Loading...
HomeMy WebLinkAboutPW17-425 - Original - Tucci & Sons, Inc - S 212th Way Overlay - 08/07/2017 Records Ma/,,,,, ` T Document r r 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 dame: Tucci & Sons Inc. Vendor Number: JCS Edwards Number Contract Number: VVq 1 ' 1�6 This is assigned by City Clerk's Office Project Dame: S. 212th Way Overlay_ Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment El Contract ❑ Other: Contract Effective Late: mate of the Mayor's si nature Termination gate: so working days Contract Renewal Notice (Crays): Number of days required notice for termination or renewal or amendment Contract Manager: Joe Araucto Department: PW Operations Contract Amount: $1,139,919.50 Approval Authority: (CIRCLE ONE) department Director mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of paving, sidewalk repairs, saw cut and planing asphalt pavement, j�l s tic-p 11 v'em-en't markings, and rnst�6lation of-tr 11 a ffie Io'ops.. nd s0rveyrnonuments: mm As of: 08/27/114 � �\y\ \ ^ \ � I I/ ��! , � ! . . � \\� : � � < d < . . \\/� �»t»» y � 4- � � � » �. < : & 7 � �t «� �®^«�$ %- � , � «§\ ;K � � 2` ^ < \ � / � � w\ \/© < . ^\ \ \\�� � .\ § : �\ I I\V���r . : . % � � - �/� \ , , . . � \ � \ : } / : © , . : y\. K %« %� : 2« � K.2 : , �. 2� # %%ƒw. �\ ' f \ . ; § § \y » ) § § � /. \ 2 # \ f 3>2�9. 4 : � � ° ?§ % .f . \\. *J :: : w � # � \\§ � , , . / , . 7 � : » xt , « � > �= � »a4 . 2+ . < « t a3 » ; : . «T4 : 2«y ; < *2 7 + � % m « ±» J� < 3 22t y»« »° ±«»< » 2 . � � » . � . ^% »�r \. § . � . • \ < ^ � � ? � 2 \ \\� � � 2 > : � , . * , rz TAB I NDEX Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans Tab 6 WSDOT Standard Plans Tab 7 Traffic Control Plans Tab 8 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR S. 212 th Way Overlay Prolect Number.: 17-3009 BIDS ACCEPTED UNTIL BID OPENING July 6,, 2017 July 6., 2017 10:45 A.M. 11:0'O A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S,., Kent, WA 98032-5895 TIMOTHY 3. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 6/8/2017 s000 KE T WAS, H I NGTON BIDDER'S NAME CITY OF KENT KING COUNTY, WASH NGTON KENT SPECIAL PROVISIONS FOR ProjectSm 212 th Way Overlay BIDS ACCEPTED UNTIL. BID OPENING July 6., 2017 July 6. 2017 1 :45 A.M. 11 :00A.M. DELIVER TO, CITY OF E , CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. L.APORTE, P.E. PUBLIC WORKS DIRECTOR ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans WSDOT Standard Plans Traffic Control Plans Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through July 6, 2017 up to 10:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 11:00 a.m. for the City of Kent project named as follows: S. 212th Way Overlay Project Number: 17-3009 The project consists of paving HMA Cl '/z", PG 70-22, sidewalk repairs, saw cut, planing bituminous pavement, plastic pavement markings, installation of traffic loops, installation of survey monuments, and other work, all in accordance with the Contract Plans, Kent Special Provisions, and the WSDOT Standard Specifications. The Engineer's estimated range for this project is approximately $800,000 to $1,000,000. 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 submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Paper copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $50 for each set. Plans and specifications can also be downloaded at no charge at K-entWA.gov/doing-business/­bids-procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 12th day of July, 2017. BY: Kimberley A. Komoto, City Clerk Published in Daily Journal of Commerce on June 20 and June 27, 2017 INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through July 6, 2017 up to 10:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 11:00 a.m. for the City of Kent project named as follows: S. 212`h Way Overlay Project Number: 17-3009 The project consists of paving HMA Cl 1/2", PG 70-22, sidewalk repairs, saw cut, planing bituminous pavement, plastic pavement markings, installation of traffic loops, installation of survey monuments, and other work, all in accordance with the Contract Plans, Kent Special Provisions, and the WSDOT Standard Specifications. The Engineer's estimated range for this project is approximately $800,000 to $1,000,000. 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 submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Paper copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $50 for each set. Plans and specifications can also be downloaded at no charge at KentWA.gov/dging-business/bids-Rrocurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 50/6 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 six (60) days after the day of bid opening. Dated this 12t" day of July, 2017. BY:trL_ � n � Kimberley A. Komoto, City Clerk Published in Daily Journal of Commerce on June 20 and June 27 2017 1 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 771(o 1 17 This statement relates to a proposed contract with the City of Kent named S. 212th Way Overlay Project Number: 17-3009 I am the unders' ed bidder or prospective contractor. I represent that - 1. I have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. I "CyL5 I a� NAME RF BIDDER �r 1 1 BY: SIGNATURE/TITLE Michael P Tuccl President qN MOW V(k ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 212th Way Overlay/Araucto 1 June 14, 2017 Project Number: 17-3009 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing bel , I agree to fulfill the five requirements referenced above. By: For: S OYI�S� Vic . Title: Michael F TuCCi President Date: ! lv I i I 212th Way Overlay/Araucto 2 June 14, 2017 Project Number: 17-3009 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. 212th Way Overlay/Araucto 3 June 14, 2017 Project Number: 17-3009 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as S. 2121h Way Overlay/Project Number: 17-3009 that was entered into on the Date between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employm nt Opportunity Policy that was part of the before-mentioned contract. A V By: ,( f For: I V466I k Title: Mlchael FTucci President Date: 212th Way Overlay/Araucto 4 June 14, 2017 Project Number: 17-3009 1 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named S. 212th Way Overlay/Project Number: 17-3009 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. 212th Way Overlay/Araucto 5 June 14, 2017 Project Number: 17-3009 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ `19'Lb� $ C7 Quo WSDOT LUMP SUM Per LS 7 (I 1005 2-02.5 6,720 Saw Cut Existing Asphalt $ T '1 0 $ KSP LN FT Concrete Pavement Per LF 1010 2-03.5 340 Roadway Excavation Incl. $ 55 $ �l�w WSDOT CU YDS Haul Per CY 1015 2-03.5 10 Unsuitable Foundation $ ti 0— $ loDo WSDOT CU YDS Excavation Incl. Haul Per CY 1 1020 2-02.5 770 Remove Existing Asphalt $ 40— $ KSP SQ YDS Concrete Pavement Per SY 1 c, 1025 2-02.5 450 Remove Cement Concrete $ 3( r $ KSP SQ YDS Sidewalk Per SY 1030 2-02.5 830 Remove Cement Concrete $ (7 $ , f I KSP LN FT Curb and Gutter Per LF j 1035 4-03.5 35 Gravel Borrow, Including Haul $ 10 $ KSP TONS and Compaction Per TON �15C)C) 1040 4-04.5 105 Crushed Surfacing Top $ 10 1 — $ KSP TONS Course, 5/8 Inch Minus Per TON �1 wC2 /��", 1045 5-04.5 21,775 Planing Bituminous Pavement $ lJ ZD $ KSP SQ YDS Per SY 1� f 212th Way Overlay/Araucto 6 June 14, 2017 Project Number: 17-3009 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1050 5-04.5 3,950 HMA Class 1/2", PG 70-22 $ I0d— $ �� KSP TONS Per TON 5 1055 5-04.5 65 HMA Sawcut and Seal $ $ KSP LN FT Per LF 1060 8-14.5 450 Cement Concrete Sidewalk $ 4(0 $ KSP SQ YDS Per SY 1065 8-04.5 830 Cement Concrete Curb and $ ZJ' — $ D��� KSP LN FT Gutter Per LF J t 1070 8-20.5 50 6 Foot Diameter Traffic Loop $ $ �} KSP EACH Per EA 1075 8-20.5 1,130 Additional Lead-In Wire $ 2 $ �9v KSP LN FT Per LF 1080 8-20.5 1 Temporary Video Detection (S $ -7DCD $ KSP LUMP SUM 212th St./915t Place/SR 167) Per LS 1085 8-22.5 160 Plastic Stop Line $ 1 J $ KSP LN FT (24 inch wide) Per LF Ztvg v 1090 8-22.5 10 Plastic Traffic Arrow $ 13e>— $ WSDOT EACH Per EA f 1095 $-22.5 6,600 Double Solid Profiled Plastic $ 2,2s $ 4 KSP LN FT Line Per LF < < 212th Way Overlay/Araucto 7 June 14, 2017 Project Number: 17-3009 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT _ 1100 8-22.5 1,000 Single Solid Plastic Edge Line $ I ii 50 $ KSP LN FT Per LF ! 1105 8-22.5 5,050 Skip Profiled Plastic Line $ 0_ Y� $ �0 KSP LN FT Per LF 50 1110 8-22.5 400 Dotted Profiled Plastic Line $ KSP LN FT Per LF i�t 1115 8-22.5 1,300 Solid Profiled Plastic Wide $ 41 �5a $ KSP LN FT Lane Line Per LF 1120 8-09.5 8 Raised Pavement Marker $ 475- $ Q KSP HUNDRED Type 2 Per HUND ��0 1125 7-05.5 1 Remove Existing Frame and Grate $ ��``� $ KSP EACH and Install New Catch Basin Frame per EA 1 and Vaned Grate, and Adjust to Finished Grade 1130 7-05.5 1 Remove Existing Grate and $ W o — $ KSP EACH Replace with New Vaned Per EA Grate 1135 7-12.5 8 Replace Existing Valve Box $ Y""r $ �jn� KSP EACH Top Section and Lid and Per EA -!Vv Adjust to Finished Grade 1140 7-05.5 5 Remove Existing Manhole Frame $ $ KSP EACH and Cover and Install New Circular per EA Frame (Ring) and Cover, Type 2 1145 7-05.5 4 Adjust Existing Manhole $ $ KSP EACH Frame and Cover to Finished Per EA Grade 212th way Overlay/Araucto 8 June 14, 2017 Project Number: 17-3009 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT AMOUNT 1150 7-05.5 5 Adjust Existing Catch Basin $ 7 D�$ KSP EACH Frame and Grate to Finished Per EA Grate 1155 8-13.5 4 Install New Monument, Case $ i C)bD $ KSP EACH and Cover to Finished Grade Per �A 1160 8-13.5 3 Adjust Existing Monument $ 7DD $ KSP EACH Case and Cover to Finished Per EA Grade 1165 1-10.5 1,670 Traffic Control Labor $ $ lo� -TV KSP HOURS Per HR I Ln 1170 1-10.5 510 Traffic Control Supervisor $ bq ! $ KSP HOURS Per HR / D 1175 1-10.5 1 Temporary Traffic Control $ 31 Du $ KSP LUMP SUM Devices Per L� I 1180 1-10.5 130 Portable Changeable Message $ 1 etc)-- $ Iq �D KSP DAYS Sign (PCMS) Per DAY ( 1185 1-10.5 130 Sequential Arrow Sign (SAS) $ eo! $ i KSP DAYS Per DAY �� �� 1190 1-10.5 570 Uniformed Off-Duty Police $ V l— $ KSP HOURS Officers Per HR 4 0 f 1195 8-21.5 1 Permanent Signing $ o") $ 2 DODO WSDOT LUMP SUM Per is 212th Way Overlay/Araucto 9 June 14, 2017 Project Number: 17-3009 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PR(I�CE AMOUNT 1200 8-01.5 32 Inlet Protection KSP EACH Per EA D b V 1 1205 8-01.5 130 ESC Lead $ I DO, $ KSP HOURS Per HR low 1210 8-01.5 220 Street Cleaning Sweeping $ I'�?O,$ WSDOT HOURS Per HR DOD 1215 1-07.15t 1 6' $) 1 SPCC Plan $ G✓-Od WSDOT LUMP SUM Per LS 1220 8-01.5 1 Temporary Erosion/Water $20,000.00* $20,000.00 WSDOT FORCE Pollution Control Per FA ACCOUNT *Common price to all bidders 1225 5-04.5 1 Asphalt Cost Price Adjustment $10,000.00* $10,000.00 KSP CALC Per CALC *Common price to all bidders 1230 1-04.4(1) 1 Minor Changes $10,000.00* $10,000.00 WSDOT CALC Per CALC *Common price to all bidders TOTAL BID AMOUNT: ! 