Ocouronw'atw means an ad or omission G. Blanket Additional InwrOd-Owners,Managers N. Contractual Liability-Railmads a. A contract for a lease of premises.How• Committed In providing or falling to provide Or Lessen Of Premises aver.that portion o1 the comrad for a incidental medical services', rim aid or lease of premises that Indemnities any -Good Samaritan services'loa poison. PROVISIONS INJURY AND PROPERTY DAMAGE I.I. erson w organization for 'premises• damag0'iimasn'inwradcontrad"; 2. The following i9 Mood to Paragraph 2.L(1)ol A. AIRCRAFT CHARTERED WITH PILOT ABILITY: SECTION 11-WHO IS AN INSURED: s, The following is added to the DEFINITIONS The fallowing is added to Exclusion g..Aircraft. Exclusions c.and g.through n.did net apply S.CGoW Paragraph y'arl above does not apply 1. Auto Or Watercraft,in Paragraph 2.of SECTION to premises damage-. Exclusion f.11)(s) 'bodily!.jury'arising as of pmvidrg ar ta1M I-COVERAGES-COVERAGE A BODILY IN. does not apply to'premeses damage'caused 'Premises damage'moans'propody dam- ing to provide: JURYAND PROPERTY DAMAGE LIABILITY: or up,to; (1) -Incidental medical servicoY by any of a. Rye; a Any premises while rented to you orI!-ta This exclusion does not apply to an aircraft that your'era p is who a nurse Pradl- is: b. Explosion; p(roOccupiedYOccupiedby you with permission Gansu,f.gi4le(stered nurse.Ilwrssed pmdiul p)Chartered with a pilot to any insured: C. L'gntnlnp; of the owner:or nuns,nurse assistant,emergency reedl- s b. The Contents of any premise while such at loChniclan or paramedic;or Its)Not owned by any insured:and d. Smoke resulting from such fire,explosion, premises Is rented to you,if you real SuUI c)Not bet used to any an rson or prop- ar lightning;or premises for a period at Seven or fewer lID First aid our'miood Samaritan r*Ycluri by I q Y PB any Of your'employees' l Yalunlcer City for a charye. a. Water, consecutive clays, warkan',other than an employed or v01- B. DAMAGE TO PREMISES RENTED TO YOU unless Exclusion 1.of Section I-Coverage A S. The fallowing replaces Paragraph 4.b.(1)(b) unteer doctor.Any such'emplaii or 1. The find pwagmph of the exceptions in Ex- -Bodily Injury And Properly Damage Liability of SECTION IV-COMMERCIAL GENERAL 'volunteer wurken'providing or failing to C1uslon j,OamagO To Property,in Pant 11rapNced by anathor endorsement to this LIABILITY CONDITIONS: provide first aid M'GOad Samaritan Set- graph Pert that has Exclusion All P011 o - u graph t of SECTION I-COVERAGES- C (b)That is Interone0[w'premises tlomage'; vices-audnq Neer work noun tw you will COVERAGE A BODILY INJURY AND Gon Injury Or Damage or Total Pollution Ex- or be deemed to be acting within the mci PROPERTY DAMAGE LIABILITY is delele0. CI—En hs this. T. Paragraph 4.b.(1)(c) of SECTION IV - or their employment by you of pertwmkg 2. The following raplaceS the Iasi Paragraph of A separate limit of insurance applies la COMMERCIAL GENERAL LIABILITY COW duties mla]Dd to the conduct afyourbusi- Paragraph 2..Exclusions,of SECTION I- 'Promises d.mags'as described in Pam• DITIONS Isoelaled. ^eu COVERAGES -COVERAGE A. BODILY graph S.of SECTION III-LIMITS OF IN- SURANCE. CO 03 Is 11 11 02011 Th.Trar.Mre IMelnnAy Company Atl rgka rnrrrW. Page i of S Pago 2 of S D 2011 TM Tnvwen Imemlvry C-,",A.I"nerved. coos 18 1111 oeau COMMERCIAL GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY O.BLANKET ADDITIONAL INSURED-OWNERS, H. BLANKET ADDITIONAL INSURED-LESSORS 3. The following is added to Paragraph S.of 4. Any Organization you newly acquire or form, MANAGERS OR LESSORS OF PREMISES OF LEASED EQUIPMENT SECTION Ill-LIMITS OF INSURANCE: other than a partnership,pint venture or lim- e fallowing is added to SECTION 11-WHO IS The following Is added la SECTION II-WHO 19 For the purposes of determining the applica• ited liability company,of which you am the INSURED: AN INSURED: ble Each Occurrence Limit,all related acts w sole owner or in which you maintain the ma- AN omisseoms cwmmlhed In providing Or failing to pdty Ownership interest, Will quality as a Any person or organization that is a premises Any person or organization that is an aqulpmant provide Incidental medical servicas',first aid Named insured if mere Is no other insurance owner,manager or lessor and thin you have lessor and that you have agreed in a wdften Con- or-Good Samaritan services'to any One par, which pmvido4 similar Coverage to thal or- agreed en A written Ocnfrad of agreement to le- trad or agreement to Include as 00 Insured On San wig be deemed to be ono•occurrence. ganizateon.However: chicle as an additional insured on this Coverage this Coverage Part is an insured,but only with re- Part Is an insured,but only with respect to liability sped to Itabillty for"bodily InjuM m .'Property da - 4. The following exclusion is added to Pam. A. Coverage under this provision Is afforded for-bodily injury','pm"rty damage','Personal ago",-personal in or in graph 2..Exclusion.,of SECTION I-COY- only' injury'of-advertising injury'that: pM jury'thaL' ERAGES-COVERAGE A BODILY INJURY a. Is-badly Injury'or'Properly damage'that AND PROPERTY DAMAGE LIABILITY: III Until the 7SDth day after you..q.im or a. Is'bodily injury'w'property damage'that occurs.or is-personal ni or'advertesalg form the Organization or the end of the Occurs,or is'personal Injury'Or-advemsirg In jury.teased by an Officers that is Comma- SeNOlPhamtaceudceta Policy Period,Whichever is eadiar,if You injury'Caused by an offense,that is Commit- 'Bodily injury'or-property damage-artung do not report such organization in writing ted.subsequent io the execution of that con- led,subsequent to ma execution or that con• out of the willful violation of a Paul statute w to us Within 180 clays after you acquire of trod or agreement;and y tmd or agreement;and b. Is..sod.1e whet.or in MIS Cam relating Io mO sole of knowledge or ram It:or pan,by your lids or Con Committed the hy.Of with the kit DWiedge a1 b. Antes Out OI the owriershiP.pro mats leases of omissions to mat lea ne to op by S h ransom or,the insured- I21 disc she.red of the pOl0y period,whoa use of that pan of any premises leased to use of equipment teased to you by such distaste is later than 1&0 clays after you you equipment tosser. 8. The following Is added to the DEFINITIONS acquire or farm Such organization,it you The Insurance Provided la such mmises Owner, Sadlon: report such organization In writing to us Pr P The bject to fovrded to such equipment losses 'Ineedemal medical services'means: within 180 clays slier you acquire or forth manager Or lessen is su6prc to the fallowing pro• IS wbpd l0lhe(oltavring provisions: n.am wo agree In writing that A will Cw visions: a Mnursi sash octal,tment.laboratory.x-ray ^g a. The omits of Insurance p mini m such or nursing Service Or lreatmenh advice or time to bit a Named Insured until the end a. The limits of insurance provided 10 such equipment lessor will 6e the minimum Gmita instruct ,or the related furnishing of of the Policy period; promises owner,manager or lessor will be which you agreed to provide in the written toad or havwapes;or b. Coverage A does nor apply to-bodily Injury" file minimum limits which you agreed to Pro- Contract or agreement.or the limits shown on vidIt. The fumishing of dISPOnsing of dogs or or'Property damage-that ocCurmal before the to Ina written Contract or agreement,or the Oeclamti.m,whichever are less. medical,denial,or surgical supplies or you acquired or formed the Organization;and the am l shown on 1110 DOUarotE0n4.Which- medical, are lose. Is. The insurance provided to such equipment appliances. c. Coverage B does nor apply lO-personal in- lessor does nor apply to any*bodily Injury'or 'Good Samaritan services'means Any erase- pM or'edvarttsinp in' rag b. The Insurance provided to such premises Injury'adsi out of an 'property damage-met occurs,or-personal ownw,manaper ar lesser tlws not apply to: in rag injury'caused by an ol• satin medicat d eWws far which w wmpm offense a organization. Before you acquired Or 1 NM hat is Committed, salion is demanded or received. fanned the organization. p]Any"bodily injury-w'property damage' Tense that is wmmitted,slier the equipment S. The fallowing is added to Paragraph 4.b..Ex- F. WHO IS AN INSURED-BROADENED NAMED that occurs,or'perwnal Injury"or'adver• lease expires. . cess Insurance,of SECTION IV-COM- WHORED-UNNAMED SUBSIDIARIES using injury"caused by an offense that Isc. The Insurance provided to such equipment MERCIAL GENERAL LIABILITY CONDI- commBted,after you cease to be a tenard lessor is excess over my valid and colledib e TIONS: The following is added to SECTION II-WHO IS in that premises;Cr other insurance available to such equipment AN ENSURED: (21 Structural adoration,new wnslmdlon or tester,whether Primary,excess,contingent The Collectible tinsurance I excess over va any VoIIth 8rld wnodlbla omen Insurance available re me lit• Any of your wbsidiados,other man a Dartnership, demolition operations performed by or an or on any Omer basis, .mess you have sured,whether primary,excess,contingent or joint vellum or limited liability Company,that is behalf of web promises owner,lessor or agreed in the written ewtrect or agreement on any other basis,that is available to any of not shown as a Named Insured In the Declare, manager. that this insurance must be primary to.or your'amployoss'Or-volumeer workers'far Irons is a Named Insured if you maintain an Own- c. The insurance provided to such premises nOn•ConidWOrY with,such Other insurance, -bodily Injury-that wises out of providing.r ership interest of more than 50%in Such subside- Owner,manager or lessor is excess over any 1n which Caw Insurance Insu ^ce WIG be primary failing to provide Incidental medical w- ary an the first day of the policy PCned. valid and Collectible other insurance available to,and non-mrlMWkCyr wt h,such other in. vicoY,first old a,'Good Samaritan wrviceS' No such subsidiary is an insured mr'bedGy Injury' to such premises owner,manager or lessor, wnnca. to any person to the extent not wbpd to of•property damage*that occurred,or'personal whether Primary. excess,contingent or on L BLANKET ADDITIONAL INSURED-STATES Paragraph 2.a.(1I of Section 11-Who Is An injury-or'advartishg injury'caused by an of. any other basis.unless you have agreed In OR POLITICAL SUBDIVISIONS-PERMITS Insured. tense Committed after the date,of any,during the the written Contract Or agreement that this in. E. WHO Is AN INSURED-NEWLY ACQUIRED policy pedal,that you no longer maintain an wren must be primary to, or non- The fallowing Is added to SECTION 11-WHO 13 OR FORMED ORGANIZATIONS ownership interest of more than 50%In such sub• Contributory with, such other insurance, in AN INSURED: The following replaces Paragraph 4.of SECTION sldiary. which Case this Insurance will be Primary to, Any stale of poiNdool Subdivision that has awed a It-WHO IS AN INSURED: and nw•contribulory teeth,such other Inury- permit in connection with operations pefrorm.d by .rice. you or on your behalf and that you am required CO D3 16 1111 02011 Thu Tnwlwalnd.mNly C-Wy.Aarlitift—M Page 3 of owab Page of 02011 TM TrawMr dndmnxy CurOarry.Affd9ft rraarw.d. CG 03 Is 1111 COMMERCIAL GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY It Me Ims eyed Ms aged in a contract or apse• L 'DoM-N It means boday Injury,m4ntsl by any ordinance.law or Wodrq code to Include (If)A manager Of any fielded aablmy mere to emi Mod htsmaft dgta of meavary anqulsk menu)thpry,stock Mght•dlaabaay, es m edddl0rtal Insured on this Coverage Pan Is rampmy:a against any person or a gaNaso n,wv wawa ma humiliation.aftmeas a difaase sustained by an Insmod,but only Mth mepact to Ilatslay fa (1111 An!active Offk9r Of W0001 of rpm cl rvwvmy against such pans+oror ntai- a Person.Wolfing death resdtkq from any 'bodfir Injury','prapedy dame b ge','personal ln• any other amortization: 'I- ut mdy for payments vat meta because lib of the"at my fim0. Jury'at'advonwsinq InW drilling ad of such o6 Mal is your par or. pled vemufe s. "Badity IaW or'property damage that oo N. CONTRACTUAL 4ABILITY-RAILROADS am*", mambor or manager.of, con:or 1. The fell repaon Panomph c.of the The insurance providod to such state or pout" (b)Any•employee'outhonzpf by such b. 'Personal Injury' or 'edverilsehp Injwy daladtion Of'Insured=trKr in the DEFN- sutdM31on deaf M apply to: pannerstup.joint argue.lensed a- usod by an offaase that Is oortaaaod: TIONS Section: L Any'boday Injury.*"property damdga.''par• ataMy Company Or Other omanutaliCn subsequom to The Ox"lon of that contract Or a. Any easement a Garde agramnem: venal Injury'a'advenikng Injury'wising our to give nonoe of an-Occurrence or agraemad, L Paagroph r.(1)of am definition of mitred of operations performed format mate or pro• offense, M.AMENDED BOWLY INJURY DEFINITION cede'In the DEFINITIONS Section b da abcal subdivision;or (31 Not"to us of such'poogmt lo'or of an Mod. b. An Todly In a'property damage'in- oeamo will bo ditened 10 bo gWen as The repot etp roptaees the Section: o!'buddy Y Nr'7 Injtry'In the DEFINITIONS Becton: ctudeo In the•produdswmpkfed operatons soon as practicable if a is given In goad hazard'. taf h as won as preakabro to your—%- J. KNOWLEDGE AND NOTICE OF OCCUR- Ora'compensation tearer.Tins applies RENCE OR OFFENSE Only It you subsogu"ifty give now to us The following Is added to Paragraph L.Duties In of the'oaurral e or offer"as soon as The Ewm of Occurrence,Offence,Claim or practledbla after any or the parsons do- suit.of SECTION N-COMMERCIAL GEN. WrIbed In Paragraphs e.(1)Of(3)above ORAL LIASILITY CONDITIONS: disacvon this the•oocu rencor of oNomO may victi a. The lotlowkp p whicas apply to Pa reph My lled In erns to over one Pan my re0 provNed undo this Coverage Pen may a.udemw,but only to the purposes of the!n• apply PA—am PrOvlded untlw thus Co""Pad 10 Mwever,if this Coverage Pon Mcw"an an• you or any Insured IW ed In Pommilb 1.or L 6asomard thin provides limited covers" rot of Section II Who IS An Insured: .bodily Injury'of'property damage'or pollution (1)&MCe to us of such'a0arrmc0'of of, costs arising out of a discharge.rale0"or or fanse must to given as won as pradlw- repo of'patlutants'wNuyl eonlakU a requirement pre any&tier the'oecutronco'or offense that the discharge,nkaso a*scope of WM, Is known by you of you on an 44Nldusq, axW mud be reported to us withh a spotige cry of your partners or mambers who is number a$days after as abrupt conmenoemenl, an Individual Of you are a partnership or this Paragraph v.does not affect that mqubo• join verdu(),and of your manages who rhea, is an IndMdual of you an a gaited liability K. UNINTENTIONAL OMISSION company),any at your'exoduthQ am cgnr at olnemes of you as m ormaftma• The foaowap is added to Paragraph L.Repr►• Uon other titan a partnership.Joint verdure aanladons,of SECTION N-COMMERCIAL or tlmaed Ilsbilhy,company)a oily'Orno 6ENEAfLL LIABILITY CONDITIONS ploya0'aumodzed by you to gin nottw The ualMomlonst emission Of,Or unintentionm of an'oaumneo'or Often". ems In,any Information pmvld al by you which 121 If you are a pennershtp,pint venture or wo(Clod upon In lar rrp this policy will not pmju• kril 14baay company.and mr-of yar dice yam rights under this bnalmnoo.Nowover, Partners,joua vemu(members Or mon• Ibis ptMiaton does ndl arfed our rpm to called apes am IndNiduaes,notice to us of such addlaorfal premium of to oxemise our rents Of 'Coll rroves'or ottomo MUM be given as anedlaumh or nonrenowal In aecordanco with sawn as practicable ordY not the-Occur. applicable Insurance laws Or(qulNom. rcnco'or ortonse Is known by: L BLANKLY WAfVER OF SUBROGATION (a)Any Ind idual who Is: The following Is added to Paioysph•,Transfer (D A partner or member of any part. Of Rlgltb Of Recovery Against:Others To Us. -'ship Oe Jointvertu(: of SECTION N-COMMERCIAL GENERAL LI- ABILITY CONDITIONS: Page d of 02011 TM Tnrntn udw-e,C"16M,All W"me-di Ca 03 to 1111 CO D315 1111 osml T.T.—l-1,cop"s AS nyrrmr *4 Pace 5ol6 �� Policy No. DT-810-527D1053-TIL-16 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modi- fied by this endorsement. PROVISIONS B. The following is added to Paragraph 5., Other A. The following is added to Paragraph c, in A. 1., Insurance, in B. General Conditions of SEC- Who Is An Insured, of SECTION II—LIABILITY TION IV—BUSINESS AUTO CONDITIONS: COVERAGE: Regardless of the provisions of paragraph a.and Any person or organization who is required under paragraph d.of this part 5.Other Insurance,this a written contract or agreement between you and insurance is primary to and non-contributory with that person or organization, that is signed and applicable other Insurance under which an addi- executed by you before the "bodily injury" or tional insured person or organizadon is the first "property damage" occurs and that is in effect named insured when the written contract or during the policy period, to be named as an addi- agreement between you and that person or or- «•I tional Insured is annsured for Liability Cover- ganization, that is signed and executed by you age,but only for damages to which this insurance before the "bodily Injury" or "property damage" applies and only to the extent that person or or- occurs and that is in effect during the policy pe- ganization qualifies as an "insured" under the nod, requires this insurance to be primary and Who Is An Insured provision contained in non-contributory. Section II. CA T4 74 0212 ©2012 The Travelers Indemnity Company.All rights reserved Page 1 of 1 Includes copyrighted material or Insurance Services Office.Inc.with its permission. COMMERCIAL AUTO 1'nbc)N.Ili-81n-52?I)IIIi7-IIIA6 COMMERCIALAUTO i The following replaces Paragraph b.In B,S.. vADan Such country a palsdlrufon,M UabiOry THIS ENDORSEMBUT CHANGES THE POLICY,PLEASE READ R CAREFULLY, ahoy Insurance.d CONDITIONS: ON ry-sU51• Coverage tor any covered'auto'tlrof you NESS AUTO CONDRIONS: leas.,tyro,loot a borrow without.tlrivv for III. For Hoed Ado Physical Darrago Cm, a padad of 30 days a Isar and the Is not sin BUSINESS AUTO EXTENSION ENDORSEMENT ago.the fdbWing ire doemad to be cov- 'sub'you leas.,him.rant Or borrow from .rod-autos•youovm: .pan orshipj maintains(I you ere a limt a 11)Any covered'cub'you lease,hie, 6ablliy company)of mothbors at Nair house, This smonsoment modffros Imimente provided under Cho knowing: rant a barrow;and fields• BUSINESS AUTO COVERAGE FORM 12)Any canted"ado'hired or rooted by (a)With respect to any ctdm made or'Kir With rosp.cl to coverage provided by this ehd.mo_nt.me pmvc ions of me Coverage Form apply unloss mi your'employee'under a apnlrac in AmugM Outside,1M United Slabs d that aMividual -empbym'i naow. Amorlu,ttho Inmtedna and possassloro fed by the andorsamonL with your parmisalum while pafa r, of the Uralad States d Ameiica,Puerto GENERAL DESCRIPTION OF COVERAGE-This erdasamant broadens cwefag0.Mavwaf,wvarage forany yo duties mlatsd b tiro comard or Rim wed Canada: injury,damage a medical eaponscs doscribod in any of the pnwicii of flits endorsement may be excluded or you�meN• (Q You must am l to deland Oro'i. Iimeod by another mdersemenl to the Coverage PorL and these awarPge broadening P—ions do not.PINY la Howaver,a th at at is loosed.hi d'hired, sum against.am gaea ret i v*FI - Ihe ad.nt that mvpnga Is aadudad or limited by Such an endorsI The flowing feting Is a gonad cover- ranted or borrowed with a driver Is not a Be any such claim W'sue and keop ago description Only.Limaati s and exclusions may apply to these coverages.Read all the provisions of this On- wveled'aco'. US advised al ad proceedings and so- dorsement and Ins lost of Your Pricy carefully to dem"We rights,dunes,and what IS and Is not cuvared. D. EMPLOYEES AS INSURED Ii— A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE-LASS The following is added to Paragraph A.I.,Who Ice Ili)Nether you nor Say other axolved OF USE-INCREASED LIMIT An Insured d SECTION 11-LIABILITY COV. 'km,.T w1111 male,any sea xwon, B. BLANKET ADDITIONAL INSURED 1, PHYSICAL DAMAGE-TRANSPORTATION ERAGE wbMutowmisent. EXPENSES-INCREASED LIMIT Arry'emp iyoe'of pun is an lramme while ua- gD)Wemay,at our dsaolbn,participate Ing a—$red'aub'yOn donlawn,him a be— In lefendig the'.WIGW against,or C. EMPLOYEE HIRED AUTO J. PERSONAL EFFECTS h your business or your persona eflata. In ftro snwomad Of.any Clem,a O.EMPLOYEES AS INSURED K. AIRBAGS E. SUPPLEMENTARY PAYMENTS-INCREASED '.Wr. E. SUPPLEMENTARY PAYMENTS-INCREASED L. NOTICE AND KNOWLEDGE OF ACCIDENT UNITS 11v1We vN reimburse,the lntureC fa LIMITS OR LOSS 1. The fdbvalg apbaws Paragraph A2ar{2), sans Dnd tM'insurm'legally,mu# pay F. HIRED AUTO - LIMITED WORLDWIDE M.BLANKET WAIVER OF SUBROGATION of SECTION D-LIABILTTY COVERAGE I.W Oranogasbssmae'1.eoay COVERAGE-INDEMNITY BASIS bjayamax,ap damage'Grind, t21 lip b 53,000 ra cost d bat.haws tan Ilya tnsuranc�a apples.that ma 7n- 0.WAIVER OF DEDUCTIBLE-GLASS N. UNINTENTIONAL ERRORS OROMISStONS eudmg balls for related traffic law viols. used'pays With our casax,but dents)required because of an'socidenr only up to Ion limit described it Pa- we we cover.We tle.ol new b famish graph C,Limit Of It.—,d SEC- PROVISIONS by You edam me'bediy inlay or f.bonds. TION 11-LIABILITY COVERAGE A BROAD FORM NAMED INSURED .Wpppd,damage'occurs and that lo in oNad 2. The following replaces Pea ph A.ta a ThO folhwi g is added to Paragraph A.1„Who b (). hl W,re re able a pe a snsed'for during the pasty paced,b bit named as an add- of SECTK)N 11-LIABILITY COVERAGE aro reasonable expenses 4KVm,tl An Ensured,of SECTION It-LIABILITY COV- tim.1 inWred is an usumd-fa Ur lay CWef- (4)AI reasonable expenses trimmed by the With err"mend for Yom bwstan, BRACE: age,but Only fa damages b whion Dos hamence -insured-at am request Including actual lion d Such dams and Your daensa Any Organization,you newly acquire a ne to dur- applies and Only b the eadunt that pawn a W- low d earnings up to$500 a day be, of M lnsumd'against any such Ing the policy period WOr which you maintain gant hit,qualifies ea an Insured•under the cause of limo On from work. 'sui',but only up to and Wasuded 50%or loam ownership interest and that is lot Who Is An Insured provision contained in Section F. HIRED AUTO-LIMITED WORLDWIDE COV- within the lent[described in Para• separately Insured for BUSinO.Auto Coverage. it. ERAGE-INDEMNITY BASIS grapl C.. Brit Of Insumnc,, of Co maOe Under thd provislon is atbwod any un• C.EMPLOYEE HIRED AUTO SECTION N i LABILITY COVER. the 180m day after you acquire err toms the or. The following obey P ad,Cave g{51 m Para- AGE,wed nd in amuse h Pay limit ganUation or the and d me Policy period,which- 1. The totbxkg is added b ParogmDh A7., graph B.T..Policy P.riod,Cowmgs Terdlory, Our anY m mole Surf paYasnts war is,aaer. Who 1.An Insured,of SECTION 11-U. of SECTION IV-BUSINESS AUTO CONDI. ands when we have used up the ap- B. BLANKET ADDITIONAL INSURED ABILITY COVERAGE: TIONS: puc bl.Get of in,—.in pay- er At., An'..Play.*of yours is an'frlsume u lila (5)Arryw ham in Dro word,oxmp say CCnmiry or marts for danageo,seNemems a The following le added to Paragraph a operating an'pale'hired or rented under a ryrlsdicaon wale any us& sanction,am. dab—m;srwss. Who Is An Insured,of SECTION 11-LIABILITY cWdract or agreement In that'empoyed's' barge•W Similar regulation ari—ad by the (b)This inurance la daces over"void COVERAGE: name,with your pmn immn,while performing United Stairs Or Ami apple,to and pro- and edlectlbb Oliver losurenee..liable Any peraW,or organizeaon who Is required under asses reatsd to the endue of your trust- habit the transaction of business with a a"Eon contract a agloemenl barman YOU and rapes. that pmaon or mWalraftexi real is signed and Pry,2d4 ammo Tn•Te+•re•hrgwmarCWaway. CAT3530310 CA 73 53 0310 .2010—Trw•hm wvrnr Company. Pagel of erAdW apMaMM mpeW de,Mae,Wae.wa eau.ke r,T bp•rrrr•hee hided.asYMMb„a1wW d i•wurw¢•Sevkaa dM1a.V,c etl1 b pi-"­ COMMERCIAL AUTO COMMERCIAL AUTO M.BLANKET WAIVER OF.SUSROOATIOM Suds COfrDad.The Wil appal Oh y 11 11 to the'maumd'whether pmary.eau. J. PERSONAL EFFECTS The dilmrkg reegaas PaagdLh AA,Transfer Perron a OrgWutW daignaled In such conthgont m on any attim basis. ill fallowing is added to Paragraph AA,Cower• Of tights Of Ar awril Against Others To L44 a� (a)This insurorKa q not a subsblde la co- spa Eaanabns,01 SECTION lit-PHYSICAL of SECTION IV-BUSINESS AUTO COMM N. UNINTENTIONAL ERRORS OR OWSSgNS ,ru ad a compulsory msmanm in any DAMAGE COVERAGE: �S' Th.Iaimi. g III added m Paragraph 62.Oar munby outside We Under!States,its ter• Personal Effects S. Oth_Tistralift Of Pophh Of Recovery Agckst SECcogiTION itlsrrUMMS ALIT Or Fold, d sale,and possessbna,Puerto Rtca and Otllsn Toth SEC7WN N-t3i161NESS AUTO CONDITIONS: Canada. We Sall pay up to$400 IN-sl b Wearing ap• WO Wake any Yght Df rocaaary W anal have The Unintentional omission of.a unintentional You agree to maintain al regnRrod Or panel and other personal affects which acts: .galosh ay Oman a copindission b the as. serf in.an y y ktlorma6on 04"by you shot notrarne compulsory Insu In any such mun• (1)Owned by an Insaed•;and hid reCdred d You by a lydffah Wnbed prehldice Your colds uwer Das InWanw,How- IN up to the minimum tills required by 12)In a on your covered'eub'. Signal all exiscubad prtsr to any'a0d0onL' over this provision time nei aR our d ad ght to cal. local law,Your Latium to comply wire This coverage applies any in the wont d a total fr—'•p VAdod OW UIe'acddsw"Cr-OW aby ct adedeln a Ufa m andsm cur,cant d Wmpulwry maumMe requlromeals wil theft d your owerad'oulo'. enaes a aDeravols WrNarnOblod not InYaidam in.CWengs afforded by this policy,but vo wgl only be table to the No deductibles apply to this Personal Effects same natant wa Would have been Ubm e, Or.g.. had you complied with the compulsory In. K. AIRBAGS Sumner requirements. The following Is added to Paragraph B.3,Exolu- (dl It U understood that wo are nut an admit• Slane,or SECTION 111-PHYSICAL DAMAGE led at audahzed Insurer outside the COVERAGE: United Stales of America,is tem4alea Eacbsion 3.a.don not OPPIV to 100'10 are a and ppssessima,Puerto Rich and Can- Prom droogs In a mvemd'0u10 you,Sun that in- ads.We assume no POSPonsibiity forme data&is to a OCUie other than a asu le Of•lass' furnishing d corldicates of blwmnco,of yet forth in Paragraphs A.1.4.and A,I.O„but for compliance in any way with the Ism Only: of other amndn retell t.lnsumnce. r. It that'oub•ts s ewarod'sub'lOr Compm• O.WAIVER OF DEDUCTIBLE-GLASS hansive Coverage under tills poky, The tolouring Is added 10 Paragraph D.,Oodudl• b, The airbags are net covered under any war• blo,d SECTION III-PHYSICAL DAMAGE ranry;and COVERAGE: NO deductible for a covered'auto'will apply to p• The pay upallbgs woo aolimum of$y000for. III,..damage 5 flu glans M ropaked tether than We WE pay cep b a maximum d 37,000 for any replaced- one•ten•. H. HIRED AUTO PHYSICAL DAMAGE-LOSS OF L NOTICE AND KNOWLEDGE OF ACCIDENT OR USE-INCREASED LIMB The rotowing mpaas the last Sentence of Pairs• The following Is added to Paagraph Alm..of graph AAIl Loss Of Use Expenses,of SEC- SECTION N-BUSINESS AUTO CONDITIONS: TION 41-PHYSICAL DAMAGE COVERAGE Your duty to gala us at as authorized represents, However.am most we will pay for any"pews Live prompt notice of the'sc idenr.'loss'W for loss of use Is S66 per day to a maximum of plea Only when the-ecdd.nr ar'less'Is known $750 for anyone'occidil to: I. PHYSICAL DAMAGE - TRANSPORTATION (a)YOU(if you we anindivldua); EXPENSES-INCREASED LIMIT (b)A partner(d you am a partnership); The foaq hg replaces the f7rsl write...in Pan, (c)A member(d you am a limited liability can• graph AA.a., Transportation Expenses, Of peny); SECTION W-PHYSICAL DAMAGE COVER. (d)An aseWWa ofdcal,dimtor a Insurance AGE: manager(ff you are a wfPOraDOn Or other a• We wil pay up to$50 per day to a myxtmum d GoAnticn);IN S1,500 for temporary transportation aapenso in. IS)Any"employee'authorized by you to give ro- adred by you because Of the toad thofl of a con- Dm at the'accdenr a loci. add"sub-at the privam passenger type. Pogeadt 02013Th Torera aunt-V Ceeaee. CA T3 53 03 10 CATS 53 0310 ewAAr•mprghW mN.M+I a T.many sev�s omw inY»+a iu wmnaw,h. Page 3 d 4 v,a,re..eopryrrue•aa dYrurw 6rwuallrsu.a,a.,,N n s•re..rh. KENT SPEC I AL PROV I S 1 ONS J TABLE OF CONTENTS PAGE DIVISION 1 GENERAL RE U 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....................................... 1-6 1-04 Scope of the Work .......................................................... 1-6 1-05 Control of Work .............................................................. 1-8 1-06 Control of Material .......................................................... 1-11 1-07 Legal Relations and Responsibilities to the Public................. 1-14 1-08 Prosecution and Progress ................................................. 1-17 1-09 Measurement and Payment .............................................. 1-21 1-10 Temporary Traffic Control ................................................ 1-22 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions............................. 2-1 2-03 Roadway Excavation and Embankment .............................. 2-3 2-06 Subgrade Preparation...................................................... 2-3 2-07 Watering ....................................................................... 2-4 DIVISION 4 BASES..................................................... ............ 4-1 4-03 Gravel Borrow................................................................ 4-1 _J 4-04 Ballast and Crushed Surfacing .......................................... 4-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-02 Bituminous Surface Treatment.......................................... 5-1 5-04 Hot Mix Asphalt .............................................................. 5-1 5-06 Hot In-Place Recycling..................................................... 5-13 .J DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS............... 7-1 7-04 Storm Sewers ................................................................ 7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells...................... 7-2 7-08 General Pipe Installation Requirements .............................. 7-5 7-12 Valves for Water Mains .................................................... 7-11 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-02 Roadside Restoration....................................................... 8-6 8-04 Curbs, Gutters, and Spillways........................................... 8-7 8-13 Monument Cases ............................................................ 8-8 8-14 Cement Concrete Sidewalks ............................................. 8-9 8-23 Temporary Pavement Markings......................................... 8-10 -J 2017 Asphalt Overlays/Araucto February 22, 2017 _, Project Number: 17-3001 r-` KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 9 MATERIALS............................................................ 9-1 r✓ L.. 9-03 Aggregates .................................................................... 9-1 9-05 Drainage Structures and Culverts...................................... 9-2 r 9-13 Riprap, Quarry Spalls, Slope Protection, and Rock For Erosion and Scour Protection and Rock Walls ...................... 9-3 9-14 Erosion Control and Roadside Planting ............................... 9-3 9-28 Signing Materials and Fabrication ...................................... 9-6 9-30 Water Distribution Materials ............................................. 9-7 9-34 Pavement Marking Materials............................................. 9-7 L KENT STANDARD PLANS ................................................................. A-1 F— WSDOT STANDARD PLANS.............................................................. A-2 L. TRAFF 1 C CONTROL PLANS A-3 .............................................................. L SUPPLEMENTAL INFORMATION ...................................................... A-4 r PREVAILING WAGE RATES.............................................................. A-5 r- L. lw: L F- L F.. L.. r L F L F L. 7 L r 2017 Asphalt Overlays/Araucto February 22, 2017 Project Number: 17-3001 L. J KENT SPEC 1 AL PROV 1 S I ONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2016 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations -� ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. p 1 V I S I ON .I - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General ' When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons N I C Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; J 2. Who provides labor and materials; and 2017 Asphalt Overlays/Araucto 1 - 1 February 22, 2017 Project Number: 17-3001 r-- 3. How Contractors will be paid. r 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 L later date of bid advertisement or any subsequent addenda), Kent r 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 r- Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; r 2. Manual on Uniform Traffic Control Devices for Streets and L Highways, current edition, and; 3. American Water Works Association Standards, current edition; r 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED BY ADDING THE FOLLOWING DEFINITION: Incidental Work L. The terms "incidental to the project," "incidental to the involved bid ' item(s)," etc., as used in the Contract shall mean that the Contractor is L required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be L made. 1-02 B I D PROCEDURES AND CONDITIONS L SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders r Bidders shall be qualified by ability, experience, financing, equipment, L and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain r the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to r' determine whether the lowest responsive bidder is also responsible and L able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the r City reserves its unqualified right to reject that bid and award the L contract to the next lowest bidder that the City, in its sole judgment, r 2017 Asphalt Overlays/Araucto 1 - 2 February 22, 2017 Project Number: 17-3001 L _J determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). -J SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for a its own use, up to ten (10) copies of the plans and specifications. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: l -A 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid J 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/doing-business/bids- procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder's or the City's technology. 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. _J SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: J 1-02.6 Preparation of Proposal J 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. w SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: Alternative Bids J The bidding proposal on this project requires the bidder to submit a bid on all alternatives for the installation of pavement reinforcement interlay grid and hot in-place asphalt recycling. J 2017 Asphalt Overlays/Araucto 1 - 3 February 22, 2017 A Project Number: 17-3001 r, L_ Bid Proposal The bid proposal is composed of the following parts: Base Bid and Alternative A-1 and Alternative A-2. L The base bid includes all items that do not change as to quantity, dimension, or type of construction, regardless of which alternative is �— bid. The base bid includes Schedule 1 — Street and Schedule I I — Storm Sewer. The Alternative portions of the bid proposal contain all items which change as to quantity, dimension, or construction method, depending r on which alternative is bid. r.: Alternative A-1 Alternative A-1 is based on constructing pavement reinforcement interlay grid. r� The bid items for Alternative A-1 are as listed in the bid proposal. L Alternative A-2 r Alternative A-2 is based on constructing hot in-place asphalt recycling. L The bid items for Alternative A-2 are as listed in the bid proposal. Bidding Procedures To be considered responsive, the Bidder shall submit a price on each r' and every Bid item included in the Base Bid and all Alternatives. L, The successful bidder will be determined by the lowest total of an alternative plus the base bid. Award will be based on the lowest total �. subject to the requirements of Section 1-03. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: L 1-02.7 Bid Deposit r L. A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond ' (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. F' 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 r 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 L, rejected by the Contracting Agency. r r 2017 Asphalt Overlays/Araucto 1 - 4 February 22, 2017 Project Number: 17-3001 L SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation .J to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 O Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized person, and - 2. The Contracting Agency receives the request before the time for opening Bids. -� The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be J interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: J 1-02.14 Disqualification of Bidders A 3. The bidder is not qualified for the work or to the full extent of the bid. J 2017 Asphalt Overlays/Araucto 1 - 5 February 22, 2017 A Project Number: 17-3001 r-" L 1-03 AWARD AND EXECUTION OF CONTRACT r SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH `- AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest L_ responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. r L_ SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. L.. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: L 1-03.3 Execution of Contract r- 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 r schedule provided in these Kent Special Provisions. L SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: r 1-03.7 Judicial Review r Any decision made by the City regarding the award and execution of L 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. r 1-04 SCOPE OF THE WORK L SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: r L 1-04.1 (2) Bid Items Not Included in the Proposal r- The Contractor shall include all costs of doing the work within the bid L item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to L perform that work shall be incidental and included with the bid item prices in the contract. r L SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST L PARAGRAPH. F- 2017 Asphalt Over lays/Araucto 1 - 6 February 22, 2017 Project Number: 17-3001 L J SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE -J SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING B ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, A Specifications, and Addenda 1 . Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans J 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH A (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes _J For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item -J increase or decrease by more than 25 percent from the original planned quantity. .J SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: J Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. J SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: J 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. J 2017 Asphalt Overlays/Araucto 1 - 7 February 22, 2017 Project Number: 17-3001 r- SECTION 1-04. 11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: r 1-04.11 Final Cleanup L 2. Remove from the project all unapproved and/or unneeded material r, left from grading, surfacing, paving, or temporary erosion control '- measures. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. r, SECTION 1-05.4 IS REVISED BY ADDING A PARAGRAPH AFTER PARAGRAPH 7 r, 1-05.4 Conformity With and Deviations From Plans and Stakes To the extent a conflict exists between the requirements of WSDOT r Section 1-05.4 and Kent Special Provision Section 1-05.5, the requirements of KSP Section 1-05.5 will prevail. r DIVISION 1 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor . written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor's failure to promptly correct any defective or any unauthorized work creates a situation that L could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and 7 unauthorized work corrected immediately, have the rejected work L removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. F L Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor F failed or refused to perform, shall be paid by the Contractor. Payment L may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without 17- limitation, compensation for additional professional services required, ; compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. F- L 2017 Asphalt Overlays/Araucto 1 - 8 February 22, 2017 Project Number: 17-3001 �. J 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 J the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.9 IS SUPPLEMENTED WITH THE FOLLOWING NEW A SUBSECTION: 1-05.9 Equipment A 1-05.9(1) Operational Testing It is the intent of the City to have at the Physical Completion Date a A complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. _J Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions J for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. J The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. y J J 2017 Asphalt Overlays/Araucto 1 - 9 February 22, 2017 J Project Number: 17-3001 r-- L: SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: r- 1-05.1 O Guarantees �- In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting L Agency any guarantee or warranty furnished as a customary trade r practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour L the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. r L SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: r L. 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. L, SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2016 WSDOT STANDARD SPECIFICATIONS): L If at any time during the contract work, the Contractor elects to replace F' the contract manager or superintendent, the Contractor shall only do so L after obtaining the Engineer's prior written approval. THE LAST PARAGRAPH OF 1-05.13 IS DELETED AND REPLACED WITH THE . FOLLOWING: r Whenever the City evaluates the Contractor's qualifications or . prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: F 1-05.14 Cooperation With Other Contractors Other Contracts Or Other Work F It is anticipated that the following work adjacent to or within the limits L of this project will be performed by others during the course of this project and will require coordination of the work: F- L 2017 Asphalt Overlays/Araucto 1 - 10 February 22, 2017 Project Number: 17-3001 L. l Highline Water District: Water Main Replacement on 371h Ave S and S 268`h Street near the Star Lake neighborhood. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless ' otherwise provided for in other bid items. 1-05.17 Oral Agreements .J No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, J unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. -� 1-06 CONTROL OF MATER I AL SECTION 1-06.2(2) IS DELETED /N ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance -.� SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: A 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 -J sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph _, number being addressed. 5. Bid item(s) where product will be used. J 2017 Asphalt Overlays/Araucto 1 - 11 February 22, 2017 Project Number: 17-3001 r- 1-06.7(2) Schedule of Submittals r The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0 of the Kent Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph r 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, delivery, labor issues, additional review due to inadequate or L incomplete submittals, and any other reasonably foreseeable delay. r 1-06.7(3) Shop Drawings, Product Data, and Samples L The Contractor shall submit the following for the Engineer's review: F L 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 L 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 L 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 L manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: r 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 r performance data required to demonstrate conclusively that the L items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items r 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 r interrelated items. L r 2017 Asphalt Overlays/Araucto 1 - 12 February 22, 2017 Project Number: 17-3001 L .J 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being J 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: _J 1 . Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval J of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate J 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. A The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does _J not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" — Accepted subject to minor corrections J that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or -J required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major __, inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. J Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents J The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. J 2017 Asphalt Overlays/Araucto 1 - 13 February 22, 2017 Project Number: 17-3001 r- 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax r SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND `- REPLACING WITH THE FOLLOWING: Without waiving the Contractor's obligation to understand and apply L these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the r proposal bid items. �- 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND L REPLACING WITH THE FOLLOWING: Without waiving the Contractor's obligation to understand and apply �- these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1-07.2(2) in r the proposal bid items. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING r PARAGRAPH BEFORE THE FIRST PARAGRAPH. 1-07.6 Permits and Licenses r L The City has obtained the following permits: None r SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING L PARAGRAPHS AFTER THE LAST PARAGRAPH. r A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. L The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. L 1-07.9 Wages r SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING L PARAGRAPH AFTER THE SIXTH PARAGRAPH. r 1-07.9(1) General L To the extent allowed by law, the wage rates that will be in effect F during the entire contract work period are those in effect on the day of L bid opening, unless the City does not award the Contract within six months of the bid opening. r I F 2017 Asphalt Overlays/Araucto 1 - 14 February 22, 2017 Project Number: 17-3001 L w J 1-07.13 Contractor's Responsibility for Work J SECTION 1-07.13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) -� Repair of Damage SECTION 1-07. 14 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1- 07.14 and Section 5 of the Contract, the terms of the Contract will J control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. J SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: J 1-07.15 Temporary Water Pollution Prevention -J 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the "SPCC _J Plan" bid item is present in only one bid schedule, the lump sum payment item for the "SPCC Plan" in that one schedule will apply to all bid schedules for all costs associated with creating and updating the J accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. J SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: _J 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. J 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 2017 Asphalt Overlays/Araucto 1 - 15 February 22, 2017 Project Number; 17-3001 r precise location of underground facilities that may conflict with other r~ underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time L needed to avoid future damage until installation of all planned r, improvements at that location is complete. L 1-07.17(4) Payment r 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 r 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. r� 1-07.17(5) Notification of Excavation L Within ten business days but not less than two business days prior to r 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 r occur, and when excavation will occur. L. 1-07.17(6) Site I nspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. L_ The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not F constitute a complete list of all affected utilities. L. CenturyLink Comcast r Jason Tesdal Bill Walker 206-345-3488 253-288-7538 206-683-4242 (cell) 206-266-6975 (cell) r L Puget Sound Energy Gas Puget Sound Energy Power Chang Pak Brian Swart 253-395-6988 253-395-6839 L 425-449-6735 (cell) 206-604-3687 (cell) r Verizon L Brad Landis 425-201-0901 r 425-766-1740 (cell) 2017 Asphalt Overlays/Araucto 1 - 16 February 22, 2017 Project Number: 17-3001 L. J SECTION 1-07.1S IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: .J 1-07.18 Public Liability and Property Damage Insurance -J To the extent a conflict exists between the terms of this Section 1- 07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way A Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. J It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas _J 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 J received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: J 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: J 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all 2017 Asphalt Overlays/Araucto 1 - 17 February 22, 2017 „1 Project Number: 17-3001 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: L 1 . To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, r notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. r, 6. To discuss any other related items that may be pertinent to the work. r^ The Contractor shall prepare and submit for approval, at or prior to the L preconstruction conference the following: r 1 . A price breakdown of all lump sum items. L 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. r 4. Schedule of submittals. (See 1-06.6(2)) , 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. r 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. r SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work L Notice to Proceed will be given after the contract has been executed r and the contract bond and evidence of required insurance have been L. approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The L Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without . unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not r relieve the Contractor of the responsibility to complete the work within Li the time(s) specified in the Contract. r L. 2017 Asphalt Overlays/Araucto 1 - 18 February 22, 2017 Project Number: 17-3001 L Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum A 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 -A work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours J in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. 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. J 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 a 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, A 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. The City will bill the Contractor at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 1 . Locate work required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030. 2. Work required by City personnel or independent testing A laboratories to re-test project materials, utility pressure or vacuum 2017 Asphalt Overlays/Araucto 1 - 19 February 22, 2017 i Project Number: 17-3001 r tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. r 1-08.4(B) General r- 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 r City resources will be available to meet the accelerated schedule. No L additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources r or for other reasons beyond the City's control. L. Unless previously approved by the Engineer, the original and all supplemental progress schedules shall not conflict with any time and �- order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the L Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the L contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND L REPLACING WITH THE FOLLOWING: r� 1-08.5 Time for Completion L Contract time shall begin on the day of the Notice to Proceed. The F Contract Provisions may specify another starting date for Contract time, L. in which case, time will begin on the starting date specified. F SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH L PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work L If the performance of all or any part of the Work is suspended for an r unreasonable period of time by an act of the Contracting Agency in the L administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the L cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been L suspended by any other cause, including the fault or negligence of the 2017 Asphalt Overlays/Araucto 1 - 20 February 22, 2017 r Project Number: 17-3001 L Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is J the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any A costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. In any event, no protest will be allowed later than the date of the Contractor's signature on the Final Pay Estimate. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other A records as may be deemed necessary by the Engineer to assist in evaluating the protest. The Engineer will determine if an equitable adjustment in cost or time is due as provided in this Section. The equitable adjustment for increase in costs, if due, shall be subject to the limitations provide in Section 1- A 09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be .J necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. 2017 Asphalt Overlays/Araucto 1 - 21 February 22, 2017 _.i Project Number: 17-3001 r SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11 (3) Time Limitations and Jurisdiction r This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior r Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the '— City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties r understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor L. shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. L SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal L All disputes arising under this contract shall proceed pursuant to r' 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 L 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. F Thereafter, the exclusive means of Contractor's right to appeal shall L only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, r unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: r' L.. 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by L. one of the following: r- L 2017 Asphalt Overlays/Araucto 1 - 22 February 22, 2017 r Project Number: 17-3001 L. -1 Evergreen Safety Council 401 Pontius Avenue North -J Seattle, WA 98109 1-800-521-0778 or 206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 _J 1-10.3(3) Traffic Control Devices --J SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control J Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1 . Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the J following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full J pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by J 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 2017 Asphalt Overlays/Araucto 1 - 23 February 22, 2017 Project Number: 17-3001 r L Certified Payroll Records submitted to the City Inspector on a weekly basis. r L: The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor 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 r Labor". L: The lump sum contract price for "Temporary Traffic Control Devices" r 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: L 1 . When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. r 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. L_ The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." .. The unit contract price for "Sequential Arrow Sign (SASY per day shall 7 be full pay for all costs for providing, maintaining and removing the L. SAS, and associated work and maintenance described in Section 1-10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." L When the proposal does not include a bid item for a specific bid item r' listed in the WSDOT Standard Specifications and/or the Kent Special L 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 L Contractor shall estimate these costs based on the Contractor's contemplated work procedures. L When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: F' L 1 . The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project r 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 r section individually. L r 2017 Asphalt Overlays/Araucto 1 - 24 February 22, 2017 Project Number: 17-3001 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. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary -� road closures subject to the provisions of Section 1-07.23(3) of the WSDOT Standard Specifications. J J J J J J 1 .1 , J J J J 1 2017 Asphalt Overlays/Araucto 1 - 25 February 22, 2017 i Project Number: 17-3001 r Q I V I S I ON 2 - EARTHWORK L r-- 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 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(3) IS DELETED AND REPLACED WITH THE FOLLOWING: r-A 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters L_ In removing pavement, sidewalks, and curbs the Contractor shall: r. 1. Haul broken-up pieces of concrete and asphalt pavement into the L 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 r 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. r 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 r 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 L that will remain or be replaced, unless otherwise directed by the r, Engineer. 4. Replace at no expense to the City any existing pavement L designated to remain that is damaged during the removal of other r pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or L' cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion L of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, r pavement or curb shall be removed to the next expansion joint. SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: r LL 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: r' L: 2017 Asphalt Overlays/Araucto 2 - 1 February 22, 2017 Project Number: 17-3001 L J The unit contract price per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter J pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: a actual depth in inches (square yards) x 6 inches = quantity For example, if the Contractor encounters pavement to be removed which is 8 inches thick and 100 square yards then the quantity would be: J 8 100' x 6 = 133 S.Y. No other compensation shall be allowed. The unit contract price per square yard for "Remove Cement Concrete Sidewalk" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk as shown A on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Cement Concrete Curb and Gutter" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete curb and gutter - as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Cement Concrete Extruded Curb" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete extruded curb as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Existing Storm Sewer Pipe or Culvert" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing storm pipe or culvert as shown on the plans and described in J the specifications. The unit bid price shall also include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling with gravel borrow, and compaction. The unit price contract price per lineal foot "Saw Cut Existing Asphalt Concrete Pavement" constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. J 2017 Asphalt Over I ays/Ara ucto 2 - 2 February 22, 2017 a Project Number: 17-3001 r Should the Contractor encounter pavement to be removed which is L thicker than 6 inches, it shall be paid according to the following r— formula: actual depth in inches (length) x 6 inches = quantity r~ 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: 8 length x 6 = 133 LF. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The r- costs of other types of pavement cutting, such as "wheel cutting", shall L. be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. '~ 2-03 ROADWAY EXCAVATION AND EMBANKMENT r- SECTION 2-03.3(7)C IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site r The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications. L The Contractor is responsible for determining which permits are r required for the selected disposal sites. L Within the City, wetlands are identified by using the Corps of Engineers F- Wetlands Delineation Manual dated January 1987. SECTION 2-03.3(14)D IS SUPPLEMENTED BYADDING THE FOLLOWING: ' 2-03.3(14)D Compaction and Moisture Control Tests r Maximum density will be determined by the Modified Proctor Method L. ASTM D-1557. r All compaction tests if required will be performed by the City. L 2-06 SUBGRADE PREPARATION r L SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: r L 2-06.3(1) Subgrade for Surfacing r 6. The prepared subgrade shall be compacted in the top 0.50 foot to L 95 percent of maximum dry density per ASTM D-1557 for a cut 2017 Asphalt Overlays/Araucto 2 - 3 February 22, 2017 Project Number: 17-3001 1 section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: ,.a 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. ' 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street 253-856-5600 to measure the quantities of water used. Hydrant wrenches are also -� available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. 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 J 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. _J 1 J 2017 Asphalt Over lays/Ara ucto 2 - 4 February 22, 2017 J Project Number: 17-3001 r.. 01VISION 4 - BASES DIVISION 4 IS SUPPLEMENTED BY ADDING 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 7 typical cross-section shown in the plans or as established by the Engineer. 4-03.2 Materials Materials shall meet the minimum requirements of the following section in the Kent Special Provisions: Gravel Borrow .......................... 9-03.14(1) r 4-03.3 Construction Requirements Gravel borrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans. Construction methods used shall meet the appropriate requirements of Section 4-04.3. 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. L 4-03.5 Payment Payment will be made in accordance with Section 1-04.1, for the L following bid item when they are included in the Proposal: F The unit contract price per ton for "Gravel Borrow, Including Haul and L Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the gravel borrow as shown on the plans and L described in the specifications. This item shall be used for roadway subbase, backfill for water, storm sewer, electrical conduit trenches, L and other excavation backfill and compaction unless otherwise noted. 4-04 BALLAST AND CRUSHED SURFACING r L.. 4-04.3 Construction Requirements r. L 2017 Asphalt Overlays/Araucto 4 - 1 February 22, 2017 F Project Number: 17-3001 L -1 SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction _I 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 The unit contract price per ton for "Crushed Surfacing Top Course, 5/8 J Inch Minus" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. J , J 2017 Asphalt Overlays/Araucto 4 - 2 February 22, 2017 Project Number: 17-3001 r DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS r NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. ,- Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the r- Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-02 BITUMINOUS SURFACE TREATMENT SECTION 5-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: LL 5-02.5 Payment r Anti-stripping additive shall be included in the price of asphalt (grade) per ton. The quantity of asphalt material shall not be reduced by the quantity of anti-stripping additive. 5-04 HOT M I X ASPHALT L r SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 5-04.2 Materials ESAL's L The minimum number of ESAL's for the design and acceptance of the r HMA in the contract shall be 3 million. 5-04.3(3)A Material Transfer Device / Vehicle (January 16, 2014 APWA GSP) r L THE FIRST PARAGRAPH OF SECTION 5-04.3(3)A IS DELETED AND REPLACED BY THE FOLLOWING: L Additionally, a material transfer device or vehicle (MTD/V) is not required at the following locations: r L 1 . All streets in Star Lake Highlands 2. All streets in Misty Meadows L 3. All streets in Seven Oaks 5-04.3(7)A2 Statistical or Nonstatistical Evaluation r L SECTION 5-04.3(7)A2 IS DELETED AND REPLACED BY THE FOLLOWING: r 5-04.3(7)A2 Nonstatistical Evaluation L (January 16, 2014 APWA GSP) r Mix designs for HMA accepted by Nonstatistical evaluation shall; L • Be submitted to the Project Engineer on WSDOT Form 350-042 2017 Asphalt Overlays/Araucto 5 - 1 February 22, 2017 F Project Number: 17-3001 j_ ' Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2) and 9-03.8(6). • Have anti-strip requirements, if any, for the proposed mix design determined in accordance with WSDOT Test Method T 718 or A based on historic anti-strip and aggregate source compatibility from WSDOT lab testing. Anti-strip evaluation of HMA mix designs utilized that include RAP will be completed without the inclusion of the RAP. At or prior to the preconstruction meeting, the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The proposed mix design indicated on a WSDOT mix design/anti- strip report that is within one year of the approval date • The proposed HMA mix design submittal (Form 350-042) with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. • The proposed mix design by a qualified City or County laboratory ' mix design report that is within one year of the approval date. The mix design will be performed by a lab accredited by a national A authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO Material Reference Laboratory (AMRL) program. At the discretion of the Engineer, agencies may accept mix designs verified beyond the one year verification period with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A Acceptance Sampling and Testing Acceptance Sampling and Testing shall be as follows: 1 . Asphalt Cement and Gradation: Extraction tests shall be taken _a every 500± tons as determined by the Engineer or each day whichever is less. 2. The Engineer is not precluded from taking more tests above if a deemed necessary. 3. The Contractor is responsible to meet the required compacting asphalt cement content and gradation requirements. Averaging of test results will not be considered. Any deviation from the specification will be,considered on a case-by-case basis by the Engineer and may require a credit to the City. The Engineer, however, is not obligated to accept out of specification work and has the authority to require the removal and repaving of material 2017 Asphalt Overlays/Araucto 5 - 2 February 22, 2017 Project Number: 17-3001 r that does not meet the contract specifications at the Contractor's L expense. 5-04.3(8)A1 General (January 16, 2014 APWA GSP) Delete this section and replace it with the following: L r Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. r Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. r The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Project Engineer and must be made in accordance with Section 9-03.8(7). r Commercial evaluation may be used for Commercial HMA and for r other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and L pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project r Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certificate of compliance letter stating the material meets the HMA requirements defined in the t_ contract. r 5-04.3(8)A4 Definition of Sampling Lot and Sublot L (January 16, 2014 APWA GSP) r Section 5-04.3(8)A4 is supplemented with the following: r_ For HMA in a structural application, sampling and testing for total r project quantities less than 400 tons is at the discretion of the engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed: i. If test results are found to be within specification r requirements, additional testing will be at the engineers L discretion. ii. If test results are found not to be within specification r requirements, additional testing as needed to determine a CPF shall be performed. 5-04.3(8)AS Test Results L (January 16, 2014 APWA GSP) r The first paragraph of this section is deleted. L 2017 Asphalt Overlays/Araucto 5 - 3 February 22, 2017 f Project Number: 17-3001 L 5-04.3(8)A6 Test Methods (January 76, 2014 APWA GSP) `J Delete this section and replace it with the following: Testing of HMA for compliance of Va will be at the option of the 'J Contracting Agency. If tested, compliance of Va will be by WSDOT Standard Operating Procedure SOP 731 . Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11. J SECTION 5-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing HMA Class 1/2" shall be compacted in lifts not to exceed 3 inches except that the final lift shall not exceed 2 inches unless approved by the Engineer. The minimum compacted depth of Class B asphalt concrete shall be 1-1/2 inch. Reference Section 8-20.3(14)C of the Kent Special Provisions for the placement of traffic signal detection loops. SECTION 5-04.3(10) 1S SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(10) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer -� registered in the State of Washington. SECTION 5-04.3(10)B IS DELETED AND REPLACED WITH THE FOLLOWING: A 5-04.3(10)B Control I J 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 a 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. 2017 Asphalt Overlays/Araucto 5 - 4 February 22, 2017 a Project Number: 17-3001 r� Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non-complying material may be accepted at a reduced price. Cores used to check density will be approved only when designated by the Engineer. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compactibility of the mix design. Compactibility shall be based on `�' the ability of the mix to attain the specified minimum density (92 r, percent of the maximum density determined by WSDOT Test Method 705). m HMA Class 3/8 inch PG 64-22 preleveling mix shall be compacted to 92 percent of the maximum density. ' r In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot. SECTION 5-04.3(12) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(12) Joints n The HMA overlay and widening shall be feathered to produce a smooth riding connection to the existing pavement where planing is not specified. L. HMA utilized in the construction of the feathered connections shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on L the roadway, to the satisfaction of the Engineer. r The full depth end of each lane of planing shall be squared off to form a L uniform transverse joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5-04.3(12)A across r the entire width of the transverse edge when traffic is allowed on the L planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. r L SECTION 5-04.3(14) IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 5-04.3(14) Planing Bituminous Pavement L Planing operations shall be performed no more than 7 calendar days F ahead of the time the planed area is to be paved, unless otherwise L allowed by the Engineer in writing. r L 2017 Asphalt Overlays/Araucto 5 - 5 February 22, 2017 Project Number: 17-3001 L. .7 SECTION 5-04.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 5-04.3(21) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. 5-04.3(22) Pavement Reinforcement a The Contractor shall install pavement reinforcement interlay grid at the locations and to the dimensions shown on the Plans and as directed by the Engineer. The interlay grid shall be placed on existing asphalt or concrete pavement to be overlaid with HMA mix specified in the contract. CONSTRUCTION REQUIREMENTS All equipment, tools, and machines used in the performance of the work shall be subject to the approval of the Engineer and shall be maintained in satisfactory working condition at all times. Equipment for surface cleaning shall be capable of effectively removing oil, grease, dust, dirt or other objectionable materials from the pavement. Application equipment shall consist of suitable brooms, distributor, and laydown machine as required. The distributor shall have a capacity of not less than 1 ,000 gallons and shall be so designed, equipped, maintained and operated that asphalt material of an even heat shall be uniformly applied at the required rate. It shall be insulated and equipped with an adequate heating device. It shall be equipped with a 10-foot spray bar with extensions, pressure pump and gauge, with a volume gauge so located as to be observed easily by the inspector from the ground, a tachometer to control accurately the speed and spread of asphalt, and two thermometers, one to be installed permanently in the tank to indicate temperature of the asphalt at all times. The power for operating the pressure pump shall be supplied by an independent power unit which will develop a minimum of 25 pounds per square inch pressure at the spray bar. The laydown machine shall consist of a small tractor with attachment for the geosynthetic installation. Bucket loaders or backhoes are not permitted for installation. a The Contractor shall not begin application of the interlay grid until he has demonstrated, to the satisfaction of the Engineer, that all labor, equipment, and materials necessary to apply the interlay grid are either -� on hand or readily available. 2017 Asphalt Overlays/Araucto 5 - 6 February 22, 2017 a Project Number: 17-3001 r MATERIALS L Pavement reinforcement interlay grid shall be an engineered multi-axial r composite paving grid interlayer constructed of uncoated, multi- L directional, continuous strand, high strength fiberglass fibers, bound to a carrier that when properly saturated with hot asphalt binder forms a moisture barrier and provides multi-directional tensile conforming to the following test methods and physical properties: r Table 2.01 A - Multi-Axial Composite Paving Grid Nominal Properties Property ASTM Test Units Avg. Roll L Method Value Tensile Strength @ 01 r Tensile Strength @ 901 h (80) L 'Tensile Strength @ 450 Method 459A Ibs/in (kN/m) 'Tensile Strength @ - r 450 modified' L_ Elongation at Max Load % < 3.0 Meltinq Point lass D276 OF °C 752- 400- r Asphalt Retention D6140 gal/yd2 (liters/ .17 (0.8) L Mass per Unit Area D5261 oz/ d2 /m2) 1 16 452 r- Glass by Weight I I % 1 85 'In paving applications, bias angle tensile strength can be a factor in mitigating multi- directional crack propagation. Tested according to ASTM D6637 to determine Tensile Strength values of the continuous strand fiberglass filaments L-. The paving grid shall conform to all design and nominal performance properties of TenCate Mirafi PGM MPG4 paving grid, manufactured in USA as listed above. Submittals shall include independent confirmation of the material properties. r- STORAGE L The paving interlayer rolls shall be labeled, with a durable label indicating manufacturer, product name or style number, roll and lot r number, and roll dimensions shall be attached to each roll. L The paving interlayer rolls shall be delivered and handled in a manner r to prevent damage and shall be inspected for defects and damage prior to use. r The paving interlayer shall be stored in a dry covered condition, free from dust, dirt, off the ground, flat to prevent bowing, protected from precipitation, ultraviolet radiation, strong chemicals, sparks and flames, temperatures in excess 71 °C (160 OF) and other environmental L condition that could cause damage. r WEATHER AND MOISTURE LIMITATIONS L Work shall not be done during wet weather conditions nor when the pavement and ambient air temperatures are below 507. The pavement r shall be surface-dry at the time of the application of the asphalt. L r L. 2017 Asphalt Overlays/Araucto 5 - 7 February 22, 2017 r Project Number: 17-3001 L SURFACE PREPARATION All areas of base failure shall be remove and replaced to acceptable industry standards for the specific traffic loads and condition of the ' project. Preleveling, if necessary, shall be done prior to placing paving ' interlayer. The pavement surface shall be free of all foreign materials such as dirt, grease, etc. Prior to applying the asphalt, all dust and loose material shall be removed from the pavement surface with compressed air. Existing cracks shall be filled as specified elsewhere under "Crack Sealing." ' In an overlay or milled surface application, repair all failed pavement areas prior to installation of the paving interlayer. Fill all cracks '/a" or greater with approved material. Immediately prior to placement of paving interlayer, the pavement surface shall be dry, cleaned of anything that would interfere with adhesion, for E.g., vegetation, moss, dirt, gravel or water. A leveling or "scratch" course is recommended when road surface is not acceptable and shall be of proper gradation and sufficient thickness to achieve a smooth, level surface with no gaps greater than 1/a" depth and width or be acceptable to the project engineer. .a A finish grind may be used as an alternative to an asphalt leveling course being placed, when you can achieve the final surface texture has no cracks, gaps or vertical angles greater the '/a" depth and width or be acceptable to the project engineer. In all cases the surface must be clean and dry and the application rate of the Hot PG grade asphalt binder shall be increased to insure complete interlayer saturation and bonding. INSTALLATION A. Apply the paving interlayer grid in a hot PG graded asphalt binder. Asphalt Emulsion is NOT acceptable for placing paving interlayer due to time delay for it to break and the difficulty in insuring quality as installed. a B. Asphalt Binder 1 . A hot asphalt binder shall be applied to saturate the paving interlayer (min. to be the asphalt retention rate) plus amount needed to bond to existing surface and the new overlay. The asphalt binder to be used shall be PG 64 —22 or higher. Sustained ambient temperatures (above 901) may require a stiffer binder gradation like PG70 —22 or higher to improve set time and reduce risk of grid pick-up under construction traffic. J 2. The hot asphalt binder shall be applied at a rate of 0.18 to 0.20 gal./SY on a new HMA leveling surface. On an old smooth surface or a clean fine milled surface apply hot asphalt binder at A a rate of 0.19 and 0.21 gal./SY or as recommended by the paving interlayer manufacturer or as directed by the Engineer. 2017 Asphalt Overlays/Araucto 5 - 8 February 22, 2017 -� Project Number; 17-3001 t 3. The hot asphalt binder shall be applied by a distributor truck in a smooth uniform manner at as low a temperature as is possible to achieve the right application rate, depending on ambient and road surface temperatures and type of PG asphalt binder used. Target 177 °C (350 °F) or below in most cases. Spray application shall extend four (4) inches wider than width of paving interlayer on lap side. , C. The paving interlayer shall be installed with equipment in good working order that is capable of installing the grid without wrinkles r or manually as needed and recommended by manufacturer. L 1 . Initial alignment of the interlay grid is very important, since the r grid direction cannot be changed appreciably without causing wrinkles. If the alignment of the interlay grid must be changed, the grid shall be cut and realigned, overlapping the previous r material and proceeding as before. 2. If manual lay-down methods are used, the composite paving grid shall be unrolled, aligned, and placed in increments of r approximately thirty (30) feet or as project engineer suggest. L 3. The material shall be placed flat and wrinkle-free. The paving r interlayer installation may require hand brooming as necessary L: to eliminate ripples that may occur during installation. r 4. To ease installations around curves, the paving grid can be L- placed in shortened lengths by mechanical equipment or by hand. r L 5. Paving interlayer shall be lapped two (2) to four (4) inches longitudinally and two (2) to four (4) inches transversely. Transverse laps shall be in the direction of the asphalt concrete L- overlay placement insuring hot asphalt binder is placed under the overlap. The interlay grid shall be neatly cut and contoured at all joints. 6. Brooming of paving interlayer is required to insure adequate adhesion into the hot asphalt binder. If the interlayer wrinkles more than 1" height during installation, the wrinkle shall be cut and lapped in the direction of paving. L 7. Paving interlayer to be installed with the glass grid facing down to existing surface. F L. 8. Turning of construction equipment and other vehicles shall be gradual and kept to a minimum to avoid damage to the paving F interlayer. If excessive heat, overspray, or turning cannot be L eliminated then spreading small quantities of HMA or clean blotting sand onto the interlayer may be required in the affected area. Excess blotting sand shall be removed before installing L HMAC over the interlayer. 2017 Asphalt Overlays/Araucto 5 - 9 February 22, 2017 r Project Number: 17-3001 L a 9. After installing the paving interlayer, the pavement may be opened to traffic at the contractors/engineers discretion. Caution: J Parking on the installed paving grid prior to final overlay for extended periods could cause damage to the grid. 10.Paving interlayer should never be installed when it or the pavement surface is wet. 11 .Minimum HMA overlay thickness specified is 2", but in no case be less than 1 .5" thick and should be in accordance with the Asphalt Institute (AI) guidelines. 12.The Contractor shall not place more interlay grid on the roadway than can be overlaid the same day with Hot Mix Asphalt. No grid, except that which is required for normal lapped joints, shall be ry exposed to traffic. 13.In the event of breakdown of the paving operation, the interlay grid which has not been overlaid shall be dusted with sand to break the tackiness of the sealant so traffic does not pick up the grid. The application rate shall uniformly dust the roadway as approved by the Engineer. More than one application of sand may be required. Before placing the asphalt concrete, the grid surface shall be broomed to remove the excess sand as directed by the Engineer. The sand shall meet the graduation requirements of the Section 9-03.1 (2)B of the WSDOT Standard Specifications. WORKMANSHIP AND QUALITY CONTROL A Technical Representative for the manufacturer of the paving interlayer shall be on the project to work with the Contractor's personnel and to provide the necessary technical assistance to ensure the satisfactory placement of the interlay grid and HMA overlay. The representative shall not leave the project until the Engineer is satisfied that the Contractor has a full understanding of what is required to place the interlay grid satisfactorily. 1 . Daily, the Contractor shall certify that interlayer was installed per plans and specifications and confirm, by weight tickets and measuring asphalt used, that the hot asphalt binder usage equates to the specified amount for proper interlayer saturation and bonding. 2. Hot asphalt binder application rate shall not be reduced without the Engineer's approval. a 3. Certification of compliance from the binder supplier shall be provided for each load of hot asphalt binder delivered to the jobsite, showing -J the type and quality of material delivered. 