139 419 So 1 � 212th Way Overlay/Araucto 10 June 14, 2017 Project Number: 17-3009 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: S. 212th Way Overlay Project Number: 17-3009 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE Michael1=Tucci President 212th Way Overlay/Araucto 11 June 14, 2017 Project Number: 17-3009 SUBCONTRACTOR LIST (Contracts over 1 million dollars) GI. ' Name of Bidder: &26S,, �6 Cl Project Name: S. 212th Way Overlay Project Number: 17-3009 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: Electrical Subcontractor Name: G Lie,c lfI Michael F Tucci President � (p Signature of Bidder Date 212th Way Overlay/Araucto 12 June 14, 2017 Project Number: 17-3009 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. 212th Way Overlay/Araucto 13 June 14,2017 Project Number: 17-3009 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. 11 IfSUBMITTED BY: UV `S In NAME: ADDRESS: ULF IW PRINCIPAL OFFICE: &Vus I llAv ADDRESS: PHONE: FAX: 1. STATUTORY REQUIREMENTS ✓ 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. ,/1.2 Provide your current state unified business identifier number. �7� _ OZI /1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). 212th Way Overlay/Araucto 14 June 14, 2017 Project Number: 17-3009 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? L0 02 yew r s 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? n JA 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 0 4 2.3.2 State of incorporation: WA- 2.3.3 President's name: M i,cweA 4—�- Tv4c i 2.3.4 Vice-president's name(s): -T7wj&'y,y r 2.3.5 Secretary's name: A-Sr Ser, OM fi,¢ L"C- 2.3.6 Treasurer's name: AS S ~ �5 j6ek,�rx11_vove_,1' 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: I 2.4.2 Type of partnership If applicable): 1 YP P P (� 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: CA 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List 'urisdictio s in�ryou`r.org�aQzation's' �tl�,� pa nership or trade name is filed. Uf— tc) 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. VALA - I . �,�� I ", b1 ) , 1 v+- A 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? 212th Way Overlay/Araucto 15 June 14, 2017 Project Number: 17-3009 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? NO 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) No 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 1 /5�0/ vCX�` kk-r l 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. V114.7 On a separate sheet, list your major equipment. 5. REFERENCES 5.1 Trade References: 5.2 Bank References: A- lyv&t S4" -- 5.3 Surety: `T�j � Ca -w, 5.3.1 Name of bonding company: C�v t�t-S it,kvs 4� 5.3.2 Name and address of agent: La( 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. 212th Way Overlay/Araucto 16 June 14, 2017 Project Number: 17-3009 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; W I` �tA-UIt v„c.. i � Of l � Other Assets; b�� Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? �e's 7. SIGNATURE 7.1 Dated at this day of =Lki ' 2017. Name of Or anization: r 1 By: Title: Michael F Tucci President 7.2M t(i1,((� FIKC4 , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. G1 Subscribed and orn before this day of , 2017. Notary Public: AIV M Commission Expires +�Nn ' r'Y P "o T �, J., J "o, 212th Way Overla /Araucto 17 t"I ''�° CIC Project N tuber: 17 3009 f+0,�'q�;;;p��,r.� ++ tune 14, 2017 # %%,,% 1NG4 +O. Department of Labor and Industries TT± 1r SONS INC PO Box 4445 Olympia, WA 98504-4450 Reg-,CC TU'CGIS*37 UBL:2 T8-021 '315 .e xstered as provided by Law as: bnstr e ion Contractor (CC0I) -GE!,�ER.AL ? 7, 1TCC [biCfc�iv � ate.'8/2Q/13 e 224 ALLY E p aticrn Date: 1t 14/201� TACOMA`" 'A 98443 '^,T'.4.1.M�•:'�'. _lYT Y.0.�PT.` _aGI,,S—�-- Q^T.,...rGA.. .C� ^"re.Z _ 6 STATg Op 04 i BUSINESS LICENSE dH� IBtl9 SOY STATE OF WASHINGTON Unified Business ID#: 278021315 Corporation Business ID#: 001 Location: 0001 TUCCI &SONS, INC. Expires: Dec 31, 2017 4224 WALLER RD E TACOMA, WA 98443-1623 UNEMPLOYMENT INSURANCE-ACTIVE INDUSTRIAL INSURANCE#ESAC 11205 00-ACTIVE MINOR WORK PERMIT#ESAC 11205 00(EXPIRES TAX REGISTRATION-ACTIVE f 3/31/2018)-ACTIVE UNDERGROUND STORAGE TANKS (4)(EXPIRES 3/31/2018): 350-3K,450-5.8K, 550-20K, 650-10K i CITY ENDORSEMENTS: GIG HARBOR GENERAL BUSINESS (EXPIRES 3/31/2018)-ACTIVE SUMNER GENERAL BUSINESS#BUS2006-00020 (EXPIRES 3/31/2018);ACTIVE BONNEY LAKE GENERAL BUSINESS (EXPIRES 3/31/2018)-ACTIVE ' COVINGTON GENERAL BUSINESS (EXPIRES 3/31/2018)-ACTIVE FIRCREST GENERAL BUSINESS (EXPIRES 3/31/2018)-ACTIVE EATONVILLE GENERAL BUSINESS (EXPIRES 3131/2018)-ACTIVE' PORT ORCHARD GENERAL BUSINESS#13007691 (EXPIRES 3/31/2018)-ACTIVE I' MILTON GENERAL BUSINESS (EXPIRES 3/31/2018)-ACTIVE EDGEWOOD GENERAL BUSINESS -ACTIVE FIFE GENERAL BUSINESS-NR (EXPIRES 3/31/2018)-ACTIVE LACEY GENERAL BUSINESS#5339 (EXPIRES 3131/2018)-ACTIVE I: DUTIES OF MINORS: PARTS RUNNER MISC SHOP HELP LICENSING RESTRICTIONS: It is the business's responsibility to comply with minor work permit requirements. See WAC 296-125-030 and WAC 296-125-033 for non-Agriculural and WAC 296-131-125 for Agricultural guidelines and restricted activities. I. This document lists the registrations,endorsements,and licenses authorized for the business named above.By accepting this document,the licensee certifies the information on the application ( was complete,true,and accurate to the best of his or her knowledge,and that business will be conducted in compliance with all applicable Washington state,county,and city regulations. Director,Department of Revenue Z-1 ME ' STATE OF WASHINGTON UBI: 278021315 001 0001 Expires: Dec 31, 2017 of TUCCI&SONS,INC. UNEMPLOYMENT INSURANCE- 2 4224 WALLER RD E ACTIVE TACOMA,WA 98443-1623 , INDUSTRIAL INSURANCE#ESAC 11205 00-ACTIVE t MINOR WORK PERMIT#ESAC 11205 t 00(EXPIRES 3/31/2018)-ACTIVE TAX REGISTRATION-ACTIVE UNDERGROUND STORAGE TANKGIG HARBOR GENERAL BUSINESS ' (EXPIRES 3/31/2018)-ACTIVE ' SUMNER GENERAL BUSINESS #BUS2006-00020(EXPIRES 3/31/2018) i -ACTIVE July 6, 2017 To Whom It Mlay Concern: Tucci &Sons, Inc. has not and has not been in the past three (3) years, disqualified from bidding public works contract under RCW 39.06.010 or 39.12.065 (3). Kevin A. Kever, Assistant Secretary 4224 Waller Road Tacoma,Washington 98443-1623 Telephone 253,922,6676 Fax 253.922.2676 4- c al c c c N 0N cu Y c c Y Y c c Y c c E L Y c O y 2 >O O N N O y > N O O 4- c0 N 0 c0 c0 N N COc0 N � a � c0 7 CL IL Z Z rL IL Z Z CL z N 0 c0 cc0 i0 is cc0 0 O 00 `O O `O co O co N ^ ul 0 0 00 0 0 0 00 O Gl +J LU G/ =) 0. Z E Lu O W V � � Q F- U Z LD N o lD r1 r- —1 ul m lD lqt lqr 00 r` O Z ° 00 N W M N M 1n N M ul n r, ul r\ M (, l/1 d' U L O ul' N l0 Ln M Cr) lD' rn V cD tD 0) ct Ql Z L Q D -4 00 al Ql .--1 00 V Kt lD Q) Ol r- lD 00 O O cd. Z l0 N r, '-Zr N O Ln N '9T -4 Ln to N 00 V (n z L lD 00 N -:F rrl +--i r4 N N Z) z > �c O LLJ U cr- U U ° F- O ai Y V _? 0 Q c F- •C � 4-1 co O 0 0 0 0 0 0 0 0 0 0 0 zu3uuuuuu L a ° L z = z u F- Q z a T x a F- wOZZa00Z Q 00 N D y �= < U0 YW QQL z z w 00 = Q j i� O o a Q F: Q v~i o Z ) Qm � vFQn. r,O s � rQpQ = 66 OLf) d 0 ° cn to = Q Q Z < LU LLI Z) o 3 Q o j o o a o f F- Z Y D Z _ Q -j 0 F- Q \ § ƒ 8 ° 0 / � � 72 § k < U \ kX . CL X � $ � \ / m c \ / \ k a f \ < , a ( k \ § e w w ) ¢ k ! 2 » £ e $ \ ƒ § kn u ) - / R j ƒ > G \ q / R ] § '� e \ 3 e / » $ ƒ § / wl § / / $ } § ' � � 2 q D U g ; } k L. 00 $ G \ f / Q 2 ) / \ 0 / ° § � \ ƒ \ e § & / I ) .19 Q f & , n « Q » * ƒ k } In G § 2 ] \ p ' � § \ $ CD § 4 00 \ � \ � q - �£ / \ ƒ \ e \ \ = f / - ao ,\ O c C 0 N E 3 3 ..7 O V Fes- v W Gp 66. Gyp p G C C T C C 2 O L O O O i ap U N .� to 2+ 12 o � O ;•' Q t C 'v m.E v+ N VI V � o " a,ci _ 3 L c M a.. F 00 o o v u W C, Q op > c. O .u� Q E u °° _ u v Q Q C C Q C VOj Y y ¢ O N Q ON y C 3 O N O N 3 O N w .E o C n v 3 a V1 c N O K N v n � 10 O W r Y C v, O O M o F e a a u E n a o en 3 c`a id o o °o N Go N o > n o o v+ o E n 3 3 C C adi p ai o u C r+ o M > u 3 u a u _ n u N r ry U U N U i`= N L N LQ In cq N Y L 3 N N U O T N E oolr 'o HIn c m g d rn c 'o [tt Oc, > a N c 3 `wo Q c _ ° = rn a °o > Q O '_ 3 C rq cn U cn 3 0} °° �- `� �8 `"� E' �e of as N W O •er o S: F. C C W ` N O ?. r O O y C; O O yi In tFkn N F N U ,p ..� W N U N W tn N .N. N /R� O L1 O N ON Ool O W O O C. O O O O M n r tl' O rn b p 10 t h n00 Q I 69 N 10 i+ In - 604 � 69 i L L' O O v N O O C O O T V} (L y u :V �a Z •o > > y E- w o - Q E o a�0 of o. c E a3i 2 v U3 � 3 c Uin v O U 4-r C E 0 o Q 00 c V _ o0 4r a H U °' > i on m �a v O .5 c 3 00 Cd to 0 o E > > II Q c_ V 3 c 02Z) CL a. 3a C2 a > Q c 0 ell o � N � Q _ z O C,4 q s L Q E i 00 g w 00 r v a r ¢ O a N C ¢ y q o o u E 3 `0 o > t o M " � 3 " o p n O X 3 ,�q. % °O c a h Q N v .0 G Nq n ` iy .p O y O N v O ; v t O t y 00 W Y Fo- N V o� cn a° O E= t�'v �' c v`�i O u y m U ry a 2 Q00 N L00 M 3 a V1 �_ �O� Ya 00 � 3 E o ¢ ? c c o rn v oo Gn C a 3 v E = o c ¢ a � ci r c o U N 3 c -0 Q ¢ H 00 00 o O cn c x v v O M _ m x ni v, o y Qo c ? o o c°� 00 O � O M q q h .? C1 ti D` a voi U M ry O V 0 0. N N 6J O Cl MCD izz r r co � N _ O C 4 0 0 00 o O o � a N C M V C U I it y O 7) 4 tO �% L1 eLtl Z r oo n .o 3 0 0 P O q O u ai m r U o >a o C,4 � a l� t O O Q ¢ Iv 00 0 o a 3 ..7 ❑ C- cn nn �.. bo •� V= C7= a0 v0i G p bcn d � yY •_ ¢ �� bA id 3 ao w v; w L C C C4 .:0 E y pqV Ca N > tC 3 •C a) 00 =.E Wz0 Co C Y O O Q U O U y N cncn L r^ N C 'C N O V] C E t0 7 N tC3 n 3 ¢ E C Q S = 3 C v 'a 0 o U 'Ir �dGo E oo m 3 oho • O M ~L N O m n O N C L ai W Cn n r N v J O q M O 3 CND O d O U M GT] U to ❑ cn N O. N E N U et n ❑ N I X _ 3 N •C d �_ N 3 W '� o a 3 a 00 W u o N cn Q a c rn y n a o N N� t0 tp o rry Off. tl 3 3 C� c0 V N to N .-1 lC O ly C O U�_' va ❑ � O N EN E N y U1 U 0 V U a O% Ch C';Cn ON N F— N U Q m ❑ N M F i N F v f— cht +�+ O CD CD O /CC N ON O o as O CD vj O n p O n D W C) O Ccqo G N to 00 O O M O C. N O V 69 L � ! o I U jn s � N 01 N as cn �✓ � ro U v � � �•� °.rn "off � E O N :O D m cn cn � U 3 U O —3 Q Q o h 0 0 O = ' s u a 5L U �^ n a is S E o y cn E 00 O v .v ' R uz a. rh r e,. .. O o � s R O V OD x H• b y en E C ` u3 nvv_ = 000 s r . 000S � �U � ¢ ec� o a. o c y ap C N N y j C cn d, N O V] 0 O,000 O L .0 > C C Q T O O G Q < g = N Q O 3 3 C d a < O E Cn c c N y •tp H m ,r„ 3 .5.