4. The Contractor shall provide satisfactory confirmation to the Engineer, for each Street Section, showing the total quantity of 2017 Asphalt Over lays/Araucto 5 - 10 February 22, 2017 Project Number: 17-3001 f-` asphalt binder installed, at the proper application rate as published L. by the manufacturer. SECTION 5-04.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 5-04.4 Measurement r- L Pavement Reinforcement Interlay Grid will be measured by the square r- yard of asphalt surface area, which is satisfactorily covered, sealed and accepted. PG Tack for Pavement Reinforcement will be measured by the gallon of r material for the installation of Pavement Reinforcement Interlay Grid, L' which is properly applied, satisfactorily confirmed proper application rate with required documentation, and accepted by the Engineer. r L SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 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 priced per ton for "HMA Class 1/2", PG 64-22" shall be r full compensation for all costs, including anti stripping additive and L water, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in the Subsection ' and which are included in the Proposal. L. The unit contract price per square yard for "Planing Bituminous 7 Pavement" constitutes complete compensation for all materials, tools, L. equipment and labor necessary or incidental to plane/grind, clean, sweep, haul, stockpile or dispose of the asphalt concrete pavement as specified on the plans or as directed by the Engineer. No additional L cost compensation shall be made for cold mix material to provide a temporary transition from planed areas to existing pavement. L. Payment shall be made upon actual square yards planed/grind, regardless of the full planing capacity of the equipment used. L The unit contract price per square yard for "Pavement Reinforcement Interlay Grid" constitutes complete compensation for furnishing all labor, materials, tools, equipment, and incidentals for performing the L work involved in cleaning the surface to be sealed, furnishing and placing the interlay grid and sand, sand removal, in accordance with the 7 requirements of these specifications. L The unit contract price per gallon for "PG Tack For Pavement r Reinforcement" constitutes complete compensation for furnishing all L labor, materials, tools, equipment, and incidentals for performing the work involved in furnishing, applying, and documenting application of the material, in accordance with the requirements of these L specifications. 2017 Asphalt Overlays/Araucto 5 - 11 February 22, 2017 r Project Number: 17-3001 L _J Asphalt Cost Price Adjustment The Contracting Agency will make an Asphalt Cost Price Adjustment, either a credit or a payment, for qualifying changes in the reference cost of asphalt binder. The adjustment will be applied to partial payments made according to Section 1-09.9 for the following bid items when they are included in the proposal: "HMA Cl. PG " "HMA for Approach Cl. PG " "HMA for Preleveling Cl. PG " "HMA for Pavement Repair Cl. PG " "Commercial HMA" "PG Tack for Pavement Reinforcement" The adjustment is not a guarantee of full compensation for changes in the cost of asphalt binder. The Contracting Agency does not guarantee that asphalt binder will be available at the reference cost. The Contracting Agency will establish the asphalt binder reference cost twice each month and post the information on the Agency website at: http://www.wsdot.wa.gov/Business/Construction/EscalationC[auses.htm - The reference cost will be determined using posted prices furnished by Poten & Partners, Inc. If the selected price source ceases to be available for any reason, then the Contracting Agency will select a substitute price source to establish the reference cost. The base cost established for this contract is the reference cost posted on the Agency website for the period immediately preceding the bid opening date. Adjustments will be based on the most current reference cost for Western Washington or Eastern Washington as posted on the Agency website, depending on where the work is performed. For work completed after all authorized working days are used, the adjustment will be based on the posted reference cost during which contract time was exhausted. The adjustment will be calculated as follows: No adjustment will be made if the reference cost is within 5% of the base cost. If the reference cost is greater than or equal to 105% of the base cost, -' then Adjustment for HMA = (Current Reference Cost — (1.05 x Base Cost)) x (QHMA X 0.056) Adjustment for PG Tack= (Current Reference Cost — (1 .05 x Base Cost)) X (QTACK) J 2017 Asphalt Overlays/Araucto 5 - 12 February 22, 2017 Project Number: 17-3001 r' If the reference cost is less than or equal to 95% of the base cost, then L. Adjustment for HMA= (Current Reference Cost — (0.95 x Base Cost)) x r. (QHMA x 0.056) L: Adjustment for PG Tack= (Current Reference Cost — (0.95 x Base , Cost)) X (QTACK)• L: Where QHMA = total tons of all classes of HMA paid in the current , month's progress payment and QTACK = total tons of PG Tack installed for Pavement Reinforcement paid in the current month's progress L_ payment. Use 233.7 gallons/ton to convert QTACK from gallons to tons. r "Asphalt Cost Price Adjustment", by calculation. L "Asphalt Cost Price Adjustment" will be calculated and paid for as described in this section. For the purpose of providing a common L. proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. r L SECTIONS 5-04.5(1), 5-04.5(1)A AND 5-04.5(1)8 ARE DELETED /N THEIR ENTIRETY. L. 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture r 5-04.5(1)B Price Adjustments for Quality of HMA Compaction L DIVISION 5 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: F; L. 5-06 HOT IN-PLACE RECYCLING 5-06.1 Description L Hot In-Place Recycling is part of a multi-stage process or two pass ' process of asphalt surface rehabilitation that consists of softening the �- existing flexible pavement with heat and thoroughly stirring, or tumbling the mixture, applying asphalt rejuvenator and re-compacting the Hot In-Place recycled surface. L, Hot In-Place recycling operation follows planing operations when planing bituminous pavement bid item is included in the Proposal. L Installing a surface treatment or overlay is a separate and/or concurrent function of this work. L. 5-06.2 Materials r Rejuvenating Agent: L • Rejuvenating agent shall be an approved water-based emulsion or oil, designed to rejuvenate aged asphalt pavement. It shall contain 77 special oils to restore and improve the chemistry of oxidized asphalt L surfaces and reverse the effects of aging due to environmental damage from sunlight and water intrusion. It shall be designed to increase the durability of asphalt surface, prolonging pavement life L 2017 Asphalt Overlays/Araucto 5 - 13 February 22, 2017 Project Number: 17-3001 L_ A by slowing oxidation, preventing raveling and protecting the pavement. • Rejuvenating agent shall be designed to increase the existing penetration to a value of ten (10) or above. Rejuvenating agent shall be environmentally friendly and non-hazardous. • Rejuvenating agent shall be applied at an approximate rate of 0.10 gallons per square yard. J 5-06.3 Construction Requirements J Cul-de-sac and other hard to maneuver section of streets will be exempt from Hot In-Place recycling operations. A Areas of streets planed and asphalt thickness reduced to less than 1 .5 inches will be exempt from Hot In-Place recycling. Tines of the scarifying unit shall be adjusted to ensure base materials do not contaminate the asphalt mix. A 5-06.3(1) Equipment The total equipment length of the pre-heater and heater-scarifier shall not exceed 120 (120') feet 3.2 Preheater o The preheating machine shall be a self-propelled and completely self-contained unit capable of operating at speeds from ten (10') -� feet to twenty five (25') feet per minute while uniformly heating the existing surface of the asphalt o The entire burner assembly shall contain the ability to be hydraulically raised and lowered o Hand hoses will be placed on unit to allow for pre-wetting of specific plants or objects o The burner assembly shall be adjustable in width from eight (8') feet to fourteen (14') feet _.� 3.3 Heater-Scarifier & Spraying Unit o The Heater-Scarifier machine shall be one self-contained machine specifically designed to reprocess upper layers of existing asphalt pavements. The Heater-Scarifier machine shall be a self-propelled and completely self-contained unit capable of operating at speeds of ten (10') feet to twenty five (25') feet per minute o The entire burner assembly shall contain the ability to be hydraulically raised or lowered A o The burner assembly shall be adjustable in width from (8') feet to fourteen (14') feet o Immediately in front of the tines of the scarifying unit, an _J application of the rejuvenating agent shall be applied 2017 Asphalt Overlays/Araucto 5 - 14 February 22, 2017 Project Number: 17-3001 F. o Application of rejuvenating agent must be controllable to be L applied at the approved application rate o Rejuvenating agent must be administered by the means of either a r' spray bar or spinner system L. o Unit shall be equipped with spring-loaded tines in order to preserve existing manholes and other various road structures o Immediately after the scarifying operation the treated material shall be mixed by the continuously rotating augers on the paving screed o The material shall then be leveled by the paving screed, evenly ' distributing the heated, scarified, and treated (HST) material over r- the width of the area being processed o The screed must be capable of recycling in widths of eight (8') feet to sixteen (16') feet o In addition to the above, it will be required that the spraying unit r on the machine be equipped with an electronic digital measuring L. system to constantly monitor the quantity of rejuvenated agent being applied. This device will be calibrated to show gallons used to the nearest tenth L 3.4 Compaction r L o Immediate compaction shall take place with rolling equipment of sufficient type and size to compact the recycled bituminous material to the required density L o Density may be determined by the establishment of a growth curve, typically done by others o Compaction will be completed with an 8 to 10 ton steel wheel roller capable of vibratory and static mode o Roller shall be equipped with a water system, which will keep all r, wheels uniformly wet to prevent material pickup when required L o The roller shall make no less than 5 passes and up to a maximum 7 passes, over all areas of the recycled asphalt to ensure optimum compaction is achieved. L 5-06.3(2) Surface Preparation L: • The entire surface shall be cleared of all foreign material which may disturb the H I R process r' • Repair of base failures and patching shall be completed before hot L: in-place recycling is commenced • Surface temperature of pavement shall not exceed 375 degrees F r LY. 5-06.3(3) Heating Process • The heating process shall not exceed 30 feet per minute L • A minimum of a 2" overlap is required when Heater Scarifying next to a previously performed pass r- • Heater scarification will be performed at a nominal depth of 0.75" L to 1.0" • Rehabilitation work shall be performed only when the air temperature is at least 45 degrees F and rising L. 2017 Asphalt Overlays/Araucto 5 - 15 February 22, 2017 F Project Number: 17-3001 L A • All raised reflective pavement markers or thermoplastic pavement markings shall be removed prior to the recycling operation J 5-06.3(4) Operation Under Traffic • All streets of the project locations shall remain open to traffic during the construction operations unless otherwise authorized by the Engineer. 5-06.3(5) Checks and Tests Pre-Job Testing: The Contractor shall o obtain representative pavement cores o observe cores for depth, surface treatments, presence of road fabric, etc. (AC content levels must be normal {i.e. > 1.5%}) o test untreated cores for penetration, dust to AC ratio, and AC content o test treated cores (0.10 gal/SY) for penetration, dust to AC ratio, and AC content. o compare the untreated and treated results. Penetration value must exceed 10 before treating with rejuvenating agent; 12 after treating with rejuvenating agent. Testing During HIR operations: - • Depth checks o Depth checks will be performed periodically immediately behind the screed to verify the achievement of the agreed upon depth o Depth checks will be performed with a poker, which buries into the rejuvenated material immediately behind the screed and measures the depth • Speed checks will be regularly made by timing how long it takes for the machine to move a certain amount of feet • Ring test o Ring tests will be performed at least once per day. o Will be completed by scraping out and weighing the heated and scarified material from a one square foot area. This weight shall be 75% of the theoretical weight of one square foot by 1" of _, compacted bituminous surface course. o Additional ring tests may be requested by the Engineer at no additional cost to the City. 5-06.5 Measurement Hot In-Place Recycling will be measured by the square yard of the area of pavement properly and successfully rejuvenated. 5-06.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: 2017 Asphalt Overlays/Araucto 5 - 16 February 22, 2017 Project Number: 17-3001 r The unit Contract price per square yards for "Hot In-Place Recycling" shall be full compensation for all costs incurred to carry out the r requirements of Section 5-06 including coring, removing existing pavement markings, testing, rejuvenating agent, and compacting, except for those costs included in other items in the Proposal. L, r- L, L: L..: 7 L L L_. L r L L r L: L_ r' L r" L F L. 2017 Asphalt Overlays/Araucto 5 - 17 February 22, 2017 r Project Number: 17-3001 L. -.J DIVISION 7 - DRAINAGE STRUCTURES,STORM SEWERS. SANITARY SEWERS, WATER MA 1 NS AND CONDUITS 7-04 STORM SEWERS THE FIRST PARAGRAPH OF SECTION 7-04.2 IS DELETED AND REPLACED WITH THE FOLLOWING: _a 7-04.2 Materials The following pipe types and materials are accepted for drains, culverts, and storm sewers for this project. The Contractor has the option of choosing the material except for those pipes specified on the plans to be a specific material. PVC Pipe.................................................... 9-05.12(1) Ductile Iron Pipe Class 50 (Unlined) ............... 9-05.13 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing SECTION 7-04.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.3(1)A General All storm drain pipe including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. J 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. J SECTION 7-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-04.3(1)G Television Inspection J All new City storm drain extensions, 24-inch diameter and smaller shall be TV camera inspected by the City Utility Department and accepted prior to placing final crushed rock surfacing and pavement. All construction except final casting adjustments must be completed and approved by the Inspector prior to the TV inspection. The manholes and catch basins must be set to grade, channeled, and grade rings set in place prior to TV inspection. Castings must be removed for paving, and fully grouted in place after paving. .J J 2017 Asphalt Overlays/Araucto 7 - 1 February 22, 2017 Project Number; 17-3001 r SECTION 7-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.5 Payment r "Ductile Iron Storm Sewer Pipe Cl 50, 12 Inch Diameter" "SDR 21 PVC Storm Sewer Pipe, 12 Inch Diameter" "SDR 21 PVC Storm Sewer Pipe, 15 Inch Diameter" r "SDR 21 PVC Storm Sewer Pipe, 18 Inch Diameter" "SDR 21 PVC Storm Sewer Pipe, 30 Inch Diameter"The unit contract price per linear foot for the above items shall be r 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 r 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, L testing, coordination for TV inspection, and additional costs for overtime work when working on weekends. r L. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS r SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 7-05.3 Construction Requirements r L All catch basins shall be precast concrete units and shall conform to Kent Standard Plan 5-1 M unless specified otherwise. r L 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 WSDOT Standard Plans B-30.10-01 , B-30.30-01, and B-30.70-03 as applicable. Miscellaneous catch basin details shall be in accordance with Kent L Standard Plan 5-3. Care must be taken to insure that pressures exerted on the soils L 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. r PVC pipe adaptors shall be KOR-IN-SEAL type flex joints or sand collars L 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 L 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. L r 2017 Asphalt Overlays/Araucto 7 - 2 February 22, 2017 Project Number: 17-3001 L Block lettering is required on the top surfaces of storm drain castings, J and shall read as follows: "OUTFALL TO STREAM, DUMP NO POLLUTANTS" SECTION 7-05.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade All construction in performing adjustments of existing or new utilities shall conform to the WSDOT Standard Specifications, Standard Plans, and the Kent Special Provisions. The Contractor shall coordinate with the following outside utility purveyor to adjust their corresponding utilities. Project Area Purveyor Misty Meadows Soos Creek W/S Darcy or Ken 253-630-9900 Star Lake Highlands Highline WD Jeremy Delmar 206-592-8904 or Matt Everett 206-592-8902 Star Lake Highlands Lake Haven Utility Wes Hill 253-946-5440 or Gene Yoder 253-946-5434 Locating all new and existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities including traffic loops prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City. _J No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. NOTE: The use or presence of wood, asphalt, expansion joint material or other non-approved 2017 Asphalt Overlays/Araucto 7 - 3 February 22, 2017 a Project Number: 17-3001 r L, product for catch basin or manhole adjustment shall be cause for r immediate rejection. L_ On asphalt concrete paving and/or asphalt resurfacing projects, manholes, catch basins and similar structures shall not be adjusted until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base r material removed to permit removal of the cover. The asphalt concrete pavement shall be cut and removed to a neat r 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 r crushed rock shall be removed and Cement Concrete Class 3000 shall L be placed so that the entire volume of the excavation and up to within, but not to exceed 1-1/2 inches of the finished pavement surface. Note: F casting adjustments shall be made with cementitious materials only. L, Wood, plastic, iron, aluminum, bituminous or similar materials are prohibited. F- 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 r` 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 r grade. The joint between the patch and the existing pavement shall L then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. L SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: r' L 7-05.3(3) Connections to Existing Manholes r It shall be the Contractor's sole responsibility to protect the existing L 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 L satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the L project in which debris has been deposited. r SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L_ 7-05.5 Payment r L "Adjust Existing Catch Basin Frame and Grate to Finished Grade" "Adjust Existing Manhole Frame and Cover to Finished Grade" r The unit contract price per each for the above items constitutes L complete compensation for furnishing all labor, materials, tools, 2017 Asphalt Overlays/Araucto 7 - 4 February 22, 2017 Project Number: 17-3001 supplies, and equipment necessary to furnish and install adjustment risers and adjust cover/grade to final finished grade for all structures within the paving limits 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. The unit contract price per each for "Remove Existing Manhole Frame and Cover and Install New Circular Frame (Ring) and Cover. Type 2" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to reference for future locates prior to overlay, remove existing frame and cover, furnish and install the new frame and cover or grate as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for "Catch Basin. Type 1" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and storm drain stenciling. The unit contract price per each for "Solid Locking Catch Basin Frame and Cover" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new frame and cover as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and cover to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. 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. A 2017 Asphalt Overlays/Araucto 7 - 5 February 22, 2017 a Project Number: 17-3001 r L The materials referred to herein, shall conform to the applicable _ provisions of the WSDOT Standard Specifications, the Kent Special r Provisions and the manufacturer's recommended installation procedures. See the following Sections of the WSDOT Standard r Specifications and the Kent Special Provisions: L. Hot Mix Asphalt ............................... 5-04.2 r Cement Concrete Pavement .............. 5-05.2 Culverts ......................................... 7-02.2 Storm Sewers ................................. 7-04.2 Manholes, Inlets and Catch Basins...... 7-05.2 Sanitary Sewer................................ 7-17.2 L. Side Sewers.................................... 7-18.2 Crushed Surfacing ........................... 9-03.9(3) r Gravel Backfill for Pipe Zone Bedding.. 9-03.12(3) Gravel Borrow ................................. 9-03.14(1) Foundation Material Class I and I I ...... 9-03.17 r Bank Run Gravel for Trench Backfill.... 9-03.19 L SECTION 7-08.3(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: r- 7-08.3(1)A Trenches If well points are used for dewatering pipe trenches, they shall be L adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands r or silts from the sub-surface. A continual check by the Contractor shall L be maintained to insure that the sub-surface soil is not being removed by the dewatering operation. L.. Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump r shutdown shall be accomplished in an approved gradual manner. The L Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation r shall be the responsibility of the Contractor. L_ In the event of damage to the trench foundation as determined by the Engineer, or to the ditch walls, or other operations resulting from the L. failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. 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, . 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 r following conditions will apply. L F 2017 Asphalt Overlays/Araucto 7 - 6 February 22, 2017 Project Number: 17-3001 L ry 1 . Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the WSDOT Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Backfill unsuitable material excavations with Foundation Material Class I or I I meeting the requirements of Section 9-03.17 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. SECTION 7-08.3(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)C Bedding the Pipe Bedding shall be placed in accordance with WSDOT Standard Plan B- 55.20-00. Bedding material shall be in accordance with Section 9- 03.12(3) of the Kent Special Provisions. Bedding material shall be tamped in layers under, around and above the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to mean to at least 95 percent of the maximum density measured in accordance with ASTM D-1557. 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. 2017 Asphalt Overlays/Araucto 7 - 7 February 22, 2017 _J Project Number: 17-3001 r- L: 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 i 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 r 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 r diameter. L It should be noted that field adjustment of specified slopes for storm r and sanitary side sewers are permissible, if approved by the Design L Engineer, to obtain the minimum clearances. F External or internal grouting or repair by use of collars on the new L sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary. r L All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to F_ manufacturer's recommendations. L SECTION 7-08.3(2)G IS SUPPLEMENTED BYADD/NG THE FOLLOWING: L. 7-08.3(2)G Jointing of Dissimilar Pipe r 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). L. SECTION 7-08.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 7-08.3(2)H Sewer Line Connections L Where indicated on the plans or where directed by the Engineer, connections shall be made to the existing storm drain/sewer systems L by the Contractor in accordance with applicable portions of the WSDOT Standard Specifications and Kent Special Provisions in a workmanlike r' manner satisfactory to the Engineer. L SECTION 7-08.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW r SECTION: _ 7-08.3(2)J Pipe Laying - PVC F LL For PVC pipe, the Contractor shall maintain a cover over the pipe to prevent temperature deformation caused by the sun and shall remove r such cover only for a sufficient time to allow the pipe to be installed. I_ r 2017 Asphalt Overlays/Araucto 7 - 8 February 22, 2017 Project Number: 17-3001 L. 'l When making field cuts of PVC pipe, a new reference line shall be marked on the spigot end a distance of 4-5/8 inches from said end. Said end will provide a visual means of determining whether full insertion of the spigot into the bell has been made during installation. - SECTION 7-08.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING. 7-08.3(4) Plugging Existing Pipe Existing pipes being plugged shall be plugged with concrete at both ends and shall otherwise be in accordance with Section 7-08.3(4) of the WSDOT Standard Specifications. SECTION 7-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 7-08.3(5) Street Restoration Unless otherwise shown on the plans, street restoration shall be in accordance with the following requirements: Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 2 inch thickness of crushed surfacing top course over a 4 inch thickness of crushed surfacing base course or as directed by the Engineer in the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct the trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 2 inches of crushed surfacing top course over 4 inches crushed surfacing base course. In all cases, the asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2 inches greater than the existing section. Where cuts have been made in cement concrete pavement, the Contractor shall reconstruct the trench area with a 6 inch thick cement concrete patch placed on a 6 inch thickness of crushed surfacing top course. In all cases, the cement concrete and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. J 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. 2017 Asphalt Overlays/Araucto 7 - 9 February 22, 2017 i Project Number: 17-3001 r' L All gravel shoulders shall be restored to their original condition and shape. The Contractor shall spread a 2 inch thick layer of crushed L' surfacing on the shoulder. The shoulder shall be finished with a grader after backfilling and compacting and before spreading the crushed r surfacing. L. 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 r Standard Specifications shall be made by the Engineer prior to L authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. L SECTION 7-08.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: F. L. 7-08.4 Measurement Gravel backfill for foundation, gravel backfill for pipe zone bedding, and L foundation material shall be measured by the ton, including haul. F SECTION 7-08.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 7-08.5 Payment r L. The unit contract price per ton for "Pipe Zone Bedding" constitutes complete compensation for all labor, material, tools, supplies, and r equipment necessary or incidental to furnish and place bedding material L as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. Reference WSDOT Standard Plan L. B-55.20-00. r The unit contract price per ton for "Foundation Material, Class I and 11" L constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place F foundation material as shown on the plans and described in the L specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. L. The unit contract price per ton for "Bank Run Gravel for Trench Backfill" constitutes complete compensation for all labor, material, tools, r-_ supplies, and equipment necessary or incidental to furnish and place L the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: rY excavating, loading, hauling, mixing, placing, shaping, and compacting. L The actual quantity for bank run gravel for trench backfill is unknown since selected materials will be used wherever possible. The City has r entered a quantity in the proposal for the purpose of providing a L common proposal for all bidders. 2017 Asphalt Overlays/Araucto 7 - 10 February 22, 2017 Project Number: 17-3001 L 7-12 VALVES FOR WATER MAINS SECTION 7-12.2 IS REVISED BY SUPPLEMENTING THE FIRST PARAGRAPH WITH THE FOLLOWING: 7-12.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Gate Valves............. ....9-30.3(1) .................. Valve Boxes ..................................9-30.3(4) Valve Marker Posts.........................9-30.3(5) Valve Stem Extensions ...................9-30.3(6) SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.3 Construction Requirements All valves shall have valve boxes installed with the cover lugs parallel to the direction of water flow. The Contractor shall coordinate with the following outside utility purveyor to adjust their corresponding utilities. Project Area Purveyor Misty Meadows Soos Creek W/S Darcy or Ken 253-630-9900 Star Lake Highlands Highline WD Jeremy Delmar 206-592-8904 or Matt Everett 206-592-8902 Star Lake Highlands Lake Haven Utility Wes Hill 253-946-5440 or Gene Yoder 253-946-5434 SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-12.3(2) Replace Existing Valve Box Top Section and Lid See Section 9-30.3(4) of the Kent Special Provisions for material specifications. Where shown in the plans or where directed by the Engineer, the Contractor shall furnish and install new Valve Box Top Section and Lid .J on existing water valves in accordance with the details shown in the plans, these Kent Special Provisions or as directed by the Engineer. Lid shall be the locking type. 2017 Asphalt Overlays/Araucto 7 - 11 February 22, 2017 -J Project Number: 17-3001 r L 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 L. each structure shall be relocated from referenced previously established by the Contractor. The pavement shall be cut in a restricted area and r 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. r All valves covered by new paving shall be uncovered and adjusted to L- grade within 72 hours. r 7-12.3(3) Adjusting Valve Boxes to Grade On asphalt concrete paving and/or asphalt resurfacing projects, valve r box top section and similar structures shall not be adjusted and/or installed until the pavement is completed, at which time the center of each structure shall be relocated from referenced previously established - by the Contractor. The pavement shall be cut in a restricted area and L base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same r methods of construction as specified for new construction in Section L 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to L grade within 72 hours. r SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 7-12.4 Measurement F L Measurement of valve marker posts shall be incidental for new valve installations, and per each for valve marker post installed opposite an F existing valve. Relocation and remarking of existing valve marker posts L shall be incidental to the project. SECTION 7-12.5 IS DELETED AND REPLACED WITH THE FOLLOWING: L 7-12.5 Payment r L. Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: r The unit price bid per each for "Replace Existing Valve Box Top Section L and Lid and Adjust to Finished Grade" constitutes complete compensation for all labor, materials and equipment required to furnish and install the valve box top and lid and adjust the top to final grade L after the final lift of asphalt is placed. The costs of excavating, _. removing and disposing of the existing valve box top and lid are included in the unit bid price for replacing the valve box top and lid. L Reference Kent Standard Plan 3-7M. r 2017 Asphalt Overlays/Araucto 7 - 12 February 22, 2017 Project Number: 17-3001 L l DIVISION 8 - MISCELLANEOUS CONSTRUCTION J 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed ....................................8-01 .3(2)B and 9-14.2 Fertilizer ...............................8-01 .3(2)B and 9-14.3 Mulch and Amendments ..........8-01 .3(2)D and 9-14.4 Tackifier ...............................8-01 .3(2)E and 9-14.4(7) 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. J All cost for this work shall be paid for under the unit contract bid prices. A The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. A 2017 Asphalt Overlays/Araucto 8 - 1 February 22, 2017 _, Project Number: 17-3001 r The Contractor shall provide the Engineer a minimum of two working L days notice prior to clearing adjacent to any wetland, creek or other F sensitive area. During the construction period, no disturbance beyond L 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 L 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. r 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 r recommend possible solutions to the Engineer in order to resolve any L problems that are occurring. r The requirements of this section shall apply to all areas of the site L_ 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 r section shall relieve the Contractor from complying with other contract L requirements. r SECTION B-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 8-01.3(1)A Submittals r L 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: L- 1 . Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan L. 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor's CESCL r L SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: r L 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and L local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: L 1 . WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington L 2. RCW 90.48.080 Discharge of pollutants prohibited 2017 Asphalt Overlays/Araucto 8 - 2 February 22, 2017 Project Number: 17-3001 L ' 3. City of Kent 2002 Surface Water Design Manual 4. Construction Stormwater General Permit — WA Department of _a Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. J All costs for this work shall be included in the various unit contract bid prices. 8-01.3(2) Seeding, Fertilizing and Mulching SECTION B-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas disturbed as part of this project shall be seeded. Hand Seeding shall be the method of seed application for this project. The Contractor shall notify the Engineer not less than 48 hours in advance of any seeding operation and shall not begin the work until J areas prepared or designated for seeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Seeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hand Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 2017 Asphalt Overlays/Araucto 8 - 3 February 22, 2017 _i Project Number 17-3001 Seed Mix B shall be used for seeded areas adjacent to grass lawns, L sidewalk landscape areas, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not L specifically showing Mix A on the plans, or where otherwise directed by the Engineer. r The Contractor shall begin maintenance immediately after seeding for a L minimum of ten (10) weeks or longer as needed. Water seeded areas r before seeded has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the seeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established r- as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 L weeks from the day of first watering and as necessary for healthy r growth. Mulch: As needed to meet requirements of Sections 8-01 .3(2)D and 9- 14.4. L_ Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds r per acre. All areas which are seeded shall receive fertilizer meeting the L requirements of Section 9-14.3 of the Kent Special Provisions. r Fertilizer shall not be applied on any creek sideslopes in order to avoid L. contamination of these creeks. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE L PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch L Unless otherwise approved by the Engineer, the final application of r seeding, fertilizing, and mulching of slopes shall be performed during L the following periods: West of the summit of the Cascade Range - March 1 to May 15 and L August 15 to October 1 . Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period F listed above. Written permission to seed after October 1 will only be L given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. F L SECTION 8-01.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: rT 8-01.3(2)G Protection and Care of Seeded Areas �- Protect adjacent property, public walks, curbs and pavement from F damage. Do not place soil directly on paved surfaces. Locate all L 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. In seeded areas, treat and reseed L damaged spots larger than one square foot. 2017 Asphalt Overlays/Araucto 8 - 4 February 22, 2017 r Project Number: 17-3001 L J SECTION 8-01.3(2)H IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)H I 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 or re- fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage J 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 dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. A SECTION 8-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5 Payment _J The unit contract price square yards for "Hand Seeding" shall be full pay for all labor, materials tools and equipment necessary to complete J the above said hand seeding, fertilizing, and watering at the following areas: 2017 Asphalt Overlays/Araucto 8 - 5 February 22, 2017 Project Number: 17-3001 F L: 1 . All lawn areas or areas disturbed by the Contractor's operations r.. behind the sidewalk, even where it is only a narrow strip. 2. Sidewalk landscape area. 3. Other areas as directed by the Engineer. The unit contract price per each for "Inlet Protection" shall be full pay tL. 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. r The unit contract price per hour for "ESC Lead" shall be full pay for all duties outlined in Section 8-01 .3(1)B (Erosion and Sediment Control r- (ESC) Lead) in per hour increments. 8-02 ROADSIDE RESTORATION f� SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 8-02.1 Description F- L Drawings and Specifications: r Definitions: The word "provide" means "furnish and install" (for L landscaping only). r SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: L 8-02.2 Materials L Materials shall meet the requirements of the following sections: Topsoil Type A, Type B, and Type C............. 9-14.1 (1), (2), (3) L.. Seed ....................................................... 9-14.2 Fertilizer.................................................. 9-14.3 Mulch and Amendments ............................ 9-14.4 L Wood Cellulose Fiber ................................ 9-14.4(2) Special Planting Mixture ............................ 9-14.4(11) Matting .................................................. 9-14.5 L Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding L editions and amendments. r 8-02.3 Construction Requirements �. SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from L accumulations of waste materials or rubbish. Upon completion of the 2017 Asphalt Overlays/Araucto 8 - 6 February 22, 2017 F Project Number: 17-3001 L planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with A the approval of the Engineer. SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(3) Planting Area Weed Control During the maintenance period, all weeds are to be removed by hand. SECTION 8-02.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.4 Measurement Topsoil Type A will be measured by the cubic yard of material furnished on the project. No specific unit of measurement shall apply to the lump sum item for Landscape Restoration. SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per cubic yard for "Topsail Type A" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. The unit contract price per lump sum for "Landscape Restoration" - constitutes complete compensation for all labor, materials, tools and equipment necessary for removing, storing and replanting the existing plants in those areas where landscaping was removed to facilitate the installation of the storm sewer pipe. This item includes, but is not limited to shrubs, deciduous trees and ground cover for the restoration. A list of those plant material items being removed and replanted are to be provided by the Contractor and shall be given to the Engineer for review and approval prior to installation. 8-04 CURBS. GUTTERS. AND SP I LLWAYS SECTION 8-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways J Prior to removal of cement concrete curbs, gutter and spillways, the Contractor must place a flow line offset to confirm that curb and gutter are constructed to its original location. J 2017 Asphalt Overlays/Araucto 8 - 7 February 22, 2017 Project Number: 17-3001 f If the curb and gutter flow line is found to deviate from the flow line L. shown on the plans by more than 0.03 foot, the Contractor shall r- remove the faulty section of curb and gutter and replace it with a new L section meeting specifications. The removal and replacement shall be at no cost to the City. r. SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment L: Add the following to Section 8-04.5 of the WSDOT Standard r Specifications: "Pedestrian Curb" "Cement Concrete Curb and Gutter" r 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. - 8-13 MONUMENT CASES SECTION 8-13.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-13.1 Description L, This work also consists of adjusting existing monument case by placing r risers with appropriate height and diameter to finished grade. The L existing monument and casing shall not be disturbed. This work also includes referencing for future locates prior to construction activities. L. SECTION 8-13.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-13.2 Materials L.. Riser............................................ 9-22.1 L. SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 8-13.4 Measurement .. Measurement per each for "Adjust Existing Monument Case Cover to Finished Grade" will be by the unit of each monument case cover L adjusted. Measurement per each for "Install New Monument. Case and Cover to L. Finished Grade" will be by the unit of each new monuments installed. r r 2017 Asphalt Overlays/Araucto 8 - 8 February 22, 2017 r Project Number: 17-3001 L ' SECTION 8-13.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-13.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Adjust Existing Monument Case and Cover to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the monument, case, and cover to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Any adjustments made prior to the final finished elevation shall be considered incidental to this bid item. Reference Kent Standard Plan 6-72aM and 6-72bM. 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-14.1 Description -a This work shall also consist of constructing sidewalk ramp fo the type and location, and in accordance to the slopes and dimensions, shown in the plans. SECTION 8-14.3(2) IS SUPPLEMENTED WITH THE FOLLOWING: 8-14.3(2) Forms The Contractor shall match existing curb return including radius and elevations unless otherwise noted. The Contractor is responsible for obtaining the horizontal and vertical information needed from the existing curb to construct the new curb in the same location. -.J The Inspector may spot check formwork with an electronic level and/or measuring tape. Inspector spot check of formwork does not release the Contractor of its obligation to meet the Contract requirements. The Contractor is responsible for establishing and verifying that all curb ramp slopes complies with the Contract Plan. SECTION 8-14.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-14.3(3) Placing and Finishing Concrete The concrete shall be placed in the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall be troweled smooth with a steel trowel. 2017 Asphalt Overlays/Araucto 8 - 9 February 22, 2017 Project Number: 17-3001 r After troweling 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 L face and top on the monolithic cement concrete curb and sidewalk and the cement concrete sidewalk with raised edge shall be smooth. Curb ramp cross slope shall be constructed to not exceed 1 .5% cross L slope. Curb ramp running slopes shall be constructed to not exceed r. noted ramp running slopes in the plans. Landing shall be constructed to not exceed slopes noted in the plans. Curb ramps shall be of the type specified in the Plans and shall include r the detectable warning surface. The detectable warning surface, unless specified, shall be yellow and shall match the color of "Standard r. Interstate Yellow" paint as specified in Formula K-2-83, SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: r" 8-14.5 Payment L Payment will be made in accordance with Section 1-04.1 for the r- following bid items when included in the Proposal: L "Cement Concrete Sidewalk," per square yard �^ "Cement Concrete Sidewalk. 6 inch depth," per square yard L "Cement Concrete Sidewalk Ramp Type Parallel A," per each "Cement Concrete Sidewalk Ramp Type Parallel B," per each F "Cement Concrete Sidewalk Ramp Type Single Direction A," per each "Cement Concrete Sidewalk Ramp Type Combination," per each The unit bid per square yard or per each for the above items constitutes r complete compensation for all materials, labor, tools and equipment L necessary to install cement concrete sidewalk, sidewalk ramps, and detectable warning surface as shown on the drawings and in r accordance with the Kent Special Provisions. The unit price shall L. include but not be limited to: restoration of areas adjacent to sidewalks and ramps that are disturbed from sidewalk forms; and all other F materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation and Gravel Borrow as required shall be paid for under separate bid items. Unit price shall also include L all work necessary to discontinue sidewalk panels at locations of existing power poles. F L 8-23 TEMPORARY PAVEMENT MARKINGS r SECTION 8-23.4 IS DELETED AND REPLACED WITH THE FOLLOWING: L 8-23.4 Measurement F- L No measurement will be made for the installation, maintenance, and removal of temporary pavement markings. F L 2017 Asphalt Overlays/Araucto 8 - 10 February 22, 2017 r Project Number: 17-3001 L ' SECTION 8-23.4 IS DELETED AND REPLACED WITH THE FOLLOWING. 8-23.5 Payment ry No payment will be made for temporary pavement markings. Temporary pavement markings shall be incidental to the project and cost shall be included in the various items of the contract. J J J _J J 2017 Asphalt Overlays/Araucto $ - 11 February 22, 2017 Project Number: 17-3001 DIVISION 9 - MATERIAU r 9-03 AGGREGATES SECTION 9-03.12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION c- AND REPLACING IT WITH THE FOLLOWING: 9-03.12(3) Gravel Backfill for Pipe Zone Bedding r L Pipe bedding shall be 5/8 inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: r L.: Sieve Size Passing 3/4 1 nch 100% r- 5/8 1 nch 95 - 100% L 1/4 Inch 45 - 65% US No. 40 6 - 18% r US No. 200 7.5 max. % L % Fracture 75 min. Sand Equivalent 40 min. L 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(7) IS DELETED AND REPLACED WITH THE FOLLOWING: L. 9-03.14(1) Gravel Borrow L. Gravel Borrow material shall consist of pit-run granular material r conforming to the following gradation: L Sieve Size Percent Passing r. 3 Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 r U.S. No. 10 10 - 50 U.S. No. 40 0- 30 L U.S. No. 200 0 - 5 r. Sand equivalent 50 min. L The maximum passing the U.S. No. 200 sieve is limited to five percent (5%) based on the minus #4 inch fraction. r Sieve analysis shall be used to verify that this requirement is met. r. Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. Where additional materials are required to formulate the street sub- base to the cross section denoted in the plans, said additional material �. shall be Gravel Borrow. L 2017 Asphalt Overlays/Araucto 9 - 1 February 22, 2017 F Project Number: 17-3001 L J� * The maximum size of stone for geosynthetic reinforced walls or slopes shall be 100 percent passing 1 1/4 inch square sieve and 90 to 100 percent passing 1 inch square sieve. All other sieve values continue to apply. SECTION 9-03.17 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.17 Foundation Material Class I and Class Foundation Material Class I and Class I I shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class I I shall conform to the following gradations: Percent Passing Sieve Size Class I Class 11 6" square 100 --- 4" square --- 100 2" square 0 65-85 1" square --- 40-70 1/4" square --- 20 max All percentages are by weight. J In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3% max (Corps of Engineers CRD-C-107) -. Accelerated Expansion (15) days 15% max Soundness 5% max loss Density (solid volume) 155 pcf min Specific Gravity 2.48 min 9-05 DRAINAGE STRUCTR4ES AND CULVERTS SECTION 9-OS.12(1) SUPPLEMENTED BY ADDING THE FOLLOWING: 9-05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe ..J 2017 Asphalt Overlays/Araucto 9 - 2 February 22, 2017 J Project Number: 17-3001 PVC Pipe SDR 21 : PVC Pipe SDR 21 shall be solid wall construction and shall conform to r the following requirements: • For pipe sizes up to 15 inches: ASTM D3034 SDR 21 L" • For pipe sizes from 18 to 48 inches: ASTM F679 using minimum pipe r, stiffness of 115 psi in accordance with Table 1 . • Joints shall conform to ASTM D3212 using elastomeric gaskets ` conforming to ASTM F477. • Fittings shall be injection molded, factory welded, or factory solvent cemented. 9-13 R 1 PRAP. QUARRY SPALLS, SLOPE PROTECTION, AND ROCK FOR r EROSION AND SCOUR PROTECTION AND ROCK WALLS SECTION 9-13 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW r SECTION: 9-13.8 Rock for Ditches and Trench r L Rocks for ditches shall meet the following requirements for grading: Sieve Size Percent Passina 12" 95 to 100 6" 40 to 60 3" 10 to 20 L 3/4" 0 to 5 r- 9-14 EROSION CONTROL AND ROADSIDE PLANTING t- SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 9-14.1(1) Topsoil Type A r Topsoil Type A shall be free of weeds and consist of the Special Planting L. 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. L. SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW (- SECTIONS: 9-14.1(1)A Rotted Manure r L Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. 9-14.1(1)B Peat F L. Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture f content of less than fifty percent by weight and shall have been L.. thoroughly aerated during the drying process. 2017 Asphalt Overlays/Araucto 9 - 3 February 22, 2017 r Project Number: 17-3001 L 9-14.1 (1)C Sandy Loam Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) ......... 100% Passing 1 mm sieve .................................. 80% minimum Passing 0.15 mm sieve.............................. 15% maximum SECTION 9-94.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix A (Roadside and Erosion Control Grass): Weight Seed Mix "A" Min. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 40% Perennial R e rass 98% 90% 0.5% 40% Creeping Red Fescue 98% 85% 0.5% 10% Colonial Bent grass 98% 90% 0.5% 10% White Dutch Clover 98% 90% 0.5% Pre-inoculated .-J Mix B (Landscaped Area Grass): ' Weight Seed Mix "B" Min. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewin s Fescue 95% 90% 0.5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 95% 1 90% 1 0.5% 15% Annual R e rass 95% 1 90% 1 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. 2017 Asphalt Overlays/Araucto 9 - 4 February 22, 2017 a Project Number: 17-3001 F SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L_ 9-14.3 Fertilizer L Fertilizer for trees: Fertilizer shall consist of slow-release commercial r fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to r 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 r- derived from ureaform) L Total available Phosphorous ..... 16% of weight Total available Potassium......... 16% of weight t~ Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ........... 21% (Analyzed as N) Available phosphorous............. 0% (Analyzed as P205) Available potassium ................ 10% L (Analyzed as K20) F Above percentages are proportioned by weight. L The Contractor shall deliver fertilizer to the site in original unopened (- containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. L 9-14.4 Mulch and Amendments F L SECTION 9-14.4(S) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4(8) Compost �. Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise L harmful materials. SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW �.. SECTIONS: 9-14.4(9) Special Planting Mixture L Special planting mixture shall consist of three-way mix consisting of F' one part rotted manure, one part sandy loam, and one part peat by L 2017 Asphalt Overlays/Araucto 9 - 5 February 22, 2017 r Project Number: 17-3001 L J volume with commercial fertilizers added as specified herein and having a pH range of5.0to6.0. 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. Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) 100% Passing 1 mm sieve ......................... 80% minimum Passing 0.15 mm sieve..................... 15% maximum The sandy loam shall be free from subsoil, noxious weed seed and other foreign substances and shall have a pH factor of between 5.0 and 6.0. Maximum Electrical Conductivity shall be 2.0 milliohms. 9-14.4(12) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the ry absorption and percolation of moisture. -J 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. 9-28 SIGNING MATERIALS AND FABRICATION _.a SECTION 9-28.