+ 3 •L N C O N 3 —O o ¢ N In o o e o cu y ry ve 3 00 C c � E C7 0 °' F Z lu o �' w aG ri b `�' o coi e In � e u o p Q y = o E >+ on '� o v r a v v, n ,o W U N 21 V N C N E Z N a v z Q 3 O •v 4 0, LLf v 4f.. N C H O 3 V) '0 > C C C V j C 000 < U Q �" O .T. N Q, 4 00 L P 00 sow N C C ^ C Q L H C 00O, Q O E cn n q M C CD N 3 t U L. b Zy G O O 0 � O U 3 � R LU C N n v n e o U o d O oo V n F Z o F N r N o n h u °' '> E= a va E o V N p U N 0. N ry r N n n h N _ o — CC N N N O O N ,p r b 0 0 — O M ,o n u yj es iA L C O i U o N rn co 3 q o f ° o m CL z o ° H > W 3 3 co a 10 � e j0 T �O ° cd m is W q OD O T 0 = C E C r w ° nd u C Q G U y Q Lu i `L. y U . GO a a C > s u3 < <oN � R a v � b N O i L a G ` t� N Q LL.I v N O Q 7 m C! oo ❑ N pip a� rn '= r 0 3 o It U c ° o ° a a ° G ¢ N c m o X 3 � ; Oo 3 e O o a o a p u *0 c c - r c ry o _ E o Q .y o p o 0 o M Grp 3 10 a N U r F N L1 Q i- ❑ ry i i D N O h LL] N °, Lti W ❑ 00 °' or c < W F z Q C 0N0 c 3 c o «`� w M ❑ d U r m rn o E 00 O 3 Y N 3 QG O ti m O �� N V F N G C F N O N N N N O � r T O L" C P O O CD O r4 00 O oo q N � p V � � L L: 0 U 0 T N T a C r O r O E 7] c E Om -- > c7 O d o U O N V d'd 3 U CD 00 CDH b O y L 00 M V N � v-r N Q00 00 < c 00 rn 0 r- E �;5 ° a y rn ' CCro oM ¢ u Q O ejN U M F ev V. c ^ u M N Y 3 O D M LL Y' p N 00 �O 00 Q b W lu C C am-' C t7 ti O+ v x Ci k 3 N F °' 3 3 M ca x 3 _ x C 6m �° 'u oe 00 cuO v © j e v o N Ou w ov�N V C� V N V G N � O ^ N N cq O �1 ao C .o O o 0 V1 O b W .� G N CD W) O ^ In N 69 In N ^ y a Zq N U 69 yj � Cd C O U ^ 0 N C N 0 ~ N M a GJ U y N ` v V E pdj a .N. 3 ca � 00 .E Cm O O G 0 t O Q , ¢ 3 0 o � 9 n� h u O e u on m o, E y O `u O co `� O'c c 3 Oo ¢ 3 a u a cn 6/ N(71 C, 00 00 L > Q tD = O b ol¢ O O` N E > a f aui 3 r y 3 v 3 c c 3 cq c �= y ¢ ¢ o N v T O U ai u R N U ev p oo p x 3 a `�' `�° °' C 4 Gam. `�'� O u 110. rni Q a 13 aJ N Liz C] D V1 N D V] N aC N F ]L N C N F VI N r V r0 cn I N I y N � y Ir U00 coo o ¢ 3 e a 00000 o a a ¢ u a c Q o o° ro ro Q �' ° 0 3 0 3 Y 3 N 3 E N c o �E° y 3 0 U 3 ai ° tj o 'p o o00 c 3 yM J7 m >, C N N .. m F � 7 y O p M r+1 ^R1 N N O O C o c o o L' .p00 O p 00 O C 7 en N t p � O v Q 00 00 M b 609 y — u 6.�9 f C O V G o N ` Oq 40 C m ELU Cd U z C Y V) (�/ > TLLJ > C •G n c :° > c O C � U .-1 V n. C O L m W o c C C CJ cn V I 3 CL °0 3 rn 4 Q c P_' a C < x c > c� �. t ¢ i 4- c 3 00 ,o 3 to oo 3 3 c Ioo n v`' a E a i_ a iz ' = d a to C m c+ ca rn O ri Q .0 m C w o 3 0 oo 2 Cl W b .Ci In1O ti nb'f U �p .� ry m !` O C C O y lh Y e 7 o c 3 c 3 rn a V v Q C ° >c 3� � 3 F. 3 co oco 3 c 3° < oo a ao L n y > U G > U r R C w G c V co rn C Q �.,� 3 b O v V1 C ?r V] C C v w V ° oo O y ° c cr O - oo V b V > N 5 N N N N ate+ O p N N b Ol — N r+ O p O o Qo Q N N o0 h CC 6q 69 L y C O U n N V M aj C >` O 7 V t E 3 � " 0 cn F ' > to O H > a ro V) -� z � 6;; z y a o m v�O I� t g 3 a 3 3 o e4 N � n C � d V L �° <O `a•a j In .+ aVi p CD m V 9 a tO of c •� i 3 N L r R x r y C N bD ° m S 0Mo L 1 o O M c c ` M r0 3 q roof W U 2 u: N ate. � w cd °i o M �_ s 09 � A o Y d U M L N U O L N 3 'o C., c M M 00 O H G D T to 00 m a 3 Q u 3 _ L � 3 aVi > N L y °� .x MV T T r,4 ��.. W T $ n d = r ou Q o v 3 y a> r d m N N o Y Ln co U M Lz N N 3 ° L Q M .M.. M C-4 CD aV+ p O p CD Q In qT i •+ O p p0 GO G i p r r 10 = d O oo O N 1 N E p Q _0 C ry 0 (09 V) L i C O U ;r o i N 3: V T U N _ It 0 E Z 3 `'' t= _M u C0 0 0 U O p ° v - > -0 is N G .� Cry ry In m10 7. 'What is the construction experience of the principal full-time individuals of your organization including superintendents and foremen? Years of Largest Contract Individual's Name Present Position or Office Construction Dollar Value and Position Held Experience Class(es)of Work Michael F. Tucci President 32 Timothy F. Tucci VP Sec Treasurer 27 Daniel S. Glover Chief Estimator 32 Michael P. Hall Estimator 26 Torrey E. Johnson General Supt. 21 O. tlaniel Nelson Project Manager 13 Matthew F. Pavolka Project Manager 9 - Joseph L. Schiemer Project Supt. 42 IF,- .a Lo vs E 4 ca W OL cv co uy Cqq �E 7 -0 CL IUD ul, W2-0 1. 52 - 0 M (n -0 V7 co cu l? E 0 0 C.3 C) 0 cu 0 CD 0, C'4 cn' E (D 0 C: = C, Cc Ir _-z 0 w 1� co to (Q CD 0 C 0 E LU Ln 0 -6 -�5 0 V 0 0) 'r- , --,e a) LL Ir a 5,LQ -0= ; D . 0 E U) a) E X X 0 LU Q) 0 9-. .2 cu F-o p - (Z (D CD 0 0 (n IL - 0. CA R�y CL E E c CD , c "D 4-- E 2 CL s-- co CU z (1) CL = 0 (n c F E -� uj E P mo 0, 20 -0 CU 0 - E M C) 0 0 00 0 0 0 :2 :3 ca co = p Q 0 CL CD > > co CU 0 ca co C 0 L) P- u a) 0 OL 00 a) a) cn 0 Q)2 - 'i" '4 m 0 E Ul -0 2 a) ca 0 cl c 5 S a") 22 UO) -a 00 0 15 o a En E "o in— C (D E m < c-m 2-0 0- 0 'roz= 2-E-0 00 c.) U - 10 - - 0 C: w LU�o Ca 5-5 E 0 a) 'E C) 'U — u3 - 6-0 D C T =L - -3 0 ca 2 < tz co -0 0 x ID -0 0- (h , V) 0 -,E�(D .s a) zi zi z3 c C-0 rr 0 0 tn= M -C a- E 0 C) m co a.-Lu (D C) =i o -( 2 - (D 0 o a) 0 cn c- a) 0 m 'o CL o - Z5 6 2 cz ,,� 0 ozz -am CL 0.0.o E oc=0 CL 15 0 M im ��.2 - i 0)E5 M E t5 (D 0 - ul 0 -2 It E 0 E E 0 C CL= 0)a) C) C) 0 ID 10 U, 15 r-L o_5 c, (L UM, 0 C) ::3 0 L 17, < -1 LL m 0- (L -i IL 0 w w w 0 .0 CL FD U) E L:L'o cr cn -�c (0 LO ilk0 C3 sm 0 ED c 0- 78 EO cc C 0 cl) c rrCA D 0 EED 8 'El CL a) co =1 :3 an " o co U- 0 'E m cm E CO -D- cr 0 0 x c 0 - r- 0 - > ca LU co 0 m 00 00 0 S .§ -r- o E > CU x CO "T co IT 0 LO > UJ ":r co =1 M C'i o 8 C5 Ff m M N N c a) -0 .00 CD M . CD mo wo cz L 0 F- 0 5 ca CZ L 0 Wx LIU, 0 c CS 0 C) 0 1 tj (r,e CO = U---a CT-Ma-0 5 Lo U) ui vi to 0 �t —-0 -0-0-0 3: N co r� 11 Nr Cc M (a Co (a CD 0 =3 M CQ N -C) - - N 0 ca 0- COMN coo COM '0--0 co - 00000 co — o a. m :>4 5,0 C) 0 m _5-i-i-i - -�6 I? C\j CD 0 - = 0:�� 6 C� 'C� -ca 1-6 1� 87 70 U) 75 10 io'a ca a) 0 0 0 - - c? E F- 0 C)0 0 'Z5 0 w 0 w 2 ca .- c r) Ln - - . - > - 0 -.r- 0 OL cn (n C) E E -0 0 0 LO 0 r, 0 0 0 0 ': �6 2 cu — 0 0) 0 Ca a) ca ra (� u E - -E- -6 -E- :z W cp CpF 0 > 0 m m x 0 0 0 m 0 - 0 0 0 m-0 cz co cz 15 cz F-< o Si CD 0 w E E cz M m 50� C> 0 a) LO 0) LL LL U- LL 0 m 0 0 0 0 L) a IZ- = llr� "a '0 -J c.rj m c x x x X.- < _0 < �" T 0 0 cn`- E ca ® J 1:- 0 0 M 0 0 0 LO LO n-Me c c c -r- W L� Uj W W LU LU;�E 0 0 0 0 -0 -0 (D 0 C: 0 > > > w M C) 0 C) to M M �E -0 cz co 0 CC.0.0 .0 Q 00 C)F-F- F-F- CL c — - << w ': 'Zo C) 0)> OL(L IL (L(L EM 0 0 0 , C) 0 CL CL a) rL., CL Z.0 I I Q a) C r--0 -0 ,0 0 0 M M " o a) a) w 4) (D.- 0 .o"D '0 _0-0 -0'a '0 :3 Z E �a E c: -0-0 .0 .0 c - -6 N N N N N N N CL to 5,5, >,,I-_ j: o ca-�2 0 0 0 0 MQU 00000-2000000 004) c a: "r T T m T- T- U)C) 0r fr-rr rr Ir (n U)0 C) a 0 0 0 0 (1 rr cr cr Er Ir ct n-n- cc cr(D C- << < m cn m co En < < a: L) .0 -2 S2 M LO N N N M M N Z < M 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 fifty (50) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. r DATE: tY 4cc I y? NA DER Sign ure of Authorized Representative Michael F Tucci President (Print Name and Title) Lf-L2,t4 jn::�W,LAC ej Address 212th Way Overlay/Araucto 1$ June 14, 2017 Project Number: 17-3009 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Tucci &Sons, Inc. as Principal, and Travelers Casualty and Surety Company of America , as Surety, are held and firmly bound unto the CITY OF KENT, 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 S. 212th Way Overlay/Project Number: 17-3009 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 6th DAY#QF July 2017. Tucci&Son In . By: Li PRINCIPA Michael F Tucci President Travelers Casualty and Surety Company of America By: 1 c SUR TY Julie Craker,Attorney-in-Fact 20 Received return of deposit in the sum of $ 212th Way Overlay/Araucto 19 June 14, 2017 Project Number: 17-3009 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 231907 Certificate No. 007169074 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Julie Craker,Thomas P. Hentschell,Leslie A. Parks,Brad Roberts,Joanne Rcinkensmeyer,and Janet Pudists of the City of Tacoma State of Washington their true and lawful Auomey(s)-in-Fact. each in their separate capacity if more than one is named above,to sign,execute.seal and acknowledge any and all bonds,recognizances.conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 29th day of March 2017 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company p�nA•Soouee,�� r7�''}n�y yy pRt 6 `,,N ��v_.-Yl1t • �� - 4�i f t0.00RAIgi • ! bF �; n j t W `o i m COwI. o Zy tXt[xL 8 �n �� � ry• hH 4tANG�� IS.A� fir........•�p� yf ^f 'F� • � `Tlar�.y� State of Connecticut By: t�� ,' - ,/ City of Hartford ss. Robert L.Ranev.Senior Vice President On this the 29th day of March 2017 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company. Fidelity and Guaranty Insurance Company,Fidelity and Guaranty insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company.Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G.7rN In Witness Whereof,I hereunto set my hand and official seal. r TAR C • V�� My Commission expires the 30th day of June,2021. AIIBUG * Marie C.Tetreault,Notarc Public �s 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company.Fidelity and Guaranty Insurance Company.Fidelity and Guaranty Insurance Underwriters, Inc.,St. Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company.Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman.any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,anv Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her.and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary:and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President.any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal.if required)by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority: and it is FURTHER RESOLVED.that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company.Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc..St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. f � IN TESTIMONY WHEREOF.I have hereunto set my hand and affixed the seals of said Companies this day of 1 20 Kevin E.Hughes,Assistant Secrftary j apYd� TL ' 4,I �O`y^...,•,� `J._........9y OJ fG c� SsccrF�aa br 1851 wt�o! sea Si n� 1. ! Y' [w..C� fS.A��! ip_.��•rp p1 'fir � , •A` 'A7 AIM To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. S. 212th Way Overlay Project Number: 17-3009 NAME OF PROJECT a4 &__YLS Il NAME OF BIDDER'S FIRM t Michael F Tuccl President SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER 212th Way Overlay/Araucto 20 June 14, 2017 Project Number: 17-3009 This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. [Enter ## 1, 2, 3, etc.] NAME OF CONTRACTOR: (Insert Company Namel ("Contractor") CONTRACT NAME & PROJECT NUMBERJInsert Name of Original Contract & Project #, if applicablel ORIGINAL CONTRACT DATE: (Insert Date Original Contract was Signedl 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 $ 212th Way Overlay/Araucto 21 June 14, 2017 Project Number: 17-3009 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy J. LaPorte, P.E. Its Its Public Works Director (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department 212th Way Overlay/Araucto 22 June 14, 2017 Project Number: 17-3009 t BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: / Bid Document Cover Sheet filled out with Bidder's Name ....................1�?'