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-28.1 General All signs shall be reflectorized except for City Project Signs. ALL PERMANENT SIGNS, EXCEPT "NO PARKING ANYTIME" SIGNS SHALL HAVE VIP SIGNS AND CLASS A TEMPORARY DIAMOND GRADE RETRO- REFLECTORIZED SHEETING, UNLESS NOTED OTHERWISE IN THE 2017 Asphalt Overlays/Araucto 9 - 6 February 22, 2017 Project Number: 17-3001 r PLANS. "NO PARKING ANYTIME" signs shall have engineer grade retro- reflectorized sheeting. r SECTION 9-28.14(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 9-28.14(2) Steel Structures and Posts L Sign posts shall be Telespar metal post, 2"x2" square tube, 14 gauge, with pre-punched holes, or approved equivalent. Sign post shall be installed in strict conformance with Kent Standard Plan 6-82aM. 9-30 WATER DISTRIBUTION MATERIALS SECTION 9-30.3(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(4) Valve Boxes L Valve boxes shall be installed on all buried valves and conform to Kent F Standard Plan 3-7. The box shall be of cast iron, 2-piece design with a L. base corresponding to the size of the valve and the top section. The box shall be coal-tar painted by the manufacturer using industry r standards. The valve box top section shall be an Olympic Foundry No. 940. The cover shall be an Olympic Foundry deep skirt No. 940 DS, have the word "WATER" cast into it, and shall be of the non-locking r type, unless a locking cover is specifically called for in the Kent Special L Provisions or shown on the plans. The bottom section shall be an Olympic V13-1C or approved equal. A 3 feet x 3 feet x 6 inches concrete pad, flush with finish grade, shall be poured around each valve box top section not located within asphalt F_ or concrete finished areas. Valve box covers shall have the lugs or stainless cap screws installed parallel to the direction of water flow. L 9-34 PAVEMENT MARKING MATERIALS r L. IN THE THIRD PARAGRAPH, THE TABLE TITLED "METAL CONCENTRATION LIMITS" IN SECTION 9-34.4 IS REVISED WITH THE FOLLOWING: r Metal Concentration Limits Element Test Method Max. Parts Per Million F ( m) L: Arsenic EPA 3052 SW-846 6010C 10.0 Barium EPA 3052 SW-846 6010C 100.0 r Cadmium EPA 3052 SW-846 6010C 1 .0 - Chromium EPA 3052 SW-846 6010C 5.0 Lead EPA 3052 SW-846 6010C 50.0 r Silver EPA 3052 SW-846 6010C 5.0 L Mercury EPA 3052 SW-846 7471 B 4.0 L; 2017 Asphalt Overlays/Araucto 9 - 7 February 22, 2017 r Project Number: 17-3001 L KENT STANDARD PLANS _.J The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. WATER 3-7M Valve Box and Operating Nut Extender STORM 5-9 Solid Catch Basin Cover 5-14 20" x 24" Catch Basin Frame J STREET 6-33M Cement Concrete Curbs ~ 6-34M Curb and Sidewalk Joints 6-35M Expansion and Contraction Joints 6-36M Downtown Sidewalk 6-72aM Standard Monument, Monument Case, Cover and Riser 6-72bM 7" Diameter Monument Case Riser 6-82aM Sign Post Installation Type A 6-82bM Sign Post Installation Type B _1 .1 _J J J 2017 Asphalt Overlays/Araucto A - l February 22, 2017 Project Number: 17-3001 a3noaddv r {NL-2 HIDGM 3M 03N33H3 ZyHOj '1f1N 9NI1VM3d0 3btlnbs,,z Na3 NMVNU titJl� S'S� b3AO 032131ND 39 IIVHS X09 3AIVA S NVId OWUNV1S 3NUN 3WOS H03 a3NSIS3U xaioxlxxrM O O3NV 9'6T'E NOL_ S GdVONVIS d3(1N3lX3 1nN 9NIlVd3d0 .j.N3� 1N3Wd013A301ND d0 ALIO 33S 3Sn dNV' X08 3AIVA Z, aNV S1N3W3,dinb32f lb omoaV a03 b 1N3W121V4343 'JNR133NI°JN3 �" .: y '1H9Id d3ddn NOL"isn11I 33S r .L.Kax 30 AL LIo ��`l�ry� �y 'MOl3 2131VM 30 NOL.O3dI0 HUM a �t� 30 NOI vorla ldd a 03 03 O'ddtl oNV 2193NI9N3 ����S �5 a3N 1V 311A NO MD SI SNIVW NOISSIWSNWI)Mb S 3 3H1A9 a3N9IS'lVNI9FdO 3Hl'31V011dno 0IN0211O313 NV � ' � dVO SS91NIV1S'dO S9n1'SdV3 £ r in91N3Wn000 9NR133NI9N3IV931 V lON SI NVId SIHl:310N '1NIVd IVAW 30 S1VO0 a3aN31X31nN 9NUn3d0 (Z)OMl HEM a31NIVd ONV'O3a33N SV OIZIS 99 IIVHS SNOISN31X3 'Z '3aVH9 a3HSINId M0139 J33A (E)3321H1 NVH.L MdOW SI 1nN 3AIVA N3HM codinb32f 3dV SNOISN31X3 'T :S310N '00'd 1331S ` anos„ti/E En 213aN31X31nN 9NUVd3d0 r z ^' z H1IM X09 3AIVA rn = v XOIHl'NIWy S/T tlI0 II V/T b 'a21Vn9>ioob 1nN 9NUYd3d0 321tlnb5 IIZ NOL.03S d01 HIM 319I1tldW0O 99 IIVHS ` ONV lVnb3 03AO'dddV-3dd NVId 210 OT9A'ON OIdWAl0 " SV3'dV O3AVdNn NI 119AOO 'W01109 X09 3A1VA ` 3AIVA ONnow OVd(ISd 000'E) bZ HOlil NOI1J35 35tl9 n II 313a0N0O XOIH1 xbX,£xl£ rT+ S3WI1 llV 1V 1IIN 9NI1VI13d0 a � w HEM b31N3O 9NIdnSN3 P q a, (1H9IiJ MO139) I SNOI1Vd3dO 11I3NJV9 03O33N NI WWI 39 IIVHS RV0 4� r� StlNOISN31X3 NOIDRI0 I ` 2131dM , NIVW 2131VM 9 � 7 9 b' v E 310N 33S LL 1 xY G. V V o IE (dAl)XVW%Z AVMV 3dOlS 'S 0NV b'E S310N 33S IIM M11(13)1aVW 39 IIVHS'd3A0O 3H1'1J3AOO 11121IXS d33011 HONI (Z)OM1 HIIM 01?6 9A AdGNno3 OIdWAIO l O r 1 �N a3A021ddV 6 5 3iVO a3NO3H0 A' NVId OiNONtl15 3NON 3'1V0S HMO 03138 N`JI30 NO �O -- 83AOO MOle"Imovm �� �� £Bti IZ NISVG Holds anon .j. V 1 +a 031HI1 OZ-H 90-SS08 1N3KLHVd3G CHIM33NIGN3 �', � y 10 9£S V W1SV NOW MUM]SAO) r .I,NHX 30 XMID O ` a~ O 0£1O OW W1SV NOW iSVO 9WM '9 '1S3nb3a NOdn a3NIV190 39 AVW AdOO V'1N3N dO kU:)3H1 l9Ngp�tiSdM '�� '(3W"J NISVG HXV:) IV 33H1 A9 09N9IS'l0 NI9Ib0 3H10'31VOIlldna OINOU331 NV 17d r�s0� NM00-1109 b03 b-5 M nIA N nS 33S)'213AOO HAM HSnl3 NNnS in91N3WnO0a 9NR 33NI9N3 IV931 V lON SI NVId SIHl MON 2f31Nn0O S1109 3d U N311V 1331S 0-0 NOLL03S 8A i SS31NIV1S d3i3WVIa u8/S-Z 3aIAO'dd 'S 8/I„ti/£ AV-S NVId aaVONV1S NI NMOHS 3WV21d HUM a3Sn 39 Ol 'b r 'H9IH X/T'SS31131 O3SIVa Z NI„NIMI.Sb31131 3H1 NI 1SVO '£ N *d33NI9N3 3H1 A9 a3A011ddV 3I a3Sn 39 AVW r N03213H NMOHS N9IS3a ONOWVIU 3H1 NVHl ISH10 SNMS30 O3SIV21 'Z S-S NVId OaVONV1S NO b03 03OIAO'dd 31VN9 3H130 30V1d NI a3HSIN21n3 99 IIVHS NISV9 HJ1V0 WA ISAOO 1V13W OIIOS 3H1'SNId a3AOdddV 9Hl NO a3I31O3dS N3HM 'T co c' :S310N 1109 9NIanO3S V-V NOLMS 1331S SS31NIV1S VZ-ON „b/£b N W r• Ln NVId �.— aIl NMOO NOOI'dOA 3WnA „8/Z T 19NOOS X91H dVl'R S1109 'VIa 1,8/S 30IAO21d „8A Z 13SNI„Z/T ` ,18/T Z u9T/iT a 9-9 NOIID3S - 9 310H 0 b/£ �d - - - V i - -J L - - -� _ N I d -CL -L _1 7Z \ O 0u / - I I I I 310H I I 'VIa I,Z/T Z J.dII I,T NOIHl A/T X IIVy/E T X 1,1?/E I I I SOVd INI13AII 8 I — — — — — — — — — — — — --- 9 O I 1 r „b/E£Z ~� r L r I 03AONddd Ho Md1d allvawis MON 3'�5 HMO - NAV30 .1 S � as NO/(�„��o 31IV83 NISVS H31V3 MOlOMINOVAI $,Z Xuoz .0433I W a E- 1N3Y4MVd30 ONIN33NION3 �+ rn � r suax 30 pia Y,, y '1S3fta311 NOdn 09NIV190 99 AVW AdOO V'iN3>l 30 kUD 3Hl 1V 3ILd NO ldD SI NOLLVOI19fld 1103 03AO'dddV 0NV 1133NION3 �r 3H1 A9 03N9IS`IVNIMW 9H1'31VOIldf10 OIN02i1O313 NV 1f191N3Wf1000 9NN33NI9N3 IV931 V 10N SI NVId SIHl:31ON '31V119 3AIH3391Pd1f19NV1O311 HJIM 3Sf11iO3 '£ r 'NOIIO3S AVM0VO'd HIM N3A3 031Sf1C0V 3911VHS 3WVdJ 30 dOl 'Z '(9NIUVOI OZ-H 0£lO 8bV W1SV 213d)'AINO NOW lSVO 3911VHS 3WV'dd 3H11103 03Sf1 IVRI3IVW 'T :S310N r V-V NOLL39S Mb/T SZ „OZ .8/5 T „bl£ � „ZIT 8i � `- -�—� VA „Z/T t, rt 'NIW'dA1 M8/S T T J I, _ �� � 'dAl..OIL — nvr.�n�� 1 MIIA dOl T MV/G r r' 'dAl ? N � V V ('dAi'SOId Z) 310H 9Z-ONn ii-118/S r- r- f 12" 6" 91. 101. J 5 1 2" g 2 1/2" 5" 2 1/2" ti i U-p To \ ti EPDXY t- ADHESIVE r o FOR FRESH ? ti 1� Lu CONCRETE TD w COMBINED CURB AND GUTTER EXTRUDED CURB A FULL DEPTH BOND BREAK MATERIAL: 18„ COMBINED CURB AND GUTTER 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL 10" 2" 3, _1/2" T-0"HAND TROWELED y 5% TAPER SECTION 1%MIN. p 2%MAX. � 6" 24" MAX. ' ROLLED CURB C SIDEWALK 4" 12" MAINTAIN EDGE _ 24" OF CONCRETE CURB, ROLLED CURB CURB TRANSITION MAINTAIN FLOW LINE WITHOUT VERTICAL s LIP BETWEEN GUTTER AND CURB *1/2"OR**1" SCOPE 1„ 12" 6" 12" 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 $„ 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 TO LINE AND GRADE AND SECURELY STAKED PRIOR TO CONCRETE PLACEMENT. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE �FFREy ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT PAVEMENT S OF wA` If�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. EXTRUDED CURB UNDER GUARDRAIL ,t�� p��J CITY OF KENT �' ENGINEERING DEPARTMENT (CENT CEMENT CONCRETE WA-MOTOM CURBS J fj 38296 w D� 'GIST � DESIGNED- N SPS -CALF NONE STANDARD PLAN D SSIONAL �G CHECKED JB DAiE 6-33M ENC NEEIi APPROVED r a3AOHddV Siva er 03x33NO �� 'IVld015' 'S321f1J.3t1alS Nvld atNaNY1S 3NON 31VOS SdS NMVUa �� S? 30 S30IS NnO3 NO 3J3d:)NO3 NI A65 a3NSIS30 �yJ� '1,.5`� �� � � a30039W3 39 AVW S21V9 9NI32103NI321 r 3ldYiYX3 M010 H-A 96Z9£ p 'S3af1J.3f uis ONfl021b SINIOC 1NIOf AldM30IS aNb 821f10 .L.N3�I NOISNVdX3 013AlLVNN9ilV SV 'S 1N3NI1MVd34 ONRI33NION3 W co 'SINIOC • �_. XMaX aO x D (�`0 ,�� ay NOISNVdX3 3H10131VI03WN31NI 'S1VAISINI 100d 3AId lb AI M30IS NI '153nb3N NOdfl a3NIV190 39 AVW Ad00 V'1N3X d0 AJI3 3Hl r�j�s'Y'M 30 30VW 39 IIVHS ONV HSINI3 313NDNO0 IV 91I3 NO IAA SI NOI1V3119f1d'dw a3A0bddV aNV a33NI9N3 ,3� OINI(13100139 IIVHS HJ.d30 3H1 A9 a3N9IS IVNI9I'dO 9Hl'31b'JIldfla 0INOND919 NV 9V1S%SZ X 3aIM„BIT d0 9NIISISN03 1f191N3Wf1300 9NR133NI9N3 IV931 V ION SI NVId SIHl'31ON S1NI01 IONAOJ/NOLLOWINOJ '17 L 'dIa1S 9NI1NVld A9 031VdVd3S 'S9NIM AVM3ARi(3 NO SdWVN VaV 30 No gdn:)011N33VCOV SI NIVM30IS a3H1.3HM 921f13 3H1 NI SINIOC r S3dOlS]Hi NIHlIM 033VId 39 ION 11VHS S33NVN3anddV 3Hl H31VW Ol SV OS 031VJOl 39 IIVHS XlVM30IS NI SJ.NIOC NOISNVdX3 'E HMS ')IIVM30IS 9NIONnoimnS 3HI d0 30V89 3H19NIH31VW 33VAdnS 1NV1SIS-Id-dI1S V 30M:)N11Sf1W 'a3Sfl 99 AVW H1d30 llfl3 01 do aNV)13IH1„Z/T Ol do dR11S a301OWIdd SJIWII XlVM3aIS 3Hl NIHIIM S33NVN3idnddV d3H10 V'9NIW'dOA-dI1S A9 033tf1d 3NV SNIVM30IS'dO/ONV S921f1O N3HM r ONV S1lf1VA 319VO'S3X09 NOLL3Nnr'SN3A03 SS333V 'L 'S131NI 39VNIVMO 30 SKIS 1V ONV S1VANUNI 1003 ST 30 Wf1WINIW V 1V SAI M30IS ONV S921f13 NI 03JVld 39 IIVHS 1VR131VW 1NI01 NlVM30IS IN33V[aV 03a1OW3dd 30 HJd30llf13 X„8/£30 9NIISISN031NI01 NOISNVdX3 NV 'Z 3Hl ONV 9903 03N3H3IHl NO Un:)3HI N33AA199 03JVld 39 11VHS H1d30 llfld IVIa31VW 1NIOC)IVRG '(b66(l W1SV)££W OIHSVV ONO9 30 9NLLSISNOO 1NIOC NOISNVdX3 NV NOL ndiSN03 30 S1N3W3dinb3d 3H101 WNOJNO3 IIVHS 1VR131bW 1NIOC'SMV ` NnOd 31VNVd9S NO'10019NI903 Sfl1a"„vA a3AVd NI S3il(1J.3m i s No S1lVM 9NO1V ONV S9NLLSV3 AIIIIln ONV H1IM 03WNOJ 39 IIVHS NOILMNISNOJ Nnod 1VN931Ni 'S1SO8'S310d `SINVNOAH 321Id aNnoNv 03JVld 39 IIVHS 1V IIVW 1NIOC NO X1VM3aIS 1N33VCOV(INV mim N33M139 33V3a31Nf '9 a3a1OW311d d0 H1d30 lifld X„8/£d0 9NUSISNOO 1NIOC NOISNVdX3 NV 'T :S310N V-V NOLDIS r lVflb3 03AONddV b0 OLLSVId IIW 9'1133 9NI30011910£ XIVM30IS X3IHl„b :1VI2131VW XVR9 ON09 H1d30-nnA INIOC IOUN03/NOU:)"1NOJ ----- MI0C NOISNVdX3 1NIOC 71V3b9 ONO9 d ___ _ v :(IN3931 ('dkO INIOC IOIUNOJ/NOIJ.OVdiN00 ('N1W„T)Hld3a 9V-lS%SZ X 30IM„VIT S1N3W3Ninb3N 31V89 93 IVNOLLIaOV b03 S NOI133S NVId 021VONVIS 1N3X 33S ('dAl)JJVIOC NOISNbdX3„8/£ 93 (d l)1NI 0C /02MO3NO37V21NO3/NIW1T) 1Hd30 9VlS%SZX0IM r. „t,/T I r AVMIAMG 110 I dWVN GNfl3 z r- ('dAl)33Vd?Jf s 9NINNVM L 3I9VIDIJ30 VaV HAIM llfl3 93 r- lVflb3 03AONddV NO:)USVld lIW 9'113d 9NI30ON 91 O£ :1VI'd31VW XV3a9 ON09 H1d30 lifld r -J 15'MAX. BROOMED FINISH PERPENDICULAR EXPANSION 5' 5' 5' TO PEDESTRIAN TRAVEL(TYP.) JOINT(TYP.) SEE DETAIL"A" 4"SHINE 2"SHINE FINISH \ FINISH SIDEWALK L ION WIDTH VARIES V A \ TYP. ) AIL"A" PLANTER STRIP CONTRACTION/CONTROL \\ (WHEN REQti JOINT(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 4 4 17 2" 3/8"x FULL DEPTH EXPANSION JOINT 2" \11CONTRACTION/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,b MIL PLASTIC OR APPROVED EQUAL 1.5% DRIVEWAY SHINE FINISH SIDEWALK 4"CONCRETE PER WSDOT 4" STD. SPECIFICATION 8-14 4"MIN, :"'_"',., A V" 2"CRUSHED SURFACING2" TOP COURSE '� 3/8"x FULL DEPTH CURB,GUTTER AND SIDEWALK CROSS SECTION 6"CEMENT CONCRETE DRIVEWAY APRON AND EXPANSION 30INT GUTTER FOR RESIDENTIAL DRIVEWAYS. MATERIAL,SEE y 8"REINFORCED CEMENT CONCRETE APRON AND NOTE 1 NOTES: GUTTER FOR COMMERCIAL DRIVEWAYS. 1. EXPANSION JOINT MATERIAL TO BE 3/8"x FULL DEPTH AND SHALL BE PLACED AT DRIVEWAY CROSS SECTION 1T 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 b"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 AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE S. EXPANSION JOINTS IN SIDEWALKS AND �,�FRE�' ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CURBS SHALL BE ALIGNED WITH EACH w OF WAS�I�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. OTHER AND NOT OFFSET. �'>, CITY OF KENT co � ENGINEERING DEPARTMENT b. DESIGN SIDEWALK CROSS GRADE � Z SHALL BE 1.5%. .KENT EXPANSION AND 7. WHERE SIDEWALK CROSSES HYDRANT ��, 38296 �� wIpMIMOTOY CONTRACTION/CONTROL JOINTS LATERAL; CENTER 3'WIDE PANEL �.�� ISTEg��� COK DRAWN ED SPS SCALE NONE STANDARD PLAN ACCROSS LATERAL, USE EXPANSION �`SIONAL � CHECKED 0a DATE s-35M JOINT,SEE KENT STANDARD DETAIL 3-1. ace, APPROVED -A SIDEWALK 5' CURB AND WIDTH VARIES GUTTER FULL DEPTH BOND BREAK MATERIAL: 30 LB. 1 PROVIDE MEDIUM BROOM FINISH WITH �.ALTERNATING DIRECTION OF BROOM ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL � ' STROKE TO CREATE A"PARQUET"PATTERN. — — PARQUET PATTERN TO BE CREATED IN THE - FIELD WITH REGARD TO EQUAL SPACING OF FULL DEPTH BOND BREAK MATERIAL: 30 LB. -" ALTERNATING PATTERN BETWEEN 6" ROOFING FELT,6 MIL PLASTIC OR APPROVED SMOOTH TROWEL FINISH BORDER. EQUAL ABOVE 24"DEEP ROOT BARRIER, 10' ' I LENGTH (TYP.) SEE SECTION 1 ON THIS PLAN NOTE: AND KENT STANDARD PLAN 6-55 EXCLUDE SCORE PATTERN ACROSS DRIVEWAYS AND /, A WHEELCHAIR RAMPS o77 i % STREET TREE,SEE KENT STANDARD PLAN 6-56 1 6"WIDE SMOOTH TROWEL FINISH(TYP) MEDIUM BROOM FINISH I / V. 1.1 ry ......... 2 WIDE TROWEL JOINT(TYP) H I 3/lb" NE FINISH CONTRACTION/CONTROL JOINT 1/4" I WIDE AT 5'O.C.SEE DETAIL A - LEGEND: BOND BREAK JOINT 3/8"X FULL DEPTH EXPANSION JOINT EXPANSION JOINT AT 15'O.C. (TYP)OR AS DIRECTED ——CONTRACTION/CONTROL JOINT BY ENGINEER,SEE DETAIL C — SEE STANDARD PLAN 6-89 FOR STREET LIGHT ! STANDARD FOUNDATIONS. f 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 OR APPROVED EQUAL DUCTILE X 4-4- CURB AND GUTTER PER DUCTILE IRON TREE GRATE 3/16" 6" 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 450, 10 PLACES(MIN.) HOOKS DETAIL A CONTRACTION/CONTROL JOINT FABRICATED AND INSTALLED 7 EEP BY CONTRACTOR PAINTED ROOT BARRIER FULL DEPTH BOND BREAK WITH RUST PROOF PAINT MATERIAL: 30 LB ROOFING FELT (TYP.ALL 4 SIDES) - 6 MIL PLASTIC OR APPROVED EQUAL MINIMUM 2"CRUSHED ��-24" DEEP ROOT BARRIER BELOW SURFACING TOP COURSE BOND BREAK MATERIAL AS MANUFACTURED BY"DEEP ROOT", R , OR EQUIVALENT SECTION A 4"CONCRETE SIDEWALK 10'LONG,CENTE CENTERED ON TREE 2"CSTC DETAIL B BOND BREAK NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT a AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 3/8"X FULL DEPTH �FFRE ' ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT EXPANSION JOINT AT 15' OF w �I j THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. O.C.(TYP)OR AS � ��. CITY OF KENT -_j DIRECTED BY ENGINEER co x�� ENGINEERING DEPARTMENT Z • DOWNTOWN �' KENT 38296 ! w.%owmoTOM SIDEWALK 4"CONCRETE SIDEWALK � 1 STEg� ���' DESIGNED 2"CSTC COK SCALE NONE STANDARD PLAN DETAIL C EXPANSION JOINT SS10 AL �C~ CHECKED DATE - 6-36M ENGINEER APPROVED r MNON3 a3Aoaddv Wr Nmvda `I�'1•IQ 30V32IfIS 9NI2lV39 W oZL-9 9lOZ 2lanNbT 31Va 03 cc d0 HAIM llfld ONV 30N3d3Jwn:),1I0 NVId OHVaNV1S 3NON 3lVJS N00 Mms30 1�L ISS'� MdUN3 3Hi ONE odv.IDViNOJ r 213SI21 aNd .o.e^l„• . isl���, ��� J.DUdAd 3AVH Ol SV OS C13NIHDVW 39 96Z8F p. IIVHS 1V3S 0NV 213AO0 3Hl'9S£SSVIO H3A03 3Sd0 lN3P4nN0W 11N331 'bib-V NOIIVN9IS3O WiSV'S9NUSV0 `1N3y4nNOW aadaNdlS 0 Z NO'dI-AVa9 39llVHS S9NUSV0 3Hl 17 r JN3M"Vd3G CHIa33NION3 sip SIX aO A D �� 0 �y '3AUVNa31lV 3AOdddV-3dd '1S3nb3'd NOdn 09NIVAO 39 AVW Ad00 V UND 30 AlI0 3Hl � � bO 0219NOWNO0'ON"Vd SA'dOM 1V 31Id NO 1d3)1 SI Nouvonand im o3AOdddV aNV a33N19N3 f� Ih'SI+M 30 S NOWNV021O[1SV3-15Od 1N3Wf1N0W '£ r- 3Hl A9 03N9IS'1VNIDMO 3Hl'3MIldno MNO2 ala NV `i�� �� '3AI1VNd3i1V 03AOaddV-3dd'dO !l191N3Wl1000 9NRI33NI9N3 IV931 V ION SI NVId SIHi MON ti6S6£9- „£ 1 QZL-9 dSA 39S N3SRl ISAWVIa„L'dO3 'L Z6S69E- 2 1N3wnNOW:10 NVId 06569E-2/i T 'ON i*dVd 'SM'dOM NOT r „9 =i 'O3I3I03dS SV 39 IIVHS iN3W3AVd '9 NVO21Of 1SV3-213SI'd 9SV01N3Wf1NOW 'Z ` 'a3IdI03dS '3AIiVNd3ilV 03AO'dddV-3dd 2IO 3SIKSHM SV'dO 313dDNO0„SSVlO SOS69E 'ON 121Vd'SXbOM NObI NVaHO1 r IVIaa3WWO0„V 39 IIVHS 313b0N00 'S ISV3-d3AO0 ONV 3SV01N3WnNOW 'T NO 1103S :S31ON r ltlI>i3IVW 3AIlVN 0 u7 c w /T T \ % \ v7 \ a z - 1N3Wf1NOW C o � p g vzi W1O0 S. m 313i10NO0 1 1 - i m \ J J m '—'XVW„9/'NIW J r m o VIO„8 \ a ` .'. „g 0 „ZT-„OT ,. 0 IVRJ3IVW d0 OIOA `� AVMOVO'd n o \ A HOA 03I3I0 E, o n SV 313210NO0 o o. A p i w x/S a. iN3W3AVd I „8/£ ��— OSIa ilVHdSV I' 2I3AO0'bI0„b/i 6 SSV219 'NIW Z a 1N3W3Atld �- M3W3AVd ilVHdSV 'VIa.,9T/6 OT 313210NOO 3atll g a3HSINId 3GYNS 03HSINId r Z13SM'VIG A d0 NVId 'VIa,,9T/T 6 a3A03 j0 NUld r 'VIO„9T/ST L \ dSS1 N 1 3p�� ,8TlLI T 1 r VIa„Z/T 6 'VIa JT (AV-8) M I f r u8/L Z „8/L T u8/E T SNOISN3WIO 9WH ISS r _J .J -_A _J NEW FINISHED GRADE I NEW FINISHED GRADE ASPHALT PAVEMENT 8 1/8""DIA. ASPHALT PAVEMENT 8"DIA. ,A _., 7 3/4"DIA. A i 7/8" TACK TACK COAT (TYP.) COAT (TYP.) 7"DIA. `OLD FINISH OLD FINISH 'GRADE . X � � GRADE, CONCRETE ASPHALT PAVEMENT PAVEMENT `,. _ c _ EXISTING / UNDISTURBED - CASE MONUMENT .._, Y Y ( Y r: NATIVE MATERIAL . SECTION 7"RISER RING DIMENSIONS NOTES: (SIZE) 1 1/2" 2" 1. MONUMENT CASE RISER-OLYMPIC FOUNDRY,PART NO. 14-6215(THIS REPLACES THE SATHER MFG.RISER)OR PRE-APPROVED ALTERNATIVE. 2. MONUMENT CASE COVER-OLYMPIC FOUNDRY,PART NO. 14-6211(THIS REPLACES THE SATHER MFG.COVER) OR PRE-APPROVED ALTERNATIVE. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT FR ), AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 3. THE CASTINGS SHALL BE GRAY-IRON Sp WAsh,I�� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CASTINGS,ASTM DESIGNATION A-48, ll:� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CLASS 30.THE COVER AND SEAT SHALL F� Ao CITY OF KENT BE MACHINED SO AS TO HAVE PERFECT' = ENGINEERING DEPARTMENT A CONTACT AROUND THE ENTIRE Z CIRCUMFERENCE AND FULL WIDTH OF 9 �`� KE"NT 7" DIAMETER MONUMENT BEARING SURFACE. CASE RISER J 4. CONCRETE SHALL BE CLASS 4000, ���,S�O 382e5 ISTEg�'C,l�w KAPPROVED COK SCALE NONE STANDARD PLAN SIONAL E� JAF DATE JANUARY. 20A6 6-72bM 5. PAVEMENT SHALL BE AS SPECIFIED. 1 7Q 03AONddV wDZS�Q �SIOZ'L0'90 31V0 03)103HO NVid (lWaNVIS 3NON 3NJS Hoy a3NDIS a q yS Ol�s`�<Y r d 3dAl KOLONINSVM �� 96Z8£ �w N011`si'11VISM 1SOd N91S 1143M 1N3YUHVd30 8HItlMM ON3 r to ,LNH I 3o Allo 0 �y '1.S3nb31d NOdn 09NIV190 39 AVW AdOJ V'1N3X dO KU:)3Hl iV 31Id NO 1d3)1 SI NOIlV3119f1d HOA a3AOdddtl aNV IUMI9N3 ��I 'VA 30 S 3H1 A9(13N9IS'IVNIE)NO 3Hl'31tl3lldfla 3IN02d13319 NV A 'ag a 3� r 1f191N3Wf130a 9NI?l33NI9N31V931 V 10N SI NVId SIHl:31ON 53aIS 2df103'Hl9N3l lifld S'd31N33„T NO S310H a3H3Nnd-32dd'd313WVIa AT/L r W1I31f1J02ll0313 WE-SH3009 aNV Sl09WAS'SaN3931 3AVH IIVHS 1SOd 321V11bS'NIW ISd 000'09 H19N3a1S O13IA 59O 3OV219 ONOWVIa WE-SN91S IOOH3S 0ZT-W OIHSVV a3ZINVAIV9 a3ddIa lOH 39(INV OS 3aVM9 ]IIVWSRdd AlISN31NI H9IH WE-Aa01V1f1931d aNV 9NINNVM TTOT WiSV'1331S 133HS NORVJ a3110a 39 IIVHS 1SOd 'b :1Vl'd31VW 9NU33HS 'OT '1N3lVAIflb3 � „SZT'O- 'd3AO ONV„9£AaOlVIMI'd(INV 9NIN'dVM 03AOliddV'dO IJOHJNV dVdS3131 NZ/T Z X„Z/T Z'39f1V9 2130Nfl(INV„0£ kl]Oi lfl9311(INV 9NINdVM L'9 3aV219 OOSV W1SV 133W 011VI2131VW 03ZINVAIV9 !SS9NX3IHl ANTM NMS Wf1NIwniV '6 a3ddIa lOH 3N1Z 3911VHS HSINId'd01 WMJ NZ MIS HJV3 3NO S310H b313WVIa N91/L HJV3 ti 3AVH IIVHS 'S2d3NMO ALd3d02dd 3Hi A9 a3NIV1NIVW 'dOHJNV'iN3)1 30 KUD 314i A9 a3AOdddV 3I A1NO'•a3Sfl RV SiSOd N9IS 31VARld(INV SN9IS 3WVN 133US 31VARid '8 39 AVW 9 3dA1 NOUVllV1SNI 31V1d 3SV91SOd N9IS HO nbZ 01a3311aad 99 AVW H19N91'NO£39 IIVHS H19N31'dOHJNV '£ 'SlIV13O N9IS ' 3WVN AMB HOd W"-9 ONV W£8-9 NVId a21V0NV1S 33S 'L 'NOIIVAVJX3 Oi'dOl'dd 310H b313WVI0 N8 NV 9110J'SNOI1VllV1SNI)I1VM30IS-NI 2103 'Z Z90I1 sinNWVf'W0L0ll 39 Ol Si109'd3N'30J '9 '1N3lVAIflb3 a3AO'dddV 'd313WVI0 N8/£90SEll39 01 S.l_3AI2d MUM 'S 'dO'3dA13dId 1331S 1SOd aVdS313139-nVHS S1SOd lVi3W 'T S310N 'NIW 'dOH3NV 3H1 N9 9NI'd31N3 WO213 313bJNOJ "" 9NI1N3A321d 31IHM 210H3NV 0 310d IVN9IS 2dO MVONV1S ONnO11V 3JVld NI a3dnOd 0 iH9133'd1S NO 9NumnoW 39 IIVHS 3SV9 3i3nNOJ , 0 11 j 0 £31ON 33S'3f1211 0 „£ (INV 9Wflld aOHJNV 13S 0 IVI2131VW a31JVdWOJ'dO ° IIOS 3AI1VN a392df11SIONfl o NO NOI1VONnoi os-, 0 S'd3HSVM SS ° H1IM S1109 o \ SS NT X N91/S I ° 3 3aV'd9 a3HSINI3 ° x ' 0 9 310N 33S 0 rib '1109'd3Ni103 „£ ° 0 0 a3H3Nfld-321d 0 r- S310H lltl'399 bT tl ° '„Z X„Z IdvnbS 1SOd NOIS ° lvnb3 a3A0addV 210 13X3VHG lI-aNV9 0£0'0 SS I OT aNtl fi 5310N 335 9 31ON 33S'S1I09 a3N2103 H1IM I 2d3AO aNV„9£SN9IS H3V11V S 310N 33S'S13AR1 3ARla Z H1IM r 'd3aNl aNV„0£SNMS H3VlLV r r 03ADHdda W 7�+�+Q_g annims SIOZ 6Z'S0 31VU 03)D3H0 M+ld 02iVONV15 3NON 31VOS N0O NMVHO NO3 93NDIS30 NO D"11 SNI .LN3�1 �� �6 zes t ���a RV9d 3Sd8 1SOd NOIS 1N314"Vd3G ON1833NIJN3 Z 0 suHx 3o �&sIo W co '1S3nb3'd NOdn a3NIV190 39 AVW Ad00 V'1NDI 30 ku:)3H1 0 .ay lV 91I3 NO 1d3)l SI moun and T103 a3AOdddV ONV 09NI9N3 3H1 A9 a3N9IS'IVNIE)MO 3H1'31VOIldnci OINOIM913 NV 1f191N3Wf1J0a DUMNION31V931 V10N SI NV'ld SIHl:31ON 'SIIV1.3a aNV S310N N9IS ONV 1SOd NOIS 2103 WeZ9-9 NVId O2JVONVIS 33S 'Z 'NVId a'dV0NV1S SIHI9NIsn 01210Iad(i3ilIfl 3,d IVA02dddV 1N3)I 30 kUD 'T NOLLVA3l3 :310N r S1f1N aNV S213HSVM SS 'S'dOHONV 3903M SS 2/T SX„Z/T , o (£E 301V'd9 SS TOT TV W1SV)91VId W011091331S„ti/TX„LX„L O o `- 0Nf1021V iiv 013M o 00 �- O 31V1d 3SV9 NO O 03EIND Mani 3dvnbS 031V'dO3b3d(££3aV219 r E59VW1SV)V9 ZT NORVO MOI a3ZINVAIV9-3dd S310H'VIO'01N3O„T NO,,9T/L NVId 0 o r 31V1d 3SV9 NO aldgiN30 9NI9f113*dvnbS(]31VdOdd3d(EE 30V219 µ ES9VWISV)V9 ZT N09'dVJ MOI o3ZINVAIV9-3dd (E£3(lvdg SS TOTTV W1SV)31V1d W011091331S..b/TX„LX„L S310H'd313WVI0 J7/E r- L WSDOT STANDARD PLANS ROADWAY DELINEATION B-30.70-03 Circular Frame (Ring) and Cover CURBS, SIDEWALKS AND DRIVEWAYS J F-10.12-03 Cement Concrete Curbs F-30.10-03 Cement Concrete Sidewalk J F-45.10-02 Detectable Warning Surface ROADSIDE AND SITE DEVELOPMENT H-70.20-01 Mailbox Support Type 2 (2 sheets) SITE PRESERVATION AND EROSION CONTROL 1-40.20-00 Storm Drain Inlet Protection _.J -.J _.l _J _1 J 2017 Asphalt Overlays/Araucto A - 2 February 22, 2017 Project Number: 17-3001 ._ ,er+or,ona.rmN a..wwar.aumos � N fN41 A,nFWHLt,l.6L.06p�il•,Il1, ,a e m ro w,ma .rrw,arawavr,ao.,w �"• Q �' O�. mS v E g n m c m tm Zz C nm &6wE A o Q m am Ead$ €! @r m m¢ F .9tfEz� J PR�4 ' Q w a V 6 o � z me m tE m� 82 ��pmag vm me m fim it -- LU Am 8 aJ fj1 J E �mmm» cC 1 mm 'F3 .20 CA %mmom v� N m ..].-... O QSY ffiC CC Ort �' OU V.! ;m a �N Emrn a mm c �$ 'I N c z m n Ot�E �� � o ai � Z•� mt 4m$� .��Z.W a$ 2 2n m ��? z Q mini u�. 'U J 2 fV t7 < uj Kl t,: L_ fap i �x a�a�is I H m I w w O S _ o mn m ,t i a IL w Z IL tu7 to �y h• .Bll L i J _.J m W o N J w yQel Q pt 1� J o � o j s ye ya � o r- --- ,d' .ers p >w k8 h ..0 N Q 1- �l_ I ;W - wa 26,1 k Z �f�wc J _J MW w �Jf{,,� W } I k"Itt BfE OW O � - = s =,Zu m J 5 1 zp k Ot1OJA3 VW All kMYNO art 0 N In a�0 H� o fy zQ? wSQ ^d o �y c'r a aC di nm �n a. a3 _ mo< Qtl1cm d o ^o o Z O. X d b o gyel m$ °fi @� y `'� O Wj N ow g d olm two �' ma d'bQIQ� 4�0� r'� F a "' w i IL r '0 a 0 E cG W r ' W z c ca°�' C V H ► 0 o ra d ca O H Eo N / ID C J W V N F u)Ut0 m o W [a w O y LL N - 42QQO Z � Q :-C - M ON.0 7 m 7 O K O ul Cr W cc W N c F m ni W a 9 W Cl � UJU It W U. W , U d SMU Ji InW 2 ROW53RNA W wZ o z 0 _ erg¢a. o Z it v-.t O C1 UF Qm o Q �'0 --i Z�—z Em tl!N tuncez N z g0 0. 3Gkl ul 4• N m U so Z no m x w m� D f z -ce W V a s uj —.� rc > rc N W 0 d 'I' m � J a £ �"p Z p z Oc V t a:wi o Z b O a LLb a d W ix F- C pp. WVm 9 Up Z O LL LL it LL to ---1 o Co LL z ww �w 7 c p zoo WOQz� Z C UOYa 9�� Q w > a0 wmo aQ W O 4b Zz W W 4z$ > U0. I w Q w 7 `W Z LL a: w tD C Lu z Z QN cpi ' p F G W N F • W F V - . - V LL p Z Z N n p w`ry W Q & K�p p W go "1'm N >bu o VH W - p (Wj7 -W LLH y OC) > JW J LU LLLL d 'B pZO ED U p O Lu 4WE \ \ O .-J R afp ce \C_ 9 -J O rc -n3Qan NH3j '.AS NAWtlN(I r) 4 0 0 W p w Vmp� N z a o 'z c CARRY b8gUl 1,i C I � a s X"�ry'n w d y4 ' uj VIP v j Y' m r OW = UO W= C 6 z �. �� z� H0 qR ON � IV � g0 P- c c o a W. � �QzH o'� Z c K YY j pp cw �l ;` Z Z {{I 0 3 F O V 9 p ccLLI \\ w yy '` F r 60 z ,% `� I m V W '\`, X 83 it pO m a -, Oo = .ate- '' 0 ,\.• \� zMae > LL. L4 ID LU e�,GE ;� m Z a z 'NIW A p . c Ci J mm , � { y m C �0= a WY .Eoc ..•. z� maim mm Q .6 F zG a pt Z .. a r c �0ac �!4 �° a 0 a UZ $ wW m W g m tam 3z w J J �w • ° m N . Y$� F �w 0 pU ma wat w O �2 oW O I- a h m W w . LU in a pm 0 o m E 0m O ur Mo V m dl N w Z 2 u m y aR z i Q 'a S 92 z aG Hrc � j c a a w Q �_ m 000t� v t W 1 Wm t m LL N p 1 t 1 F� "0 5 _J GA - ZLL O' Od Oo zy gW S gj t01 Zv Q3C�z a2 ea 5 zz z= zti O W 0 J dpdpm j 0 LL.- (mm[Z� _ ? z Z.. =t; O Vpp m m mW�t ' �y mul MW �W �tcl Ut° ow ptlJ -J J LLI � d m � -� £wmtxy V o bW dam. S. woa �m cFi ' � w C LL Y �gp W W tz�j 2 tTl O $�` O K 29 W a> Q m W �trl O LL O= W 1]V G N 2 T'W'U. .2 a O� O a o OC 2 N gLL W a0 U w 0 V OLL z C 0 "� WK Q is .1 °�w a$ h Y a w w d egli rz V m w a. a K Cc, ~ �ii � �y � p lr`t •4 �j g+ O ,Yi� � p aS F c O W {V at V I]Q a J b 5z c� bz � lu L m rO w�p tt1 W w 6 C9 Ww b d O (=0 OV -_ Z e _ 3 ,qW �dFy d� JTr., LL't4i _I b 7- NN b VO �Y K t LL �� OC. S ° Wo �O m p u z 1° a < wo z d' O d• w o aW xy aawAo vsn :Ae Nwia LL y N m �� m C o a Y m t E O m C m S m ] O .0 m m r N Y Q C n ��c �PEmEm m mo U3 Z 0 o. m c G E O W L6 w y � w S mm�0 Z) g v Ln • mG�? �a a ' z a N tm �M J mho cs5a tctm $ a m fn'!o aic mh r W LL m 0 y O¢i �y ��/ J O m e V.�U bo-6,0 � rJ �'O CY Nm YO `,,r NVO Mli � � tl a m a) ._--.....J�i mt�r�ordtammmUoC t1awmrnc0i�l�uuzQ�c`�wEmo��VrncomO) mi�nrmmnm�'°�a• md3�a.�cy wcmu •imLmo3 m `mmo3° •�rnm�Em v«mm`R ymcw�oc mm ' H(GaQQ:q: m\o m m �}uo� ma o nm 0 o i z Oui 8E,08c a w J A my1 i a O.a N R �w O m m 1 - p LD m 0 W) . Cmd ON m amo�S pw f8r 5m -0 -0 mm 12 ❑'m Q •Ean dE 8 00m�2-CLoM t c c ='- m _Ca? C m m$ c aL Vz c U 2 .2 to, O wNQ. - Z ww o� 5i mEoo O8xOm �aawv :c �a °0 ¢ NOU L - m w.�2mlo>c hm w S m m 0 3o=Q Qm � _z 07,UNDc a'O Z C1m e D -N .p VJ E€ -0 Q C n ,0 ' 8 .N d E E Ev E0Oaa `a m° ID amy m m 10 cr2- cie am.2 13 w IL m �m Et 8m 2C:m w cm a m 3 m �8 0O Y o o COD u ml wm o '° com cm oC y C za o C* CDCQO_tM CO m o y) O `w F • `' COCOm 12 m w wr IOm L 0 mO wmwW Z IV M 7 6 6 h 06 m rHa�QN► C7 ....1 F LL W _ (.1 z y a O N wm LL 7 O ¢ate 1�� F d o OZ O aw0 0 o� e0 0� H _ t r mOZ Z �aa 00 O 0 �m F J H-LLa'y 1 rc l v�°d LLa o a woi W ¢�3n O a a c U N O w 2 WOn OF �$~ z �J O W o 'NIW m y In z t7 6 F Lr „0 M omm 0o p r,lm I H omur 2g3 w n `t zap Z M�o NIW,A•,9 3Ww W 7 J6m y m� z oN a Z z a � Z � w0 r ui ¢ wow a< oa U' �cwi� a x Z g¢ Q w LLz O E �q 'XVW.9L 'XVW5 a3 y O•k V_1 W U U C aw w~ ¢ 'NIW.9 NIW�9 O V, ' ¢ z; ao w g awm$ m coin v 50 U 2 O C w �m 02 G W U V w p Q .._J aU' cYiy 0 2Q'p 2,z R' �0 ¢ ¢ JZ LU ui w z LL D O a 0 IY ,A g Uz K Z-0 y >< I $ o ra Y� ¢ l w G a 1y _ E t� ct� Q r TWO a m O �UZ Z LL W i rm. w J ¢ m U 0 W =2 Z- =2 ay F- Y W J oaSa Z 82 ;Ln 0 a 0w W O W ' WO1V� m 0 U6 Uw FU~ U 0 J Wj �$ J— O LLa uu W WIZ LL U Dm JG Z ULL r W -KW O W m" R. Q LL O awo U O 1 N m W w m mw �� w lro p 0, o° �r o wa a F of oZ� W XV3a8 In �Zj 0 Uz ao 0m W ro Q 3OVa`J if �:, p Ow �Q7 y0 �. 0 I am VY 5 L) ��'O LL CAW -, rWWnu O +� MZQ.. m �3Y = ZVO Z g ZWmw M'd9a9 _ Vnime Z oz-LU a m 0 °mrcz tutu aavaM oo0 5 g�3g .2_ V ca ~¢m LLUZi {L Q d 0 0. LU le V btu~W a LLy a Ww m Wmw o, 53 M w I 00 JLu0 w W0O Z �r U 0. O z 0 Z - ?¢0 O�Z¢p r r O a q U ga m 113U011 Na3d :A9 NMtlaO m m `p sa exxammw�waea era. wnem T N Y J : O n m xo �airsiw�u� ar �' paOIO p C NR.O �ru m y F- .:E m a a -� ma 0EE O m3o F' N N me mvd oQBa Uma 0; O z oCL 2 d 8 IL rL �t°;� mZ �St �O °da�y�' IL z € N W t 4 Z Z 3 zo 61 rn > .,a -� IL m,Qm O��Q Omm OR 0 A R 1 x p ,2 8 mm m �Oom ��Eig !p �`�� 455 wwu ag on v mm� Lf un,�o p, 3cE ��� q&��� J a m a O< mo,H�E �m5= o0-2 m� co mNm COCL c \II ZmFMW a nl-pQ� �m.nc Npg E �n o'm m �L T ' ENO oc cL7O'N aaE O^T L m O 3 N W�? m = C m EOE E �ca�,oQ ooE� n�c o O o y� 0 wEQ j •yAE0� %O�Oma- GLL J .. a m g qn '^ m=o m a Ra r3= lei. m 2 IL a W aTiy o 'a bmcv E�'Es" Q. o w omN E o° arn€ oo cmy F� a LL) E ��.@c� r..s w prna x my Ey g0 F Wu m3° n9@an mo�'E� vu,w c�aa— - -----8 ---- - - Z z tu t ui cm E ��mHE @aom'R �aoZS m� m F-m E Q F-W v,35 U w(D �0 J Z r fV M a L6 J i � Q 0 J ra �pa G m�O J w, OQw °x 'an °w z a;°1 o � wow C U1� N W O mzLL m w Iy F GJ z w LU Cy!13 T� 1 � yN O Q 1 f- S �Q _ C7 4 a Ma w � ma � OK O z NF J 0 aw a C U� p. �m w G 4 Wes,0. J!5 C<) O �m Cc =z m �® co ;� W ®---e ® Q 0 4 W 0 az mw © of z1 �{I N p z N yp0GNO -I 5-5 WJ 10, =a31 1 myz O xaaz duo EI mNd ==z y z vHrns HUvw :As Nmwa ,ssaw�mnavne�ma uweemr}a,nwn r N -� w�wuw+mvm+na�arasw+iia �j a• OW�GY7MJYJ 91l itYY1Yb9AY1NAw1M O lMnm]OD?iA�Y9TDTr,On'S+wLAW 31p u F G b a � d N = w r g u h 19 US IL a dLL ` O 9. 9 'xvw.6-R Z Ujo ss �'o _ a ww.s ,£ W W a 'Py� e�o� J a h 3�W Z � aN \ c w as -i mam _ O y m N F w w V *o co z, 2 m V 1lu �3 o s Niw.s a o m 93dA1 N w w waLu z I �> o ;it i3 x J W Z 3.LU O�~�yyZ O fx.7 ri w (' s n �� OW " fn la 1 XVW.B-�E G7O o aw J O x� W0 O Z 3dkL w 8 w n 1 p ul Fa0 �2 J Jai o =Oa o w Q 3dA1-- -------------------- 'm w w O og OZ F m1 tc W � d1 O O O O -"� Q LLJ pOdOQ0p0 �0. f9 d0000000 OpO0000p � f U 00000000 d0000000 J 00000000 O O O O O O O O pOP00000 y W 00000000 T G 00000000 w G OpOpOpOp > _, Q 000000000 O _., pOpOpOpO LL O OOOOOd00 � m O d0000000 IL �Op0�0�0 Z �00000000 OdpdO00d 000000000 O O O O J w pQO00pOOpOOp Q� O 000000000 m_ m � OdOd00000 �� � �vw �c e vxrns NEMM 'As WAVUU ) \t k C4 0 \/ § "d 6 § ! § . — f / _ )\� ]||| § L § « » \ LU z § ■ . ) { rL 2 ) k2E / kw Co Ei �|` ©� tjo <k2/| �$ § CD » ca $ § 7F. § kO — e2 k i k% } � § z m n . a : � ■ ~ \ § (2 m (§ § s \ rf r , 7 k 2 Ix / L / ' § § \ § k ! a� � w z , , 2 / a ^ C3 w0 LU .. _-AA0_ :As__ TRAFFIC CONTROL PLANS a 0 0 a a a a 0 2017 Asphalt Overlays/Araucto A - 3 February 22, 2017 Project Number: 17-3001 om tlti - rn Z71 O ffl £m O Oz = U! On 00 O yz n O➢ tl o N T,c' ZIca m d x ip O mOy y Z $90 mm�0 O m mP x 1t� A �z zp AA mr 022�y ZH 9 I Z my 9Tf$�] N 9 O C r �Q m SAD AtiOg va O M� 2 N O Oy ON➢ my 9P Z vv m A T m i fl m n (// nl �(N]A� Ay In 90 mN N -� AX �NJC O mZ 5 9 c Oy i v P v A D f�l z� m ?