/ Orderof Contents.................................................................................Ca' Invitationto Bid................................................................................... Contractor Compliance Statement........................................................ Date............................................................................................ Have/have not participated acknowledgment.............................� Signatureand address ................................................................ Declaration - City of Kent Equal Employment Opportunity Policy ........t� Date and signature ................................................................. ....�/ AdministrativePolicy ...........................................................................[� Proposal............................................................................................... First line of proposal - filled in ...................................................C� Unitprices are correct ................................................................ Subcontractor List (contracts over $100K) .......................................... Subcontractors listed properly..............................................::::::®J Signature.............................................................................. p� Subcontractor List (contracts over $1 million).....................................� Subcontractors listed properly.................................................... Dateand signature ..................................................................... Contractor's Qualification Statement ................................................... Completeand notarized ............................................................. GI/ Proposal Signature Page......................................................................� AllAddenda acknowledged ........................................................ Date, signature and address .......................................................C� BidBond Form .....................................................................................—// Signature, sealed and dated .......................................................[7'/ Powerof Attorney....................................................................... (Amount of bid bond shall equal 50/o of the total bid amount) CombinedDeclaration Form................................................................ Signature. .............................................................................. ChangeOrder Form...................................................................... Bidder's Checklist ................................................................................H' 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. 212th Way Overlay/Araucto 23 June 14, 2017 Project Number: 17-3009 Bond No.106756334 PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT Wwi NINOTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Tucci& Sons, Inc. as Principal, and Travelers Casualty and Surety Company of America a Corporation organized and existing under the laws of the State of Connecticut 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 $ 1,139,919.50 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of S. 212`h Way E Overlay/Project Number: 17-3009 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. 212th Way Overlay/Araucto 24 June 14, 2017 Project Number: 17.-3009 TWO WITNESSES: Tucci&sons,In . PRINCIPAL entl r rincG'al's Warne above) BY: r �/ TITLE: iichf TuciPresident DATE: DATE: CORPORATE SEAL: PRIM AME DATE; Z. Travelers Casualty and surety Company of America SURETY CORPORATE SEAL: BY: Jule/craker DATE: July 21, 2017 w TITLE: Attorney-in-Fact Hentschell&Associates,Inc. ADDRESS: 1436 S.Union Avenue y Tacoma,WA 98405 I� c CERTIFICATE AS TO CORPORATE SEAL r hereby certify that I am the (Assis nt) ecretar of the Coe oratiio n med as Principal in the within Bond; that � Who signed the said bond on behalf f the Principa) —17 of the said Corporation; that I know his signature thereto is genuine, end 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 212th Way overlay/Araucto 25 June 14, 2017 Project umber: 17-3009 WARNING:THIS POWER OF AT-9 HNEY IS INVALID WITHOUT THE RED BORDFA'A �d �a�ri�INld%�NJa� T T� J Farmington Casually(.°olarp 1ary St.]'all]Mercury Insurance Company Fidelity and Guaranty Insurance Company la avelers Casualty;and Surety Company � Fidelityy and Gukarant,y Insurance LJnderwriters,Inc. Travelers t asaaadty and Surely Company all'America ;tit.Paul Fire,and M irinc Insurance Company United States Fide ity and Guaranty Company ;tit.Paul Guardian insurance C'ornpa,ny Q 1 Attorney-In Tract No. 22a19Q7 C;;crtiluczate No. 007169210 i r' KNOW ALI,, MEN 151'THESE PRESENTS That l nmulo eCsan Casualty C olli ally, tit. Pa uV Dire and N a6llC hbill;tlkX !'craralr,ralN. St. P Ink Guardian Insurance Company„St. Purl Mercury lnsunince~ Conlllany,Travvc crs Casually and Surely C'omplaalry. Travelers C.asaaralty and Snrcly Ccnlrp.any of America,and United Sures l•adelny and Guaranty Company are corporations dilly orsoaltlzed tordet, the km of rile State 01'COIIFIC nClAt. Iflet l Idarhty and (tananni1v Insurance Company is a corporation duly organize,G. • � I ,armed under the { fi arlatdt.r the laws cat tlac�Sl.aru rat Ioev«t,and than Fidelity�ruad K;rltu:.ulty� hlsur�al�lcc t1r �1e rra 1 irerr's.Iola:..a,a eraraaai Elai£an dauly urrr laws Of the State of"Xisconnin(herein collectively called the"Com ranres-).and tilat file Conylanres day Ilel-ehy drake,constilurc and�tppoiw I r Julie Craker,Thomas 13. 1lentscheli,Leslie A. Parks, Brad Roberts,Joanne Reinkensnreyer,and Janet Pudists �J i rat rite Cat tit, T'acom _ Stave of, _ Washln rCotl their tcuc and lrwfid e"r*ilomey(sj-in Fact, each.Ili their Separate Capacity it Aline th,all tiane is named above,Ira"lair CXLeCuic.'eal and uckllro Iedn'C am and«ai i undertakings and other writings ohh+aaiory .ill the Init ure alereof oil behalf,of,the. Companies in their llosille,ss of ^^larantteing the tiduinv Of per-sons utu:araantee inc;file pell'o rmance nt r contracts and executing or"unrainceing hands and undertakings rcyuired or perrllilled in arny ilcncrll5 or pnx0edin;2s aul9crescd tTy law. IN WITNESS WIII^;ItEOF,the Companies have caused tltis instrument to he�i,-led and 111ch.a•urpol,afe Seals to iv hCle',(o:d'k,xcii.IN,_.. .... 29(h F d Mauch 017 � day(of' 2— r 1` Farmington C•astmlt) Company St.Paul NIvivur•y insurance Company Fidelity and Guaranty larstiranee Comp arr) lr avele.r s C astmh' and Surety C"onap any Fidelity and Guaranty Insurance Urideraariters,lne, lra'VCICI S C asualtti :and Sau•ety Company otAmerica St.Paul Fire and Marina,Insurance Compam united.States Fidelity and Guaranty ranty Cua parry St.Paint Gunrdhin Insurance Company It e a^ � Sr:ekr , is SEAL �y �yy SLR ,r ,�,✓ 3 l% � i State Of CUn1Y(*Ctictll f City of Hartford ss. Rokel I I-R sate 5.Selal rl w Ice l'Ic•sidelat �+ Oil this the 29t1t ... _.... ..--day of Marcia 20l7 lY f£ale tile llersalnalla alroir .u'ec9 idtnc�art I..,ls.aleuy.yslr,a:r racknractla°dorad hirrracI tcl V be the Senior Vice President of Farmington Casualty C'ompally". fidelity and Guaranty insurance^Company,l idC1il ,and 611a anal insurance tJlldcrxc'rur:rs.Inc...sl.Paid Fire and Marine Insurance Company,St.13,ml Clualdion hl,aaramCC Ccalnpany.SI.lalat V Ialsau:ance colnpaarr ,Travc1etrs C aslizlItt rind Surety Comilmlyr.'l'raecLcr Casually and Surety Company,of America,sand united States Fidclity and Guaranty Company.and th°al Ire.as sire h.bvm,c aillhorized sal to do,exec Llted the fol"egeling insts•tmleaut for the pua'glaanew tdrereirr contained by signing on behalf of the crxllrrrar,tiarnv lay lrilllself rrs,I daily authear-ireel all"ttcer. i 11a NrJi#secs Whererrl',l lrcleulrUr set nay hand and tltl'"ieiral TAR M;, Commission expires the 0th clap rat.lrnle,2021 ALML j No. fiery tlli lict r I 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER r J WWV.AI'J4'.!M 14vU1 Jl JI l.I.I.NI/fir/i.AUll/t//1/U,GF//////AIUX%//////Jd'//�NGl4/GIL//�LO///l/i. /il//Ml///2r,//lA.1/�/dl/..,./}/t////Y//......I.JII H/,'GGG/Gl/lIAOdIYYI/LJ(IYIAIIY/GuLLJP/R.YI. .,.rrrvror,+rirmisrrururrmivrarusirivanwunuacuvuuwsnnenn�srnmuaiearmvrry amismnrsrvrrrn vmavva„mrem mva.a u. rx.r�rr.ro m..r..r ° ° ,,, ,+ ,,.a r r rr r.ru,x unranaw aaaarraannnnt', arru,urx ruv.rrm rivxxnn ,vmru rrnanmi nrrm:mr .. ,.nrmaxaa r xam�nuwrenaaa+n vuwrr✓uravurrrnm isarau� WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER f'G This Power of`Attorney is,uraniccl under and by then anthor'%rcw°01'111e t011OWiTIL resolutions adopted by the Boards of Director's of,Farinington Casualty Compally,l'idClity �ap ,and tiu,aranty Insurance COMIXIny', Fidelity Mid C;;Mlratlly hisurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guau'c1➢all IlSnrarlCC C'o1111>uny,St., Paaual Mcrctny Insurance Company,Travelers Casually and Surety Company,Travelers Casualty and Surely ("olnnpiatty caf AnpCl'ICar,and C.9rlitCcl Suites Fidelity and Guaranty Conipany,which resolutions are now in flan force and effect,reildirl"as follows: RESOLVED,that the.. Chairman,t11C Presudcnt,ally'Vice C'hainnwid .Inv Ex+ecntive. Vice President,any Senior Vice 'President,any"Vice.President,any Secoiicl Vice President.the hreasuresr,eanc As.s➢st ant'1-reasurer',the.Corporate Secretary or any Assistant Secretary may appoint Atiorlteys-in-Fact.and Agents to act for and oil behalf �= of the Company<ind nKu% givc stxh appointee such aljdloruty as his or tier certificate ol,authority nlay prescribe to slit H uh the Company's iianxc and wall with the Company's seal hone➢s,r <'raa3llGLanC s,c'ontracls of indemnity,and Other WritillgS Otal12 a ory"in the nature of a hoed,recognizance..or conditional undert.akiiw,and amy Is of sa'¢d officers or(loc 1:lrraa'cl tan l:Th'ecteri`s at any,time dray r^arrive any Such appointee and revoke she Iaalwvcr ➢w°e11 him or Ica;and it is Ij f JFURTUF'R RESOLVED,that the Chairman.the President,any Vice.Chairman,stay Exectilive Vice President,any Senior Vice President or any Vice President may 1 tic>le_ratC all or any part ot`rice foregoing atrtrrcn'ity to one or more.officers or c.mploy=ees of this Caaltal7arny,provided 69'lak e,lclt such dc,lc^ratican is utt writing, and xl copy 1 thereof is filed in the office of the Sccvnlry„and it is FIL11''IfElt.RESOLVI,J).that,itay bond.recta mizaance,colltr act of indemnity,(it writin;., obllpaltory in [tic nature of as hand„re al?Itiunce,rn'conditional undertaking, sh rl'I he valid and hlndina� upon the C ompa lly when(a�a)signed b the President,any Vice Chairman,any &_XCC•utiwc Vice Presid,em,any Senior Vice President or any'wice J r r r President.any Second"Vice President.the Treasurer,any Assistant Treasurer,the C.orporale Secretary or any Assistant Secretary and curly auested and sealed with tile: Company's seal by a Sect'ctauy or<"assl;rant Secfetra'y;of khy c8ulw eweCtarced(uitclCr scan„il'I`eyttir d)lav'one or more ttaaaneys-in-Fact t and Agents pursuant to the ftrawver crolflcate or their certd'ieatos of aollrortw' or h on of attire C'" � g prescribed Itl his'or It"t' c° - y Company a�aff➢CCrs� pursuant tr:r as wwr'iEtcn delegation of authority; and it is f J h"IiltTHER RESOLVED.that the signature of each of the following officers:President,any I;"cutive Vice President,any Senior Vice President,any Vice.President, 7 f any As;ktant Vice President,auy Secretary,any Assisuaau Secretary, and the seal ol"the Company may be affixed by facslnlile to any Power of Attorney Ol'ica any cer;tifia:ate relating dnCreto;lpparfni➢raw" I2esicicrat Vice.Presidents,1tCsidelit.Assistant Su'1'antaariaty o1°flltolni}s-itt-ITaet feel'Iaarposes olily of exeCutin;,nand aties¢inp Iroorads arld undo taakinw,,s and other writings obligatory in rite imoire^thereof.and any such Power of Auorney or rcrfificate bearirlL acerb facsimile signature,or iaacsirnile seal 9 Shall be vadic➢and hill{lira,tpl7n the Company and any Stiell I'oww'cr so executed wid Certalled by xrlc-h facsimile signature and LaCasimlle,seat shall be Virinf and banding on. f I, l bond(ar'innrfersizn'trfsnr to which it is attached, t➢ti^4�'cant t r11y m the futtarc:ww arch ICti aec°t to�arnu ii 1,IC,ew'tn F.Hughes,the ikOltlCr^,IIwnM1;i:l..''StiSltit<ant Sec'le.tary,Of l'armm21ai11 Casu.adty CeYmpally,F"Ideflly and Guaranty fnSUMFICC C01'11I)a111'.Fidelity WILl Gtrllralt,w"1.11sin'an€:e >F Underwriters,Inc.,St.1"atasl Fire and?wlars'ilne Insurance Colnpaily.St.Paul Cual°titan lusm-glace Company-St.PI MI ivtCccury^lalsul'nncC Coanpan} 'fratvelcrs Casually and 1 Surety Ccllllpally 'faawc°leis Casuaahy and Steely Connpany of America.and United States 1"idel➢ty and Gm ranty Company der hereby certify that the alcove and foregoing, 4 is al,trtlC.and Col"rCCI e'unlay oh the Power of" Attorney executed by said Coanpanies,which is in full force and effect and has not been revoked. IN ,S I°I11ION Y WHEREOF,f have hereunto set my hand led d'fixed the seals d f said Companies nie+s dtas� �.�� "p .I I clay of 20 1-7 .,__,...._._ a Izev'r I:.I[tryhos,AssistantSecictary i' rr r S L:I I ;1I S 3i �b T Ctwcr°, t a err 3� 1995 f n 0 t Tar verify"the authenticity of 111k Power cif Attorney,Call I-Itt 0-421-3el,80 or contact us al.wwrlw'ww.1.1'a1.VL'fl',a'tiborlrl.Ct5111. Please refer to the Atiorney'-In-Fact number,the alwowC.-naati'led individuals;and the deulils of 111C bond to which the power is attached, l e is i udARNING THIS F'rJWER OF ATTC)RNEY IS INVALYD WITHpUT THE RED BQRDER „uw„ rr,,,�=rr CONTRACT THIS AGREEMENT, is enterecLnto between the CITY OF KENT, a Washington municipal corporation ("City") and organized under e laws of he St te.of located and doing business at ("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: S. 212th "ay Overlay/Project Number: 17-3009 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 WSD T as of the date of bid opening,. Unless otherwise directed by the City, work shall start within ten (1 C) days after the City issues its Notice to Proceed and be completed within fifty (5) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing all the work provided for in the Contract, except where the specifications allocate that responsibility to the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and: upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor.. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 212th way dveday/Araucto 26 June 14, 2017 Project Number: 17-3009 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 212th Way Overlay/Araucto 27 June 14, 2017 Project Number: 17-3009 CITY OF DENT BY: ZE T COOKS, MAYOR D T 7 ATTET KIMBERLEY A. 60MOTO, CITY CLERK APPROVED AS TO FORM': KENT LAW DEPARTMENT CONTRAC 0 BY: PRINT NAME Michael FTu l re i TITLE: Michael FTucciPmsidero DATE: Z- . 212th Wray Overlay/Araucto 28 June 14, 201'7 Project Number-: 17-3009 EXHIBIT A INSURANCE REQU I REMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form 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. 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. 212th Way Overlay/Araucto 29 June 14, 2017 Project Number: 17-3009 EXH I B I T A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1 . The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 212th Way Overlay/Araucto 30 June 14, 2017 Project Number: 17-3009 EXHIBIT A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 212th Way Overlay/Araucto 31 June 14, 2017 Project Number: 17-3009 Client#: 24451 TUCCSONS YYYYJ /2017 MIDDI ACORM CERTIFICATE OF LIABILITY INSURANCE 7125 DATE(MM)DDf THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(les)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER I NA TA Christine Maden Propel Insurance 1AJJCO,No,Ext),800 499-0933 (M No):866 577-1326 --— Tacoma Commercial Insurance nooR�ss: Christinemaden@propelinsurance.com 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NA)C 11 Tacoma,WA 98402 - - - .. ----- -.. _. --- ._ -._.._ --.._._._ ....._ INSURER A;Zurich-American Insurance Compa 16535 INSURED INSURERB:Navigators Insurance Company 42307 Tucci&Sons Inc INSURERC:AIG Specialty Insurance Company 26883 4224 Waller Road INSURER D Tacoma,WA 98443 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR TYPE OF INSURANCE ADDL SUB POLICY EFF POLICY EXP LIMITS LTR IN SR WVa _ POLICY NUMBER IMMIDOIYYYYJ JMMIDDIYYYY) A X COMMERCIAL GENERAL LIABILITY X X GL0399266913 0110112017 01/0112018 EACH OCCURRENCE $1,000,000 CLAIMS-MADE a OCCUR PREMRNEaoonirence s300 OOO Xi PD Ded:$10,000 MED EXP Anyone person) _S 10,000 --_ PERSONAL&ADVINJURY S1,0001000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERALAGGRF_GATE $2,000,000 PRO- --]POLICY®R JFCT L_I LOC PRODUCTS•COMPlOP AGG $2,000 aoo OTHER: $ A AUTOMOBILE LIABILITY --Y X X BAP399266813 — 1/0112017 01/011201 ( a ac CE NED SINGLE LIMIT �-7 IEcidon!) $1,000,000 _ X ANY AUTO BODILY INJURY(Per person) 13 ALL OWNED r 1 SCHEDULED f BODILY INJURY(Per accident) $ AUTOS AUTOS _ NON VINED i PROPERTY DAMAGE $ X HIRED AUTOS X AUTOS $ B UMBRELLA LIAR X OCCUR X X SF17EXC7209421V D110112017 01/0112010 EACH OCCURRENCE $5,000.000 _ X EXCESS LIAR_ CLAIMS—MADE: AGGREGATE $5,000,000 DED I X RETENTION$0 WORKERS COMPENSATION WA Stop AND EMPLOYERS'LIABILITY Gap) STA PER A ANY PROPRIETOR/PARTNERJEXECUTIVEYIN GL0399266913 0110112017 01/011201 EL EACH ACCIDENT 311000,000 OFFICERIMEMBER EXCLUDED' C N I A (Mandatory in NH) E L DISEASE-EA EMPLOYEE1$1 000,000 11 Oyes,describe under i E L DISEASE-POLICY LIMIT j$1,000,000 _ DESCRIPTION OF OPERATIONS.below _ _ _ -. _ C 'PollutionLiab X CP01671517 OJ10112017 0110-112010 $2,000,000Occurrence $2,000,000 Aggregate i i DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) RE:#17-30091 S 212th Way Overlay. The City of Kent is additional insured per the attached endorsements. CERTIFICATE HOLDER CANCELLATION CI of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE 01988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(20'14101) 1 of 1 The ACORD name and logo are registered marks of ACORD #S2789932/M2532190 KTROO This page has-been 4eft blank intentionally. 0 Additional Insured —Automatic — Owners, Lessees Or ZURICH Contractors Policy No. Eff. Date of Pal. Exp. Date of Pot. Eff.Date of End. Producer No. Add'I,Prem Return Prem. L 39926e91 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II—Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured only with respect to liability for"bodily injury", "property damage" or"personal and advertising injury"caused, in whole or in part, by: 1. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products-completed operations hazard", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or"personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the"occurrence"which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. U-GL-1175-F CW(04/13) Page 1 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an'occurrence"or offense that may result in a claim; 2. We receive written notice of a claim or"suit'as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b.of the Other Insurance Condition of Section IV—Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same'occurrence", offense, claim or"suit'. This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III—Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement;or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. U-GL-1175-F CW(04/13) Page 2 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 0 Waiver Of Subrogation (Blanket) Endorsement ZURICH Policy No. Eff Date of Poi. Exp. Date of Pol. Fff.Date of End. Producer Addl Prem Return Prem. G1.0399266913 01l012017 011012018 Propollnsurance $ $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement,which is executed before a loss,to waive your rights of recovery from oth- ers,we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-U-925-8 C W(12/01) Page l of I Coverage Extension Endorsement ZURICH Policy No. Eff. Date of Pal. Exp. Date of Pol. Eff.Dale of End. Producer No. Add'I.Prem Return Prem. BAP399266813 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II—Covered Autos Liability Coverage: The following are also"insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an"auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s)where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured"will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment--Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. U-CA-424-F CW(04-14) Page 1 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II—Covered Autos Liability Coverage does not apply, D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section 11—Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total "loss"to a covered"auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the"loss",- (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2.of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a.of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage—Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: U-CA-424-F CW(04-14) Page 2 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto' (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered"auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However,the most we will pay for any expenses for loss of use is$100 per day,to a maximum of$3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to$750 for"loss" to personal effects which are: (1) Personal property owned by an "insured";and (2) In or on a covered "auto". b. Subject to Paragraph a.above, the amount to be paid for`loss" to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for"loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same"loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph 13.4.a. of Section III—Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph 13.