�O 4SOD 00 O Apz 3 N '^ OL] <my yN f)9 O z O G1 Qj C A PO O A SODA ➢A ti �-A P NS < b S m T g O z y m p Z I<if y 2 9F m 20= KOr N= W= 9 ym mOm nrIDIOT f/1 A 1� P. R ( N O P A iZ m_ AJACr ONZr Z� A yC C iir -.- zZ� 3xr tim pm m Ny Opr ApCDpCr r (� 9A m pm m DON Dim A.1 � 3g ~ A S O P T m 2 A .'. y8m �nD111 DT D 11w N J[ A T )� ON O 2 xy Z O < Z 2 m O S2 0 0 r A 1ZA ZA O 2r OCY C O S m n p = LLml� i �ij 0)O� O~ O p1[1 b D i Ifnim O.z P y N m O y y Z y z i3m-- ti�02 OT N �y9 S a N D Ul O 1 Agmm 00 m 2 OTm AAm *0 O z O A mn0 ��N� yn O N� m O Z Z Ny A'DYy A Z -1 by A y JC -1 O �rr yyTZ P o m Z N m 0 Agi )ADS Dm 9 A O m by T[]O x my > Sog -�uAOO �O O p0 -nn p aD O pm Ong AA p z v o��-' u+�g �� x oO o z `➢ a �= O x 0A mtmm PNOti Om C o< O z y Z m � Om y O A �c< N AA Az A Or ti A9 Y L $ R A P m y DD$ sN �ti m O n g 4 N Hgn $ i i y m O m a n > s y D O A z Db O < A )o P a z 2 D AT m C y ➢D i m A my z O X- 33yy a OT o D W; A z w ym P H n 8 F R O O p Oy ) y z m y z A Y a ) z " P x D N N S DN m y P O A ~~ y On A yz y c z z a z a o _ p C Ai { z m fpi w 8 7 £ m $ L-OZM x o < y C x z m A P z D �i yO A. m y _b P Z 00o J` O Q x y R Gn yM D R O� O 2m O •'J HOy O —r O O P H VO' 3 O A A x A_$ 13 Dv S O iSz O `Po z m O P n H 13 R �z13 - zPP Om 9 mm O gy e 0 oD b 2m S V Nz A 13 D O A cnm i c n D a o r—X—r—X-1 > N n m N N N i =1 n !4> xzi 1«"EL O� mm��/ W20-7A x gg9Pn9n A A m B Z ��� Timm COA •Oi➢ nIyr y�tl 1 OSNz 1 ohm P W20-4 x O�Ammo zo-+�ma 2 T MaxK wTONAn i i;oz W20-1 > Kry8 AZApy.0 �N �25 zr0Am3 0 s o m o m a N - 0 H v = o m a N N _ m � or tl a m YI 4 m 55 m 5 �o E oz = fn op Op v0 N mz O oa a on mcN va �a Z Z a 5 Or O N Z $,"O 'a0 �O m x N m 'z z zo as mr Z. Z mK � mo mozO-0 mW '� aDaM>v vyamWnam mSAy WA� OO yTNGz Z p 0 f ]Oti ` O JZCa0N][ 09 � T9 O p 5 C Y P O a D m z0 N - A `20DA DA y OJC Z NY O� <f11N y➢ 5 y z o n o c p fJ P„ N p�W ao< < W a n w� < < fx W m 00 -ZI C f9fm ZOx <r N= N= V y0 0 for 2 Z Np ➢DD WD� y; Ola�l 2 A -WI O mn rA mryql��'cfi'� NAyO�= ymm Z O TLY 3jn�0r HTP pT p NN'O O m z O < Z 0 0 A pO om om Z y 0. i m y 21 AN�om Oo OO Z Z n z y&y. AHZ y Y T W9 yr2 x Q IWfI O N OQlZ uWO0 Oran a aD P O M. ~m 000Y a Y 9i9 AO a F m�T uNmq N = O n O �yZ z n S M O 2 0 <n 0O m C y� p N m m < Om p O {d $ F O m y y�T N SO Xxz a Xr T y ~ D xT Lm m Y Z u O A7u N a ➢= N S $ N [gyp ; A N c p Z 2 y O d aa90 m p D z 9 m i wpm S C O yP = L a m A mm z p ' Ow D O mp A m Z Nw Gl pmp m O vA m $ 4 a O O0 a N y f�12 2 C x m m m L n F T ym m I o s 3y m v o z n - i mm Wool o 0. j D A p z ay m < z z M O 8 `g Y N � x 1-OZM F<Z I R �4a I 4 V > T O (; o � 7 X� 2 D a L z az s P Y o o` i z n `n ZC 9 c� NN D O O.� A-1 O vv� 00 W x 17 ma z 40 <3 8 vE: C O Ng P <z 4 4 k 10 4 c v< 4 4 ap C a A O 5. 17 17 V mm'" 17 p 17 y o o 13 to n 0 O v D O D O a O 1$ G o a --X—j—X—� u a c a N oa �-► F► �-► 0 cx J X A gQ N N x 46 T J z m n Z P�>O ♦ O m I i> --X--I-X-Io-7A t A f Ail m p� rZmDa00 m mmvmp _ J norD �1Py0~a�iz I y I ipa m SGl W20-4 t p;pmmp Hexmmn T 'bm� mOyaP • z mA2 W20-1 ;o xDMTN r D � OTmmma Q, ' a2DNm0 y N T a Y 0, Z:. zmm 00 s � gi m m 5 Gl v 3 " f m m ti0 02 2 N On OO OO N Nz n ODr a m CN sD nm1 t 1 O m° Z z� j OyZ mmm? mz m m= z mm 5a ;rm p0 zr D S m 8 m� mzz za m" 2 a- t� m T. r �n m ��➢ >ytip� pn p ($� P N p pp °NA m mZ Z a. A g Do .lI rK ° Oo~ r pQ, Ay M yp fY NN N <~< AZ pNx 09 09 O 5 C -1 Z a n O p A m ZO N M. DA y 2 NN M �n <my yN as m g z 0 Z ° n ° y 2 C OS N o02 DO< <S N M,''a T r <O 2 O X 0 2 m r a 2 M. NN a T mm T <N n A A � C N O D n ."0 i2 I<i! Lx� [N]�Z� ZD m NC G rM Oy m ZZ i57tr _m <-pm M << 2 y C m y m Ny 2 ODr x�Dr Dr a2 (] y T yN 2➢gym �� 2� ° ➢ fh O N -D-V CDC O 0 a v 1�1 SAOr °« O Ty T Gb Z .a ON <O TS Ny Al T Z D -� O T ODm DT D n N J( O T < ON- Np 2 z O N O) O n <sa -izA v D m > D O OCZ C Z. y m m z z c 'G) y y ie3 inym� ma z >g p 0 D ; mm zmo a a a N D y U1 O Nam C-) om N 00 m M 2 Z om Sym * A 2 O D 2 a p yr!N� N(Tt ° z� ° Z Z Na OD ° 2 N� 7 m 2 7J Im 0 O ➢ �$]1 y� 00 sp O A OpO ,➢n r 0➢ o An Omntl F N x m < D ti r �m Oa x 9 ➢ A a °®y 00 om S o`L p C n < Z. v ySg m ($� 0- 0N O � $ p '� 9 tiIm Y ^�A �2 � Or Z � H .'OV A Z 11f ti HiN o Ry xO> D ZN 2 5 D SN ay m O ° z N D y �x N x 2 E so z S I !E > > > 1o, z ° A pz z a o x n Do m ; ➢ z m a Az m m 0. D-Di m m v m A mN K O a v o cp Dp m = o op T y N s T u 3uzi x c E n mm m z s z i� o N y_ _ m n p A i z N i ^' v� m i a D o z y p n - m m N N T O S 3 `gY W o "4 D p n j L ?Y L-OZM 3 w v �� tiD S Z n C�C7 X f-OZM N y D O < zm, O �In O 0 G In z° x U; 2 X VL-OZM F O 2' 9 �O <s x-1—x- -x—� N; s ° X L �# �► i► �► V a o T x � T rn �O IXI I —x---x—�—x W20-7A X ��� D W20-4 �X w O >n � Z O W20-1 m Z 1 0- gA°mz[Ai TZmDCmO n G1ti O��p z 5Nz O �nm`{iy Aop paO w,xmm, S �� mnaNO� 0 10 Omgm<7b' - 3bTA�mN �,r-<aa$ pmATmD Q >z MTm z c o�p - �1 (v omm3 pp n 6 z b � m D ti ZS Z a m m m N a v r ox m 0o r O 3 z O = Z c� 5 r� 10 y Oz Z Z $On nn nn N Nz n OD O a n mcN 99 mD m O o'f r3 mp<< Z zO s O p-Ni= aTm� r= a TS z mm_ 5 O r9 imro OGO m' S O 5 N� r -I .iDD OZZyy ZAyA y m d � - Z Y r Ay myytlD Oy A M � AO A OD OND myp NG1 r ZI N A 2 T i D > G1 !" �Q 9 N Fyn ANDn Dn � a� �fZb N Ax N < mZ Z v r C O Z V . OA 9 ➢ m Z� 0�0 SO 00 n Az = mN y m OD 0My Dy Ta O 5 a O A SODA DA y NI C WNW nnS m O v N O Z n m AO �OyN �N V p ym 00 yD� rD-D Dlnil (Il nm a2 2 m D M T Z I 41 T� ?I T < N tl O A, iZ T AJC rD nNZr Z� n NC � T Oy � ZN �xr Hm OT S D m Ny Z ODD BIyQ� OD 9m m M m ON Drn-T m2 N� O p n 0 Z O N (n O n ~sti rOiiA ZA Dp I Ox A n DD pCy NC O Z < Z i m D r_w_ Oyny my ZO -P, m 0 0 �' yA N M m n y m tan Z y i2m yy02 O' m =� Om ym 2 D w Z N y N A NO A CIUNN Nn O NZ m n Z Z NZ C➢_ Z D A T O yn yy A ti x y m y9 yT2 A L) U m z O n ' <�D tiuy0 �O O DO D P D bm OOQ a 2 gp�v ug00 Oa x Op n i ➢ D sOZ Zy n �D om a O e 6 Y Xp O m A yN xn xm A zD m � D xN ay ; O O � N -z-.'z� � N D W r2 N yOy ? a 29 A i wl ➢ 0 ➢ -`D Z o p mZ m D O x Dm m z r ? yM Dy Z m C y m m A lGfl n mN n Oy y O p $O K OD mAm m O 0 m r pppppp y x m 3 A A a p 9 N N 5 D y T N iN 2 C m L y O s m D s I O Z yD G G y C m On 0D tl D D O Z .Dy � Dy D yDy D Z Z w < m m O w .Y 7 8 $ L-OZM c LL-6M MCI .BLX,ZL # rx -I ;g — 4 rMr3@S m Fr 7Y 9 zro n 1t04-LlV d$ p 0 z� tl N � �` T M yWy Sys 0o A C A n ti p `? nC M =° T ° S�� o °� � O N m9 H p m p ° N ° m 13UO a O s ,D>W o a n v =A S O> a a I Dmx O O y y o 0 ao o a m o < � p 0 0 0 A L V W2-401R z o> D ; A 00 rn LI �xn �f, v zmn r __ m ami A 0 0 z r AyzOm'An m v ,D"zm �mo r n O y r y y 0 _ Oj$N2 O pm2 i O�0 p�pmm0 �17=1 MON( sp YI2O-1 A Z O 1-O ON�mm = 12'X16" i tl o R9-ll F��Sav 1.0 R � 9iayimD '^ m H. Op A o m i m O n o, N 'o m y r y u, a N Iv - ROI T 4) SS v O Z ° Z m A p� �D m Z ��O '>O a0 m m? i �� m b �ziN I9oa m� ni A O o f z❑ O -1 -1 yZ xrz Z T T� D 2r G O p arm O- Zr p yti T. m ti= z mN m O D 5` W" vzz z�y m v om �z by r' [ r -I vDp yyD p 2 Z p" T ZD pOpy� N- -y1 N L ❑ ti rr N r �n V Dl �1n m'Dg Dl� Oi 90 r2 y y AJpG DNr M� mZ Z D A m A Y� i !n o�0 g200 00 A Ax N mN Z m Az WpN A>v CIO O 5 T m T = LI 8 C A m OO y O A `28DAt(/o� A 2 ❑ p = G 1 Z p �x N =OS 1rNN Ny 9 ❑m O T ZZ NN DD� AD Dm g r m ,a C GZI �m C AXE n�Z 2 Im"1 �C nW O n ZZJCF tim �m fpi] Z [ NI Z N R N1 Z Oyr SyDr Dr C-nI 9W ❑ ml" 1+1 DN Dim i� ZZ y A m O G1 y m N O tiD 8p0eD- « D ry N ❑y Z A ON [ND NA yD Z 2 ❑ tzii T O 0 L S D ❑ 9 2 A p =W= A CTI 2 p C 2 C O $g Z m p m m S r -� ODO[ nti O �❑ y D i m W Nm0 LI y -1 Ch ~ O mb'm Au04 Or N 00 m S =_ m OTT z�z ❑ m Z Z N z A m bl 0 ti W y g y y 9 Z. y�y x = M y[9- y r 2 '9 y O ❑A1 <v v � mpp ti yp IO O m 00 ❑z9yE>oa oo o M i ❑ �xA" N=F e i m�,', gNyo o oy ❑ u m $a= DD o Cg 71 -Ism pp p2 A Or z u g v O xN xW m y O D x^' S0 m A N O z z N1 v m m j Z� A i 0 m p m 0 Z m y b Z m N_ p y m mm L T A N ❑ D O Ix y p SAn Z z N� Z D S m ❑ �rD Ili 3 D m p❑ �+ N N ❑ x N TN = y u C y ❑ y = mD n p L N D m N< C1 O T 'I D fmli D ~D -- m y z m ❑ T p F $ D > O G A i r # z r n C m T N y T O Y y m m R 9� O n y = y 4a D m�a a G �.FR S mor a r e gal Xt w 3>E m y m I^C A A F O % •� m i ZLX,4Z m� lLl-sa w 383H SSOa E c o 0 03sOlomim3ais 3'y N O_ V N S m Q >D s 0A S N L n �W ° NA D �O 13 pX O 13 y V1 � ° ° Cs m p ° N 0 rn n A rl 0 O z m Z Z m na 00 Zr- v�'v pymz� � nA myA OCI ZmmG p 60:As;yO ZO^`��`�^,,''O S 5553N555 Z o 0A N-.2 LITp N H p N 9 j O- p sIOEWALK CLOSED a z o N 0 F p 4� 3iy� 2+ m USE OTHER SIDE D [ v 25 c ~ n cSDv R9-10 ❑msm0 24'X12' co d�mD ovpv N zmmb Op SUPPLEMENTAL INFORMATION _J l J _J J 1 _J _.1 J 2017 Asphalt Overlays/Araucto A - 4 February 22, 2017 _� Project Number: 17-3001 SUPPLEMENTAL INFORMATION ESTIMATED QUANTITY BY NEIGHBORHOOD Item i Star Lake Misty Seven Oaks ,Item Description UOM Highlands Meadows Total Number (QTY) (QTY) (CITY) BASE BID:SCHEDULE I- STREET 1000 Mobilization LS ................. 1005 Saw Cut Existing Asphalt concrete Pavement LF 1310 1750 90 3150 1010 Roadway Excavation Incl,Haul Cy 460 755 40 1255 ...............................- 1015 'Unsuitable Foundation Excavation Incl,Haul CY 0 35 0 35 1020 Remove Existing Asphalt Concrete Pavement Sy 280 370 20 670 1025 Remove Cement Concrete Sidewalk Sy 940 1500 70 2510 .........---------------------- 1030 Remove Cement Concrete Curb and Gutter LF 1240 1670 100 3010 ........................... ------ . ................- --,- i ............. 1035 Remove Cement Concrete Extruded Curb LF 0 600 0 600 1040 Gravel Borrow,Including Haul and Compaction TON 50 75 10 135 ............. ................. 1045 Crushed Surfacing Top Course,5/8 Inch Minus TON 120 370 20 510 .... ....... . .............. 1050 Planing Bituminous Pavement Sy 6955 11520 3165 21640 ................................ 1055 H MA Class 1/2", PG 64-22 TON 1580 2840 910 5330 ............ .......... ....... ............ 1060 Cement Concrete Sidewalk Ramp Type Parallel A EA 26 29 2 57 ................ 1065 Cement Concrete Sidewalk Ramp Type Parallel B EA 5 4 0 9 ......................... .................................. 1070 (Cement Concrete Sidewalk Ramp Type Single Direction A EA 0 2 0 2 ........................ ................................. - —------------ 1075 iCement Concrete Sidewalk Ramp Type Combination EA 0 4 0 4 ........... 1080 Cement Concrete Sidewalk SY 260 550 20 830 ......................... 1085 Cement Concrete Sidewalk,6 inch depth Sy so 50 0 100 1090 Cement Concrete Curb and Gutter LF 1110 1500 90 2700 ... . .............---------------- 1095 i Pedestrian Curb LF 615 825 35 1475 ............... ....... 1100 Cement Conc.Traffic Curb LF 0 600 0 600 —--- ---------------Replace Existing Valve Box Top Section and Lid and Adjust to Finished, 1105 Grade EA 0 0 12 12 ............ Remove Existing Manhole Frame and Cover and Install New Circular 1110 Frame(Ring)and Cover,Type 2 EA 1 4 6 11 ----—--------- ............. ........... 1115 Adjust Existing Manhole Frame and Cover to Finished Grade EA 0 0 1 1 1120 lAdjust Existing Catch Basin Frame and Grate to Finished Grade EA 7 0 u 7 ........... ................... 1125 Adjust Existing Monument Case Cover to Finished Grade EA 23 28 5 56 ................. ................ ............ . ............. Page 1 of 3 SUPPLEMENTAL INFORMATION ESTIMATED QUANTITY BY NEIGHBORHOOD Item U10M Star Lake Misty Seven Oaks Number Item Description Highlands Meadows (QTY) Total (QTY) (QTY) 1130 Mailbox Support,Type 2 EA 0 1 0 1. 1135 Topsoil Type A Cy 21 27 2 50 1140 Hand Seeding SY 52 66 4 122 1145 Traffic Control Labor HR 1280 1360 460 3100 1150 Traffic Control Supervisor HR 220 230 80 530 ................................ 1155 Temporary Traffic Control Devices LS 1160 Portable Changeable Message Sign(PCMS) DAY 90 1 90 30 210 1165 !Sequential Arrow Sign(SAS) DAY 40 40 20 100 1170 Inlet Protection EA 37 75 20 132 1175 ESC Lead HR 80 so 30 190 ... .......... 1180 'Street Cleaning Sweeping HR ISO 160 60 370 1185 SPCC Plan LS V 1190 Temporary Erosion/Water Pollution Control FA 1195 'Asphalt Cost Price Adjustment CALL ............ ...... 1200 Minor Changes(SCHEDULE 1) CALC V SCHEDULE 11- STORM SEWER 2000 'Saw Cut Existing Asphalt Concrete Pavement LF 751 844 0 1595 2005 Remove Existing Storm Sewer Pipe or Culvert LF 496 464 0 960 2010 Shoring or Extra Excavation Class B SF 1854 1526 0 3380 2015 Unsuitable Foundation Excavation IncL,Haul Cy 39 36 0 75 2020 Foundation Material,Class I and II TON 54 SI 0 105 ....................------ 2025 Pipe Zone Bedding TON 300 365 0 665 ............. 2030 Ductile Iron Sewer Pipe Cl 50,12 Inch Diameter LF 180 0 0 180 . .. .......... ----------- 2035 ;SDR 21 PVC Storm Sewer Pipe, 12 Inch Diameter LF 0 180 0 180 ............. 2040 SDR 21 PVC Storm Sewer Pipe, 15 Inch Diameter HE 315 0 0 315 . ..................... 2045 SDR 21 PVC Storm Sewer Pipe, IS Inch Diameter LF 0 190 0 190 ................................. .................................. 2050 'SDR 21 PVC Storm Sewer Pipe,30 Inch Diameter LF 0 95 0 95 .............................. Page 2 of 3 SUPPLEMENTAL INFORMATION ESTIMATED QUANTITY BY NEIGHBORHOOD Star Lake ! Misty Item Seven Oaks Dumber Item Description UOM Highlands Meadows Total[ (CQTY) My) (CITY) 2055 .Catch Basin,Type 1 EA 0 1 0 1 i 2060 (Solid Locking Catch Basin Frame and Cover EA 0 1 0 1 2065 (Bank Run Gravel for Trench Backfill TON 269 166 0 435 I 1 2070 Crushed Surfacing Top Course,5/8 Inch Minus TON 62 63 0 125 2075 HMA Class 1/2",PG 64-22 TON 30 30 0 60 { i 2080 Landscape Restoration LS ✓ ✓ 0 1 2085 Minor Changes(SCHEDULE II} CALL ✓ ✓ 0 1 ALTERNATIVE A-1 3000 Mobilization(Alternative A-'1) LS w' r" w'` I I 3005 ;Pavement Reinforcement Interlay Grid Sy 10380 18100 6065 34545 3010 LPG Tack For Pavement Reinforcement GAL 2080 3620 1215 6915 ALTERNATIVE A-2 i 4000 Mobilization(Alternative A-2) LS 1. 4005 Hot In-Place Recycling Sy 10800 18200 6800 35800 Page 3 of 3 J PREVA 1 L I NG WAGE RATES _1 J 1 1 1 _1 _J J J .1 2017 Asphalt Overlays/Araucto A - 5 February 22, 2017 _J Project Number: 17-3001 rdye 1 UI 1/ State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 03/13/2017 County Trade Job Classification Age Holiday Overtime Note King Asbestos Abatement Workers Journey Level $45.25 5D 1 H King Boilermakers Journey Level $64.54 5N 1C King Brick Mason Journey Level $54.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $54.32 5A 1M King Building Service Employees Janitor $22.84 5S 2F King Building Service Employees Traveling Waxer/Shampooer $23.29 5S 2F King Building Service Employees Window Cleaner (Non- $24.54 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $27.33 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $55.51 5D 4C King Carpenters Bridge, Dock And Wharf $55.51 5D 4C Carpenters ._� King Carpenters Carpenter $55.51 5D 4C King Carpenters Carpenters on Stationary Tools $55.64 5D 4C King Carpenters Creosoted Material $55.61 5D 4C King Carpenters Floor Finisher $55.51 5D 4C King Carpenters Floor Layer $55.51 5D 4C King Carpenters Scaffold Erector $55.51 5D 4C King Cement Masons Journey Level $55.56 7A 1M King Divers Et Tenders Diver $108.77 5D 4C 8A King Divers Et Tenders Diver On Standby $66.05 5D 4C King Divers Et Tenders Diver Tender $59.88 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator $59.88 5D 4C King Divers Ft Tenders Surface Rcv Et Rov Operator $55.76 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 $57.511 5D 3F httDs://fortress.wa.aov/Ini/waaelooku[)/DrvWaoelookuo.asnx 2/16/2017 rdgeZorli r King Dredge Workers Leverman, Hydraulic $58.671 5D 3F r King Dredge Workers Mates $56.44 5D 3F L; King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $55.51 5D 1H King Drywall Tapers Journey Level $55.66 5P 1E L King Electrical Fixture Maintenance Journey Level $27.99 5L 1 E Workers King Electricians - Inside Cable Splicer $73.20 7C 4E King Electricians - Inside Cable Splicer (tunnel) $78.59 7C 4E , King Electricians - Inside Certified Welder $70.75 7C 4E King Electricians - Inside Certified Welder (tunnel) $75.89 7C 4E King Electricians - Inside Construction Stock Person $38.69 7C 4E King Electricians - Inside Journey Level $68.30 7C 4E L; King Electricians - Inside Journey Level (tunnel) $73.20 7C 4E King Electricians - Motor Shop Craftsman $15.371 1 ' King Electricians - Motor Shop Journey Level $14.69 1 �- King Electricians - Powerline Cable Splicer $71.851 5A 44D r Construction King Electricians - Powerline Certified Line Welder $65.71 5A 4D L Construction r, King Electricians - Powerline Groundperson $44.12 5A 4D Construction L King Electricians - Powerline Heavy Line Equipment $65.71 5A 4D Construction Operator Ir' King Electricians - Powerline Journey Level Lineperson $65.71 5A 4D L, Construction King Electricians - Powerline Line Equipment Operator $55.34 5A 4D F Construction L- King Electricians - Powerline Pole Sprayer $65.71 5A 4D Construction King Electricians - Powerline Powderperson $49.16 5A 4D L. Construction King Electronic Technicians Journey Level $31.00 1 r King Elevator Constructors Mechanic $85.45 7D 4A L' King Elevator Constructors Mechanic In Charge $92.35 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $17.20 5B 111 Products Work Only King Fence Erectors Fence Erector $15.18 1 r King Fla ers Journey Level $38.36 7A 31 L King Glaziers Journey Level $59.31 7L 1y King Heat Et Frost Insulators And Journeyman $65.68 5J 4H r Asbestos Workers L King Heating Equipment Mechanics Journey Level $75.46 7F 1E King Hod Carriers Et Mason Tenders Journey Level $46.66 7A 31 ' King Industrial Power Vacuum Journey Level $11.00 1 L. Cleaner King Inland Boatmen Boat Operator $59.86 5B 1K F_ King Inland Boatmen Cook $56.18 5B 1K L r- L. httDs://fortress.wa.aov/Ini/waaelookuD/DrvWaaelookur).asDX 2/16/2017 rayC J ui i i -� King Inland Boatmen Deckhand $56.181 5B 1 K J King Inland Boatmen Deckhand Engineer $57.261 5B 1K King Inland Boatmen Launch Operator $58.59 5B 1K King Inland Boatmen Mate $58.59 5B 1K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1 Of Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer & Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer >_t Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 ' Of Sewer Ft 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 $55.51 5D 4C King Ironworkers Journeyman $65.48 7N 10 _ King Laborers Air, Gas Or Electric Vibrating $45.25 7A 31 Screed King Laborers Airtrac Drill Operator $46.66 7A 31 King Laborers Ballast Regular Machine $45.25 7A 31 King Laborers Batch Weighman $38.36 7A 31 ..J King Laborers Brick Pavers $45.25 7A 31 King Laborers Brush Cutter $45.25 7A 31 King Laborers Brush Hog Feeder $45.25 7A 31 King Laborers Burner $45.25 7A 31 King Laborers Caisson Worker $46.66 7A 31 King Laborers Carpenter Tender $45.25 7A 31 King Laborers Caulker $45.25 7A 31 King Laborers Cement Dumper-paving $46.09 7A 31 King Laborers Cement Finisher Tender $45.25 7A 31 King Laborers Change House Or Dry Shack $45.25 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $45.25 7A 31 King Laborers Chipping Gun(30 Lbs. And $46.09 7A 31 Over) King Laborers Choker Setter $45.25 7A 31 King Laborers Chuck Tender $45.25 7A 31 King Laborers Clary Power Spreader $46.09 7A 31 King Laborers Clean-up Laborer $45.25 7A 31 King Laborers Concrete Dumper/chute $46.09 7A 31 Operator King Laborers Concrete Form Stripper $45.25 7A 31 King Laborers Concrete Placement Crew $46.09 7A 31 King Laborers $46.09 7A 31 a httos://fortress_wa.nnv/Ini/wanpinnkun/nrvWanpinnlei in acnY 7/1 A/7f11 7 rage 4 or 1 i r L Concrete Saw Operator/core r Driller King Laborers Crusher Feeder $38.36 7A 31 King Laborers Curing Laborer $45.25 7A 31 r King Laborers Demolition: Wrecking Et $45.25 7A 31 L Moving (incl. Charred Material) r King Laborers Ditch Digger $45.25 7A 31 King Laborers Diver $46.66 7A 31 King Laborers Drill Operator $46.09 7A 31 r (hydraulic,diamond) L King Laborers Dry Stack Walls $45.25 7A 31 King Laborers Dump Person $45.25 7A 31 F King Laborers Epoxy Technician $45.25 7A 31 L King Laborers Erosion Control Worker $45.25 7A 31 King Laborers Faller Et Bucker Chain Saw $46.09 7A 31 L King Laborers Fine Graders $45.25 7A 31 L King Laborers Firewatch $38.36 7A 31 F- King Laborers Form Setter $45.25 7A 31 King Laborers Gabian Basket Builders $45.251 7A 31 King Laborers General Laborer $45.25 7A 31 King Laborers Grade Checker Et Transit $46.66 7A 31 L Person King Laborers Grinders $45.25 7A 31 King Laborers Grout Machine Tender $45.25 7A 31 L King Laborers Groutmen (pressure)including $46.09 7A 31 Post Tension Beams r- King Laborers Guardrail Erector $45.25 7A 31 L King Laborers Hazardous Waste Worker $46.66 7A 31 r (level A) King Laborers Hazardous Waste Worker $46.09 7A 31 L (level B) King Laborers Hazardous Waste Worker $45.25 7A 31 (level C) L King Laborers High Scaler $46.661 7A 31 King Laborers Jackhammer $46.09 7A 31 L King Laborers Laserbeam Operator $46.09 7A 31 King Laborers Maintenance Person $45.25 7A 31 F King Laborers Manhole Builder-mudman $46.09 7A 31 L King Laborers Material Yard Person $45.25 7A 31 King Laborers Motorman-dinky Locomotive $46.09 7A 31 King Laborers Nozzleman (concrete Pump, $46.09 7A 31 L Green Cutter When Using Combination Of High Pressure r Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King I Laborers Ipavement Breaker $46.09 7A 31 r - - L r- L httos://fortress.wa.aov/lni/waaelookuo/r)rvWaaelookun.asny 2/16/2Cf17 rdyc z) ui 1 i _a King Laborers Pilot Car $38.361 7A 31 King Laborers Pipe Layer Lead $46.661 7A 31 King Laborers Pipe Layer/tailor $46.09 7A 31 King Laborers Pipe Pot Tender $46.09 7A 31 King Laborers Pipe Reliner $46.09 7A 31 King Laborers Pipe Wrapper $46.09 7A 31 King Laborers Pot Tender $45.25 7A 31 King Laborers Powderman $46.66 7A 31 King Laborers Powderman's Helper $45.25 7A 31 King Laborers Power Jacks $46.09 7A 31 King Laborers Railroad Spike Puller - Power $46.09 7A 31 King Laborers Raker - Asphalt $46.66 7A 31 King Laborers Re-timberman $46.66 7A 31 King Laborers Remote Equipment Operator $46.09 7A 31 King Laborers Rigger/signal Person $46.09 7A 31 ' King Laborers Rip Rap Person $45.25 7A 31 King Laborers Rivet Buster $46.09 7A 31 King Laborers Rodder $46.09 7A 31 King Laborers Scaffold Erector $45.25 7A 31 - King Laborers Scale Person $45.25 7A 31 King Laborers Sloper (over 20") $46.09 7A 31 King Laborers Sloper Sprayer $45.25 7A 31 King Laborers Spreader (concrete) $46.09 7A 31 King Laborers Stake Hopper $45.25 7A 31 King Laborers Stock Piler $45.25 7A 31 King Laborers Tamper Ft Similar Electric, Air $46.09 7A 31 13 Gas Operated Tools King Laborers Tamper (multiple £t Self- $46.09 7A 31 propelled) King Laborers Timber Person - Sewer $46.09 7A 31 (lagger, Shorer £t Cribber) King Laborers Toolroom Person (at Jobsite) $45.25 7A 31 King Laborers Topper $45.25 7A 31 King Laborers Track Laborer $45.25 7A 31 King Laborers Track Liner (power) $46.09 7A 31 King Laborers Traffic Control Laborer $41.02 7A 31 8R King Laborers Traffic Control Supervisor $41.02 7A 31 8R King Laborers Truck Spotter $45.25 7A 31 King Laborers Tugger Operator $46.09 7A 31 King Laborers Tunnel Work-Compressed Air $83.12 7A 31 88 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $88.15 7A 31 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $91.83 7A 31 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $97.53 7A 31 8�( Worker 54.01-60.00 psi httos://fortress.wa.aov/Ini/waaeIookuo/orvWaaelookuo.asox 2/16/2017 vagebOTI F King Laborers Tunnel Work-Compressed Air $99.65 7A 31 Worker 60.01-64.00 psi I L King Laborers Tunnel Work-Compressed Air $104.75 7A 31 8D Worker 64.01-68.00 psi F King Laborers Tunnel Work-Compressed Air $106.65 7A 31 8g 1. Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $108.65 7A 31 8D Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $110.65 7A 31 8� Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $46.76 7A 31 Tender �- King Laborers Tunnel Work-Miner $46.76 7A 31 �- King Laborers Vibrator $46.09 7A 31 L King Laborers Vinyl Seamer $45.25 7A 31 King Laborers Watchman $34.86 7A 31 F King Laborers Welder $46.09 7A 31 L King Laborers Well Point Laborer $46.09 7A 31 King Laborers Window Washer/cleaner $34.86 7A 31 r King Laborers - Underground Sewer General Laborer Et Topman $45.25 7A 31 L Et Water King Laborers - Underground Sewer Pipe Layer $46.09 7A 31 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 $55.51 5D 1 H King Marble Setters Journey Level $54.32 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $11.00 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 j 1 r King Millwright Journey Level $57.01 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 r King Modular Buildings Equipment Maintenance $11.56 1 L King Modular Buildings Plumber $11.56 1 F_ King Modular Buildings Production Worker $11.00 1 Lv King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 r King Modular Buildings Welder $11.56 1 King Painters Journey Level $40.60 6Z 2B King Pile Driver Journey Level $55.76 5D 4C r King Plasterers Journey Level $53.20 7Q, 1 R L r L httns://fortress.wa.00v/Ini/waaelookur)/r)rvWaoelookun_asnx 2/16/2017 rayc i ui L i J King Play round Ft Park Equipment Journey Level $11.00 1 Installers King Plumbers $ Pipefitters Journey Level $76.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $58.69 7A 3C 8P King Power Equipment Operators Assistant Engineer $55.21 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $58.17 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $58.17 7A 3C 8P Concrete King Power Equipment Operators Bobcat $55.21 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $55.21 7A 3C 8P Equipment King Power Equipment Operators Brooms $55.21 7A 3C 8P King Power Equipment Operators Bump Cutter $58.17 7A 3C 8P King Power Equipment Operators Cableways $58.69 7A 3C 8P King Power Equipment Operators Chipper $58.17 7A 3C 8P King Power Equipment Operators Compressor $55.21 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $58.69 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $55.21 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $57.72 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $58.17 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $57.72 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and $60.47 7A 3C 8P over King Power Equipment Operators Cranes: 20 Tons Through 44 $58.17 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $59.28 7A 3C 8P Tons, Or 150' Of Boom -� (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $59.88 7A 3C 8P 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $60.47 7A 3C 8P 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $58.69 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $55.21 7A 3C 8P Under King Power Equipment Operators Cranes: Friction cranes $59.88 7A 3C 8P through 199 tons King Power Equipment Operators $57.72 7A 3C 8P .a httos://fortress_wa_nnv/lni/waneinnki in/nrvWanPlnnki in_acnX 9/1 r%l?n1 7 rage is or 1 i r- L_ Cranes: Through 19 Tons With r Attachments A-frame Over 10 L Tons King Power Equi pmeaL Operators Crusher $58.17 7A 3C 8P r King Power Equipment Operators Deck Engineer/deck Winches $58.17 7A 3C 8P L (power) King Power Equipment Operators Derricks, On Building Work $58.69 7A 3C 8P r King Power Equipment Operators Dozers D-9 Et Under $57.72 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $57.72 7A 3C 8P Or Crane Mount r King Power Equipment Operators Drilling Machine $59.28 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $55.21 7A 3C 8P Permanent And Shaft Type r King Power Equipment Operators Finishing Machine, Bidwell $58.17 7A 3C 8P L And Gamaco Et Similar Equipment r, King Power Equipment Operators Forklift: 3000 Lbs And Over $57.72 7A 3C 8P L With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $55.21 7A 3C 8P F_ With Attachments L King Power Equipment Operators Grade Engineer: Using Blue $58.17 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $55.21 7A 3C 8P L_ King Power Equipment Operators Guardrail Punch $58.17 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $58.69 7A 3C 8P Articulating Off- Road L Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $58.17 7A 3C 8P Articulating Off-road L Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $57.72 7A 3C 8P r Locator L King Power Equipment Operators Horizontal/directional Drill $58.17 7A 3C 8P Operator r` King Power Equipment Operators Hydralifts/boom Trucks Over $57.72 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $55.21 7A 3C 8P r Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $59.28 7A 3C 8P L Over r King Power Equipment Operators Loader, Overhead, 6 Yards. $58.69 7A 3C 8P But Not Including 8 Yards L King Power Equipment Operators Loaders, Overhead Under 6 $58.17 7A 3C 8P r Yards King Power Equipment Operators Loaders, Plant Feed $58.17 7A 3C 8P L King Power Equipment Operators Loaders: Elevating Type Belt $57.72 7A 3C 8P r King Power Equipment Operators Locomotives, All $58.17 7A 3C 8P L King Power Equipment Operators Material Transfer Device $58.17 7A 3C 8P King Power Equipment Operators $59.28 7A 3C 8P r L r L hfitnc//fnrfrPcc wA nnv/Ini/wanPlnnki in/nrvWAnPlnnki in Acnx 7/1 A/?nl 7 vageVor1i Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $58.69 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, $58.69 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $55.21 7A 3C 8P Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $57.72 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $58.17 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $59.28 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $58.69 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $55.21 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $58.17 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $55.21 7A 3C 8P King Power Equipment Operators Power Plant $55.21 7A 3C 8P King Power Equipment Operators Pumps - Water $55.21 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $58.691 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $55.21 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $58.69 7A 3C 8P -. Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $55.21 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, Bellman $57.72 7A 3C 8P (Certified) King Power Equipment Operators Rollagon $58.69 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $55.211 7A 3C 813 King Power Equipment Operators Roller, Plant Mix Or Multi-lift $57.72 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $58.17 7A 3C 8P King Power Equipment Operators Saws - Concrete $57.72 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $58.17 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry $57.72 7A 3C 8P All King Power Equipment Operators Scrapers, Self-propelled: 45 $58.69 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $57.72 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $55.21 7A 1C 8P King Power Equipment Operators $57.72 7A 3C 8P httos://fortress.wa.aov/Ini/waaelonkun/nrvWaaelnnkun.asny 7/16/?nl 7 rage to or 1 i F_ L. Shovel , Excavator, Backhoe, �- Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $58.69 7A 3C 8P . Over 30 Metric Tons To 50 Metric Tons �- King Power Equipment Operators Shovel, Excavator, Backhoes, $58.17 7A 3C 8P Tractors: 15 To 30 Metric Tons f' King Power Equipment Operators Shovel, Excavator, Backhoes: $59.28 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons r King Power Equipment Operators Shovel, Excavator, Backhoes: $59.88 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $58.69 7A 3C 8P F King Power Equipment Operators Spreader, Topsider Et $58.69 7A 3C 8P L Screedman King Power Equi pmenL Operators Subgrader Trimmer $58.17 7A 3C 8P r King Power Equipment Operators Tower Bucket Elevators $57.72 7A 3C 8P L King Power Equipment Operators Tower Crane Up To 175' in $59.28 7A 3C 8P . Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $59.88 7A 3C 8P L through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $60.47 7A 3C 8P L height from base to boom King Power Equipment Operators Transporters, All Track Or $58.69 7A 3C 8P r Truck Type L King Power Equipment Operators Trenching Machines $57.72 7A 3C 8P FKing Power Equipment Operators Truck Crane Oiler/driver- 100 $58.17 7A 3C 8P Tons And Over L King Power Equipment Operators Truck Crane Oiler/driver $57.72 7A 3C 8P Under 100 Tons r King Power Equipment Operators Truck Mount Portable $58.17 7A 3C 8P L Conveyor King Power Equipment Operators Welder $58.691 7A 3C 8P r- King Power Equipment Operators Wheel Tractors, Farman Type $55.21 7A 3C 8P L King Power Equipment Operators Yo Yo Pay Dozer $58.17 7A 3C 8P �. King Power Equipment Operators- Asphalt Plant Operators $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $55.21 7A 3C 8P F Underground Sewer &Water King Power Equipment Operators- Barrier Machine (zipper) $58.17 7A 3C 8P L Underground Sewer It Water F King Power Equipment Operators- Batch Plant Operator, $58.17 7A 3C 813 L Underground Sewer it Water Concrete King Power Equipment Operators- Bobcat $55.21 7A 3C 8P r Underground Sewer It Water King Power Equipment Operators- Brokk - Remote Demolition $55.21 7A 3C 8P L Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $55.21 7A 3C 8P Underground Sewer Et Water L r- L httnc•//fnrtrPcc wa nnv/lni/wanalnnkiin/nrvWanPlnnk-iin_acnx 7/1 A19017 rdge 11 OT 1/ .a King Power Equipment Operators- Bump Cutter $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cableways $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount $58.69 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $55.21 7A 3C 8P Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $57.72 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $58.17 7A 3C 8P Underground Sewer Et Water With Boom Attachment Up To 42m -" King Power Equipment Operators- Conveyors $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $60.47 7A 3C 8P Underground Sewer Et Water over King Power Equipment Operators- Cranes: 20 Tons Through 44 $58.17 7A 3C 8P Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $59.28 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $59.88 7A 3C 8P ' Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $60.47 7A 3C 8P Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $58.69 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 $55.21 7A 3C 8P Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes $59.88 7A 3C 8P Underground Sewer Et Water through 199 tons King Power Equipment Operators- Cranes: Through 19 Tons With $57.72 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $58.17 7A 3C 8P Underground Sewer Et Water J King Power Equipment Operators- Deck Engineer/deck Winches $58.17 7A 3C 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $58.69 7A 3C 8P Underground Sewer Et Water a httr)s://fortress.wa.aov/Ini/waaelookuo/r)rvWacelookun.aSDX 2/16/2017 Nageilorii r`~ King Power Equipment Operators- Dozers D-9 Et Under $57.72 7A 3C 8P F Underground Sewer Et Water I L King Power Equipment Operators- Drill Oilers: Auger Type, Truck $57.72 7A 3C 8P Underground Sewer Et Water Or Crane Mount r King Power Equipment Operators- Drilling Machine $59.28 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $55.21 7A 3C 8P r Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell $58.17 7A 3C 8P Underground Sewer Et Water And Gamaco Et Similar r Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $57.72 7A 3C 8P L Underground Sewer Et Water With Attachments r King Power Equipment Operators- Forklifts: Under 3000 Lbs. $55.21 7A 3C 8P L Underground Sewer Et Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $58.17 7A 3C 8P r Underground Sewer a Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $58.17 7A 3C 8P r Underground Sewer Et Water L King Power Equipment Operators- Hard Tail End Dump $58.69 7A 3C 8P Underground Sewer Et Water Articulating Off- Road r Equipment 45 Yards. Et Over L King Power Equipment Operators- Hard Tail End Dump $58.17 7A 3C 8P Underground Sewer Et Water Articulating Off-road r Equipment Under 45 Yards L King Power Equipment Operators- Horizontal/directional Drill $57.72 7A 3C 8P Underground Sewer Et Water Locator r King Power Equipment Operators- Horizontal/directional Drill $58.17 7A 3C 8P L Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $57.72 7A 3C 8P r Underground Sewer Ft Water 10 Tons L King Power Equipment Operators- Hydralifts/boom Trucks, 10 $55.21 7A 3C 8P Underground Sewer Et Water Tons And Under r King Power Equipment Operators- Loader, Overhead 8 Yards. Et $59.28 7A 3C 8P L Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $58.69 7A 3C 8P r Underground Sewer Et Water But Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $58.17 7A 3C 8P Underground Sewer Et Water Yards r King Power Equipment Operators- Loaders, Plant Feed $58.17 7A 3C 8P L Underground Sewer a Water King Power Equipment Operators- Loaders: Elevating Type Belt $57.72 7A 3C 8P r Underground Sewer Et Water jL King Power Equipment Operators- Locomotives, All $58.17 7A 3C 8P Underground Sewer Et Water (7 King Power Equipment Operators- Material Transfer Device $58.17 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $59.28 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over L Mechanic) r L. httr)s://fortress.wa.00v/Ini/waaelookur)/r)rvWacelookur).asr)x 2/16/2017 rciy.C 13 ul 1/ y King Power Equipment Operators- Motor Patrol Graders $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, $58.69 7A 3C 8P - Underground Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $55.21 7A 3C 8P Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $57.72 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $58.17 7A 3C 8P Underground Sewer a Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $59.28 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $58.69 7A 3C 8P Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $58.17 7A 3C 8P Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler- Asphalt, Crusher $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $55.21 7A 3C 8P -a Underground Sewer Et Water King Power Equipment Operators- Power Plant $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $55.21 7A 3C 813 Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $58.69 7A 3C 8P Underground Sewer Ft Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $57.72 7A 3C 8P Underground Sewer Et Water (Certified) King Power Equipment Operators- Rollagon $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $55.21 7A 3C 8P " Underground Sewer Et Water J King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $57.72 7A 3C 8P '- Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $58.17 7A 3C 8P Underground Sewer Er Water King Power Equipment Operators- Saws - Concrete $57.72 7A 3C 8P Underground Sewer Et Water King $58.17 7A 3C 8P _a httDs://fortress.wa.aov/Ini/waaelookUD/r)rvWaaelookUD.asr)x 2/16/2017 Nage 14 or i i r L. Power Equipment Operators- Scraper, Self Propelled Under r Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry $57.72 7A 3C 8P Underground Sewer Et Water All r King Power Equipment Operators- Scrapers, Self-propelled: 45 $58.69 7A 3C 8P L Underground Sewer Et Water lYards And Over King Power Equipment Operators- Service Engineers - Equipment $57.72 7A 3C 8P Underground Sewer Et Water L King Power Equipment Operators- Shotcrete/gunite Equipment $55.21 7A 3C 8P Underground Sewer Et Water r- King Power Equipment Operators- Shovel , Excavator, Backhoe, $57.72 7A 3C 8P L Underground Sewer Et Water Tractors Under 15 Metric Tons. r King Power Equipment Operators- Shovel, Excavator, Backhoe: $58.69 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $58.17 7A 3C 8P r Underground Sewer Et Water Tractors: 15 To 30 Metric Tons L King Power Equipment Operators- Shovel, Excavator, Backhoes: $59.28 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons �. King Power Equipment Operators- Shovel, Excavator, Backhoes: $59.88 7A 3C 8P Underground Sewer Et Water Over 90 Metric Tons r. King Power Equipment Operators- Slipform Pavers $58.69 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $58.69 7A 3C 8P ' Underground Sewer Et Water Screedman L King Power Equipment Operators- Subgrader Trimmer $58.17 7A 3C 8P Underground Sewer Et Water r King Power Equipment Operators- Tower Bucket Elevators $57.72 7A 3C 8P L. Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $59.28 7A 3C 8P Underground Sewer Et Water Height Base To Boom L King Power Equipment Operators- Tower Crane: over 175' $59.88 7A 3C 8P Underground Sewer Et Water through 250' in height, base r to boom L King Power Equipment Operators- Tower Cranes: over 250' in $60.47 7A 3C 8P Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or $58.69 7A 3C 8P L Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $57.72 7A 3C 8P Underground Sewer Et Water L King Power Equipment Operators- Truck Crane Oiler/driver - 100 $58.17 7A 3C 8P Underground Sewer Et Water Tons And Over r King Power Equipment Operators- Truck Crane Oiler/driver $57.72 7A 3C 8P L Underground Sewer Et Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $58.17 7A 3C 8P Underground Sewer Et Water Conveyor King Power Equipment Operators- Welder $58.69 7A 3C 8P Underground Sewer Et Water r King Power Equipment Operators- Wheel Tractors, Farman Type $55.21 7A 3C 8P L Underground Sewer Et Water r L httos-//fortress.wa.aov/Ini/waaelookuo/r)rvWaoelookuo.asox 2/16/2017 rdye ID UT 1/ King Power Equipment Operators- Yo Yo Pay Dozer $58.17 7A 3C 813 Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $47.08 5A 4A Trimmers King Power Line Clearance Tree Spray Person $44.64 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $47.08 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $42.01 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $31.65 5A 4A Trimmers King Refrigeration Et Air Journey Level $75.36 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $54.321 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Journey Level $41.69 5D 4C Applicators King Residential Drywall Tapers Journey Level $55.66 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $39.40 7L 1 H -' King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $75.36 6Z 1G Conditioning Mechanics -� King Residential Sheet Metal Journey Level (Field or Shop) $45.99 7F 1 R Workers King Residential Soft Floor Lavers Journey Level $45.86 5A 3D King Residential Sprinkler Fitters Journey Level $44.98 5C 211 (Fire Protection) King Residential Stone Masons Journey Level $54.32 5A 1M King Residential Terrazzo Workers Journey Level $50.26 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 $47.51 5A 3H King Roofers Using Irritable Bituminous $50.51 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $75.46 7F 1 E King Shipbuilding Et Ship Repair Boilermaker $41.72 7M 1H King Shipbuilding Et Ship Repair Carpenter $41.06 7T 2B King Shipbuilding Et Ship Repair Electrician $41.09 7T 4B - - a httDs://fortress.wa.00v/Ini/waaelookur)/orvWaaelookur).asn)c 2/t6/2nt7 rage ie or i i r L King Shipbuilding Et Ship Repair Heat a Frost Insulator $65.68 5J 4H King Shipbuilding & Ship Repair Laborer $41.08 7T 4B King Shipbuilding Et-Ship-Repair Machinist $41.32 7T 4B King Shipbuilding & Ship Repair Operator $41.03 7T 4B King Shipbuilding Et Ship Repair Painter $41.051 4B L King Shipbuilding Et Ship Repair Pipefitter $41.05 7T 4B King Shipbuilding Et Ship Repair Rigger $41.12 7T 4B King Shipbuilding Et Ship Repair Sheet Metal $41.04 7T 4B L King Shipbuilding E Ship Repair Shipfitter $41.12 7T 4B r King Shipbuilding g Ship Repair Trucker $41.26 7T 4B L King Shipbuilding Et Ship Repair Warehouse $41.02 7T 4B King Shipbuilding Et Ship Repair Welder/Burner $41.12 7T 4B F King Sign Makers Et Installers Sign Installer $22.92 1 L (Electrical) King Sign Makers Et Installers Sign Maker $21.36 1 (Electrical) L King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) r King Sign Makers Et Installers (Non- Sign Maker $33.25 1 L Electrical King Soft Floor Lavers Journey Level $45.86 5A 3D F King Solar Controls For Windows Journey Level $12.44 1 L- King Sprinkler Fitters (Fire Journey Level $72.89 5C 1X Protection) r King Stage Rigging Mechanics (Non Journey Level $13.23 1 L Structural) King Stone Masons Journey Level $54.32 5A 1M r King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $57.72 7A 3C 8P Surveyor L King Surveyors Chainman $57.17 7A 3C 8P King Surveyors Construction Site Surveyor $58.69 7A 3C 8P King Telecommunication Journey Level $22.76 1 L. Technicians King Telephone Line Construction - Cable Splicer $38.84 5A 2B r Outside L King Telephone Line Construction - Hole Digger/Ground Person $21.45 5A 2B r Outside King Telephone Line Construction - Installer (Repairer) $37.21 5A 2B L Outside King Telephone Line Construction - Special Aparatus Installer 1 $38.84 5A 2B r Outside L King Telephone Line Construction - Special Apparatus Installer II $38.03 5A 2B Outside r King Telephone Line Construction - Telephone Equipment $38.84 5A 2B L Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $36.09 5A 2B Outside 10perator (Light) L r- L httns://fortrpss.wa_nnv/Ini/wanpinnkun/nrvWanpinnkun_agnx 7/1 A/?nl 7 rciyC i i ui 1 i King Telephone Line Construction - Telephone Lineperson $36.09 5A 2B Outside King Telephone Line Construction - Television Groundperson $20.33 5A 2B Outside King Telephone Line Construction - Television $27.21 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $32.55 5A 2B Outside King Telephone Line Construction - Television Technician $29.18 5A 2B Outside King Telephone Line Construction - Tree Trimmer $36.09 5A 2B Outside King Terrazzo Workers Journey Level $50.26 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble &Terrazzo Finisher $41.09 5A 1B Finishers King Traffic Control Stripers Journey Level $44.85 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards (W. $52.70 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $51.86 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck 8t Trailer $52.70 5D 3A 8L _J King Truck Drivers Dump Truck (W. WA-Joint $51.86 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $52.70 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 >:t Irrigation Pump Oiler $12.97 1 Installers King Well Drillers 8t Irrigation Pump Well Driller $18.00 1 Installers "-1 _J _J J _J J J httDS://fortress.wa.aov/Ini/waaelookui)/i)rvWaaelookUD.asDX 2/16/2017 r, Benefit Code Key-Effective 3/3/2017 thru 8/30/2017 Overtime Codes L< Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate r must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for L. the worker. r' 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. L" C. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday F7 shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on L. Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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, r 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 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 t 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 r- double the hourly rate of wage. L_ 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 r 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. 1. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. L J. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday F 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 f 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. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. L 1 r- L. ' Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays,holidays and after twelve(12)hours, Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on -. Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. 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. J J 2 r Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued r` L 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. r ' L B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. r C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. L 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. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays L 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. L_ O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. r L R. All hours worked on Sundays and holidays and all hours worked over sixty(60) in one week shall be paid at double the hourly rate of wage. 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 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 L 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 r 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 r four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. L 3 r L Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 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 l4th 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 A rate of wage. C. On Monday through Friday,the first four(4) hours of overtime after eight(8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has - been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two(2) hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday,the first twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. _J _J J J 4 F, Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 L Overtime Codes Continued L 4. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. L„ EXCEPTION: r On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is L' to feed a distribution system,will be paid overtime under the following rates: r' 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 L 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 F hourly rate of wage. L._ E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday �- shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. L. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours F_ worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal L four-day,ten hour work week,and Saturday shall be paid at one and one half(1'/2)times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and r- holidays shall be paid at double the hourly rate of wage. L.. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the r— hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. L. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked r- Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. L- H. 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 overtime hours worked,except Labor Day, L and all hours on Sunday 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. F L Holidav Codes F_ 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after L Thanksgiving Day,and Christmas Day(7). F. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after L. Thanksgiving Day,the day before Christmas,and Christmas Day(8). F C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, L the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and L 5 F L .1 _j Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Saturday after Thanksgiving Day,And Christmas Day(8). .J H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). 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, J Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday after Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day.(7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 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). J 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 J 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 6 a r- Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 L Holiday(10). F I. Paid Holidays: New Year's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day, Friday L After Thanksgiving Day,And Christmas Day(7). L Holiday Codes Continued r 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). r Z. Holidays: New Year's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day, Friday after L 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 1- holiday. L 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and r Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the Iisted holidays falls on a Saturday,the preceding Friday shall be a regular work day. r 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 r preceding Friday. L_ C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be L 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 L Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L 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 F the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding L Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after r � Thanksgiving Day, the last working day before Christmas day and Christmas day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. r L 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. F H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, L Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday F which falls on a Saturday shall be observed as a holiday on the preceding Friday. L I. Holidays:New Year's Day, President's Day, Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The F- Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls L 7 r L. J Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 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. J 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 a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be .J considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,Christmas Day,the Day after Christmas, and A Floating Holiday(9).If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, ! Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 8 _a Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 L; L L: Note Codes 8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or L more: Over 50'To 100'-$2.00 per Foot for Each Foot Over 50 Feet r' Over 100'To l 50'-$3.00 per Foot for Each Foot Over 100 Feet L.. 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 Note Codes Continued L 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 f 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. L. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. i_. 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 L. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50,Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the L' shift shall be used in determining the scale paid. F R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or L spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, r and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on L approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.These classifications are only effective on or after August 31,2012. 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 I flagging card issued by the State of Washington,Oregon,Montana,or Idaho. This classification is only effective on or after August 31,2012. L 9 F_ L '1 A Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all J temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after J August 31,2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50,And Class C Suit: $1.00. Workers performing underground work receive an additional$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. .J uJ 1 J J _J J J _J J 10 J e / / / / I r / 0 / r / r / r / / / / / r / r J / / r r r,r 1 / / f / / I / a i I / / / / / r / // / f f / / I , / r I / / / r ;r IAl, G / / / / / / f / /r x /I / r / / 1 I I I I / / / f / / r r / / / r / / e r / / / �r / / / / r / / t / f l I „ /I / I l / / / / e / / r / / / o / i // >/ e / / r L / r / ,/ fir / N I / 1 /r r , / / / / / �/ / „ /�, �// // /D✓,/i/rr�/i/orr/��c/m�//�i/eii/,i�e/% rr/iii�//or/i�ir,/o//i/ �/�,/, � /, Sri / / r / / / / / • KEN�T Agenda Item: Bids - 9A WASHINGTON TO: City Council DATE: March 21, 2017 SUBJECT: 2017 Asphalt Overlays Project - Award MOTION: Award the 2017 Asphalt Overlay Projects to Lakeridge Paving Co., LLC., in the amount of $1,820,049.00 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: This project consists of the construction of ADA curb ramps, minor sidewalk repairs, planing bituminous pavement, storm sewer pipe replacement and other work. The Engineer's estimated for this project is $2,097,527.50. EXHIBITS: Memo dated March 13, 2017 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: The project will be paid out of the Solid Waste Utility funds and Drainage Funds for items related to storm water pipe replacement, planned for this purpose.