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for 'loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an"insured"; and (b) Are in a covered"auto"at the time of"loss". The most we will pay for such 'loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such 'loss". U-CA-424-F CW(04-14) Page 3 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. K. Airbag Coverage The Exclusion in Paragraph 13.3.a. of Section III—Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph BA.a. of Section IV— Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered"auto"on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller(or smallest) deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller(or smallest)deductible. M. Physical Damage—Comprehensive Coverage—Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos"damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all"loss"from any one cause is$5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos—Physical Damage 1. The following is added to Section I—Covered Autos: Temporary Substitute Autos—Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos"for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto"you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss'; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos—Physical Damage We will pay the owner for"loss" to the temporary substitute"auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. 0. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a.of the Duties In The Event Of Accident, Claim,Suit Or Loss Condition is replaced by the following: a. In the event of"accident", claim, "suit" or"loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss"is known to you (if you are an individual),a partner(if you are a partnership), a member(if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any U-CA-424-F CW(04-14) Page 4 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. agent, servant or employee of the"insured" to notify us of any "accident", claim, "suit" or"loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or"suit"including, but not limited to, the date and details of such claim or"suit'; (2) The"insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the"accident" or"loss"arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos—Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered"autos"you own: (1) Any covered"auto"you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee"or elected or appointed official with your permission while being operated within the course and scope of that "employee's" employment by you or that elected or appointed official's duties as respect their obligations to you. However,any"auto"that is leased, hired, rented or borrowed with a driver is not a covered"auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However,we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of"autos"or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto—World Wide Coverage Paragraph 7a.(6)of the Policy Period, Coverage Territory Condition is replaced by the following: (6) Anywhere in the world if a covered"auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of"bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U-CA-424-F CW(04-14) Page 5 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II—Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or"property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage—Additional Temporary Transportation Expense Coverage Paragraph AA.a.of Section III—Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of$1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A.Coverage of the Physical Damage Coverage Section: In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of$2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an"auto"powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered"autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-424-F CW(04-14) Page 6 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. KENT SPEC 1 AL PROV I S I ONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQU 1 REMENTS ..................................... 1-1 1-01 Definitions and Terms...................................................... 1-1 1-02 Bid Procedures and Conditions.......................................... 1-2 1-03 Award and Execution of Contract....................................... 1-5 1-04 Scope of the Work .......................................................... 1-6 1-05 Control of Work .............................................................. 1-7 1-06 Control of Material .......................................................... 1-11 1-07 Legal Relations and Responsibilities to the Public................. 1-13 1-08 Prosecution and Progress ................................................. 1-22 1-09 Measurement and Payment .............................................. 1-26 1-10 Temporary Traffic Control ................................................ 1-27 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 4-04 Ballast and Crushed Surfacing .......................................... 4-2 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-02 Bituminous Surface Treatment.......................................... 5-1 5-04 Hot Mix Asphalt .............................................................. 5-1 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS............... 7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells...................... 7-1 7-12 Valves for Water Mains .................................................... 7-4 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-02 Roadside Restoration....................................................... 8-8 8-04 Curbs, Gutters, and Spillways........................................... 8-9 8-13 Monument Cases ............................................................ 8-10 8-14 Cement Concrete Sidewalks ............................................. 8-11 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical............................... 8-13 8-22 Pavement Marking .......................................................... 8-17 8-23 Temporary Pavement Markings......................................... 8-22 212th Way Overlay/Araucto June 14, 2017 Project Number: 17-3009 KENT SPEC I AL PROV I S I ONS TABLE OF CONTENTS PAGE DIVISION 9 MATERIALS............................................................ 9-1 9-03 Aggregates .................................................................... 9-1 9-05 Drainage Structures and Culverts...................................... 9-2 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 9-29 Illumination, Signal, Electrical........................................... 9-7 9-30 Water Distribution Materials ............................................. 9-8 9-34 Pavement Marking Materials............................................. 9-8 KENT STANDARD PLANS ................................................................. A-1 WSDOT STANDARD PLANS.............................................................. A-2 TRAFF 1 C CONTROL PLANS .............................................................. A-3 PREVA 1 L I NG WAGE RATES.............................................................. A-4 212th Way Overlay/Araucto June 14, 2017 Project Number: 17-3009 KENT SPEC 1 AL PROV I S I ONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 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 CWSDOT 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. DIVISION 'I - GENERAL REQUIREMENTS 1-01 DEF I N IT I ONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons N I C Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; 2. Who provides labor and materials; and 212th Way Overlay/Araucto 1 - 1 June 14, 2017 Project Number: 17-3009 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1 . Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED BYADDING THE FOLLOWING DEFINITION: Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. Remove or Removal Unless otherwise noted, the word "remove" or "removal" as used in the plans and specifications shall mean removal, haul, and proper off-site disposal by the Contractor at an approved site at the Contractor's expense. No additional payment will be made for the disposal and associated fees. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain 212th Way Overlay/Araucto 1 - 2 June 14, 2017 Project Number: 17-3009 the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and 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: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at KentWA.gov/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. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH. Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. Bidding Procedures 212th Way Overlay/Araucto 1 - 3 June 14, 2017 Project Number: 17-3009 To be considered responsive, the Bidder shall submit a price on each and every Bid item included in Schedule 1 and Schedule 2. The successful bidder will be determined by the lowest total of Schedule 1 plus Schedule 2. 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: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. 212th Way Overlay/Araucto 1 - 4 June 14, 2017 Project Number: 17-3009 SECTION 1-02. 11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED 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: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.2 IS REVISED BYREPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING. 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 212th Way Overlay/Araucto 1 - 5 June 14, 2017 Project Number: 17-3009 1-04 SCOPE OF THE WORK SECTION 1-04. 1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1 (2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1 . Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: 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 212th Way Overlay/Araucto 1 - 6 June 14, 2017 Project Number: 17-3009 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. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. SECTION 1-05.4 IS REVISED BY ADDING A PARAGRAPH AFTER PARAGRAPH 7 1-05.4 Conformity With and Deviations From Plans and Stakes To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.5, the requirements of KSP Section 1-05.5 will prevail. DIVISION 1 IS SUPPLEMENTED BYADD/NG THE FOLLOWING NEW SECTION: 1-05.5 Referencing Existing Pavement Markings The Contractor shall be responsible for referencing and documenting all existing pavement markings. The Contractor's referencing plans shall indicate reference points and offsets taken at consistent intervals sufficient to restore all pavement markings to original configuration within two inches. The Contractor shall demonstrate to the Engineer that referencing has been accomplished prior to performing any work which will remove or cover the existing markings. The Contractor shall also be responsible for laying out all temporary and permanent pavement markings to the pre-existing locations or in modified locations as shown in the Plans. Pavement markings shall be replaced using the materials called for in these Specifications. 212th Way Overlay/Araucto 1 - 7 June 14, 2017 Project Number: 17-3009 Payment Payment will be made in accordance with Section 1-04.1 for the following bid item: "Referencing Existing Pavement Markings," lump sum. When the proposal form includes multiple bid schedules and the "Referencing Existing Pavement Markings" bid item is present in only one bid schedule, the lump sum payment item for the "Referencing Existing Pavement Markings" in that one schedule will apply to all bid schedules. 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 could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, 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. 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 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. 212th Way Overlay/Araucto 1 - 8 June 14, 2017 Project Number: 17-3009 SECTION 1-05.9 IS SUPPLEMENTED WITH THE FOLLOWING NEW SUBSECTION: 1-05.9 Equipment 1-05.9(1) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 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 Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. 212th Way Overlay/Araucto 1 - 9 June 14, 2017 Project Number: 17-3009 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 the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH. 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. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2016 WSDOT STANDARD SPECIFICATIONS): If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. THE LAST PARAGRAPH OF 1-05.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 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: 1-05.14 Cooperation With Other Contractors Other Contracts Or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: SR 167/1-405 Direct Connector Project Sharif Shaklawun (253) 661-3358 LID 363: S 224th Street I mprovements 84th Ave S to 88th Ave S Garrett Inouye (253) 856-5548 S 212th St and 72nd Ave S Intersection Improvements Drew Holcomb (253) 856-5561 or Thomas Leyrer (253) 856-5562 212th Way Overlay/Araucto 1 - 10 June 14, 2017 Project Number: 17-3009 SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 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: 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 sequential alpha letter added (1 A, 1 B, 1 C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.7(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can 212th Way Overlay/Araucto 1 - 11 June 14, 2017 Project Number: 17-3009 be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0 of the Kent Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1 . Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. 212th Way Overlay/Araucto 1 - 12 June 14, 2017 Project Number: 17-3009 The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1 . Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" — Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. 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 The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed 212th Way Overlay/Araucto 1 - 13 June 14, 2017 Project Number: 17-3009 City of Kent Noise Exemption The City of Kent has granted a nighttime exemption to its respective noise control codes and WAC 173-60 to allow WSDOT perform nighttime work under the conditions as listed below. City of Kent 50 non- consecutive nights for Noise Exemption This exemption allows the Contractor to exceed the local noise ordinance levels. Unless otherwise accepted by the Engineer in writing, nighttime work shall be restricted to the conditions of the exemptions within the road Right of Way. The Contractor shall perform the following measures to minimize construction noise: 1 . The Contractor shall use backup warning devices on all vehicles. The Contractor may use back-up observers in lieu of back-up warning devices for all equipment except dump trucks in compliance with WAC Chapter 296-155-610 and 296-155-615. 2. All trucks performing haul shall have well maintained bed liners as inspected and accepted by the Engineer. 3. Truck tailgate banging is prohibited. All truck tailgates shall be secured to prevent excessive noise from banging. 4. A copy of the noise exemption shall be kept on project site at all times. 5. The Contractor shall mail Nighttime Work Mail Notifications to residents located within 500 feet from edge of work zone within Jurisdiction of the City of Kent. The Contracting Agency will develop the Nighttime Work Mail Notification at least 10 working days prior to the start of nighttime work. The Contactor shall provide the following information: • Start date and duration of the nighttime work. • List of the expected nighttime noise sources. • List of noise mitigation measures to be implemented. • Provide a telephone number to receive complaints or project questions The Contractor shall obtain the mailing distribution list of residents and property owners. The Contractor shall hire a Mailing Service or vendor to print and mail via USPS mail the accepted Nighttime Work Mail Notification to residences a minimum of ten working days prior to the start of the night work. The Affidavit of Service by Mailing is a notarized document from the Mailing Service stating that the Nighttime Work Mail Notifications were mailed. A list of the addresses obtained by the Contractor for the mailing shall be included with the Affidavit and submitted to the Engineer. 212th Way Overlay/Araucto 1 - 14 June 14, 2017 Project Number: 17-3009 The Contractor shall not proceed with nighttime Work unless all conditions listed in this Contract are in place and the Affidavit of Service by Mailing is received by the Contracting Agency 24 hours prior to the start of nighttime Work. General Failure of the Contractor to perform all obligations under this Special Provision will result in the suspension of all night work until a corrective work plan is accepted by the Engineer. Working Days will continue to accrue during the period of suspension. The Contractor shall be responsible for obtaining all exemptions/ variances to perform nighttime work outside the project limits such as staging areas. A copy of each exemption/variance obtained by the Contractor shall be provided to the Contracting Agency before proceeding with the nighttime work. Other noise mitigation measures may be required, and it is understood that the Contractor is responsible for devising methods that comply with all ordinances. Compliance with the above noise mitigation measures shall not be considered a warranty that the equipment or the activity will comply with all local regulations. Payment All costs to comply with the above noise exemption requirements, which include vehicle back-up observers, shall be included in the associated items of work. 1-07.2 State Taxes 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax SECTION 1-07.2(9) IS REVISED BY DELETING THE SECOND PARAGRAPH AND 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 use tax under Section 1-07.2(1) in the 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 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 the proposal bid items. 212th Way Overlay/Araucto 1 - 15 June 14, 2017 Project Number: 17-3009 SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: None SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, the wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. 1-07.13 Contractor's Responsibility for Work 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 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. 1-07.15 Temporary Water Pollution Prevention 212th Way Overlay/Araucto 1 - 16 June 14, 2017 Project Number: 17-3009 SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the "SPCC 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 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. SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 212th Way Overlay/Araucto 1 - 17 June 14, 2017 Project Number: 17-3009 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site 1 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. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. Centur L�► ink Comcast Jason Tesdal Bill Walker 206-345-3488 253-288-7538 206-683-4242 (cell) 206-255-6975 (cell) Puget Sound Energy Gas Puget Sound Energy Power Glenn Helton Dennis Booth 253-395-6926 425-417-9188 (cell) 425-559-4647 (cell) Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) SECTION 1-07.IS IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.18 Public Liability and Property Damage Insurance 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. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic SECTION 1-07.23(7) 1S SUPPLEMENTED WITH THE FOLLOWING: 212th Way Overlay/Araucto 1 - 1 S June 14, 2017 Project Number: 17-3009 Ramp Closure will not be allowed. Lane Closures (WSDOT Access Control): section from west project limit to 800 feet east of the east end of SR 167 overpass bridge: Lane closures are allowed for all work within this portion of the project limit as follows: Sunda 9:00 p.m. to Monday 4:00 a.m. Monday 9:00 p.m. to Tuesday 4:00 a.m. Tuesday 9:00 p.m. to Wednesday 4:00 a.m. Wednesday 9:00 p.m. to Thursday 4:00 a.m. . Thursday 9:00 p.m. to Friday 4:00 a.m. Three-lane closures are prohibited unless at least one lane of traffic is open for each direction of travel. Lane Closures: section from 800 feet east of the east end of SR 167 overpass bridge to east project limit: Lane closures for this portion of the project limit are prohibited at all times except as provided in these specifications. Three-lane closures are prohibited unless at least one lane of traffic is open for each direction of travel. Sidewalk, curb and gutter work, and pavement repairs Lane closures are allowed for sidewalk, curb and gutter, and pavement repair work as follows: Westbound lane closure will be allowed at the following days and times: Day of Week Time Monday 9:00 a.m. to 3:00 p.m. . Tuesday 9:00 a.m. to 3:00 p.m Wednesday 9:00 a.m. to 3:00 p.m Thursday 9:00 a.m. to 3:00 p.m Friday 9:00 a.m. to 3:00 p.m Eastbound lane closure will be allowed at the following days and times: Day of Week Time Monday 6:00 a.m. to 2:00 p.m. Tuesday 6:00 a.m. to 2:00 p.m Wednesday 6:00 a.m. to 2:00 p.m Thursday 6:00 a.m. to 2:00 p.m Friday 6:00 a.m. to 2:00 p.m 212th Way Overlay/Araucto 1 - 19 June 14, 2017 Project Number: 17-3009 Planing and Paving Lane closures are allowed for planing and paving work as follows: Sunda 8:00 p.m. to Monday 5:00 a.m. Monday 8:00 p.m. to Tuesday 5:00 a.m. Tuesday 8:00 p.m. to Wednesday 5:00 a.m. Wednesday 8:00 p.m. to Thursday 5:00 a.m. Thursday 8:00 p.m. to Friday 5:00 a.m. Pavement Markings, Traffic Loop Installation, and other work Lane closures are allowed for pavement markings, traffic loop installation, and other work as follows: Sunda 8:00 p.m. to Monday 5:00 a.m. Monday 8:00 p.m. to Tuesday 5:00 a.m. Tuesday 8:00 p.m. to Wednesday 5:00 a.m. Wednesday 8:00 p.m. to Thursday 5:00 a.m. . Thursday 8:00 p.m. to Friday 5:00 a.m. Westbound lane closure will also be allowed at the following days and times: Day of Week Time Monday 9:00 a.m. to 3:00 p.m. Tuesday 9:00 a.m. to 3:00 p.rn Wednesday 9:00 a.m. to 3:00 p.rn Thursday 9:00 a.m. to 3:00 p.rn Friday 9:00 a.m. to 3:00 p.rn Eastbound lane closure will also be allowed at the following days and times: Day of Week Time Monday 6:00 a.m. to 2:00 p.m. Tuesday 6:00 a.m. to 2:00 p.rn Wednesday 6:00 a.m. to 2:00 p.rn Thursday 6:00 a.m. to 2:00 p.rn Friday 6:00 a.m. to 2:00 p.rn If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. Lane closures or roadway closures are not allowed on any of the following, which shall take precedence over the allowable hours of lane closures above: 1 . A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 212th Way Overlay/Araucto 1 - 20 June 14, 2017 Project Number: 17-3009 3. After 12:00 p.m. (noon) on the day prior to a holiday or holiday weekend. 4. From midnight through noon the day following a holiday or holiday weekend. 5. Miscellaneous Special Events as follows: • NONE Construction Vehicles Construction vehicles using a closed traffic lane shall travel only in the normal direction of traffic flow unless expressly allowed in an approved traffic control plan, or to keep the asphalt grinding equipment and paving train off the bridge. Construction vehicles shall be equipped with flashing or rotating amber lights. Work over an open lane of traffic and over SR 167 will not be allowed, unless a plan for the protection of the traveling public from debris falling onto the traveled way and SR 167 is approved by the Engineer. This protection shall remain in place during construction and meet minimum vertical clearance for the highway. Controlled Access No special access or egress will be allowed the Contractor other than normal legal movements or as shown in the Plans. Advance Notification The Contractor shall notify the Engineer in writing 10 calendar days in advance of any roadway closure, lane closure, shoulder closure, sidewalk closures, or any combination thereof. These notifications do not imply that the closure will be approved. The Contractor shall submit a detailed schedule which includes all dates and times for traffic control needs for each roadway, lane, ramp, or shoulder closure associated with approved Traffic Control Plans to the Engineer for review and approval by 12:00 PM (noon) of the Monday three weeks prior to implementing the traffic control plan. The schedule shall include dates, times, and identification of critical path Work activities that require traffic control. Due to other work in the area, submittal of detailed traffic control schedule does not ensure approval of the dates and time of the proposed traffic control schedule. Within fourteen calendar days of the submittal the Engineer will notify the Contractor of approval of all or portions of the traffic control schedule. Any change to the schedule shall be resubmitted to the Engineer and shall restart the review and approval process. Public Notification The Contractor shall furnish and install information signs that provide advance notification of a ramp closure, road closure, or both, a minimum of seven (7) calendar days prior to the closure. PCMS may be used for this notice. Sign locations, and messages, shall be as provided to the Engineer for approval. The Contractor shall notify the Washington State Patrol; local fire, police, emergency service, and city engineering departments; Medic 1 212th Way Overlay/Araucto 1 - 21 June 14, 2017 Project Number: 17-3009 and Metro Transit (206-684-2732) when applicable; other transit companies; and the affected school district(s) in writing a minimum of five working days prior to each closure. The Contractor shall furnish copies of these notifications to the Engineer. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. 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 where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction 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 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 212th Way Overlay/Araucto 1 - 22 June 14, 2017 Project Number: 17-3009 Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1 . To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1 . A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 212th Way Overlay/Araucto 1 - 23 June 14, 2017 Project Number: 17-3009 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing 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 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. Work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 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 laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule 212th Way Overlay/Araucto 1 - 24 June 14, 2017 Project Number: 17-3009 indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. 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 Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08_6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as 212th Way Overlay/Araucto 1 - 25 June 14, 2017 Project Number: 17-3009 provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. 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 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- 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 BYADDING 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 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. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of 212th Way Overlay/Araucto 1 - 26 June 14, 2017 Project Number: 17-3009 action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-1 O TEMPORARY TRAFF 1 C CONTROL SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 212th Way Overlay/Araucto 1 - 27 June 14, 2017 Project Number: 17-3009 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 SECTION 1-10.2(2) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.2(2) Traffic Control Plans The Contractor shall provide, monitor, and provide direction to Uniformed Off-Duty Police Officer having jurisdiction in the area, to control intersection traffic in accordance with the adopted traffic control plans. The police officers should be used to control signalized intersections during paving, grinding, or any activities that will require an intersection to be controlled. The following contact information for potential service providers is supplied for the Contractor's convenience: City of Kent Police 220 4th Ave S Kent, WA 98032 Sergeant Matt Stansfield 253-856-5809 Nancy King Washington State Patrol 811 E Roanoke St Seattle WA 98102 206-720-3021 Nancy.king@wsp.wa.gov 1-10.3(3) Traffic Control Devices 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 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 212th Way Overlay/Araucto 1 - 28 June 14, 2017 Project Number: 17-3009 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1 . When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit bid price per hour for "Uniformed Off-Duty Police Officers" will be complete compensation for the utilization of a uniformed off-duty Police Officer for traffic control purposes, including all costs for arrangement for and supervision of uniformed law enforcement personnel and vehicles to participate in the Contractor's traffic control activities. Cost is per hour for each hour an Officer is on the project with a minimum call-out time of three hours. The Contracting Agency (City of Kent) has set the unit price for "Uniformed Off-Duty Police Officer" at sixty dollars ($60.00) per hour minimum. Should the Contractor determine that the cost for this work is greater than the minimum price shown in the bid form, the Contractor may bid a higher price. Should the Contractor write in a unit price less than the minimum price shown in the bid form, the minimum unit price shown in 212th Way Overlay/Araucto 1 - 29 June 14, 2017 Project Number; 17-3009 the bid form shall govern and become part of the bid. No adjustment will be made for overtime hours or holidays. The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow Sign (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1-10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1 . The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the WSDOT Standard Specifications. 212th Way Overlay/Araucto 1 - 30 June 14, 2017 Project Number: 17-3009 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1 . Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: 212th Way Overlay/Araucto 2 - 1 June 14, 2017 Project Number: 17-3009 The unit contract price per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: 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: 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 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 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. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: actual depth in inches (length) x 6 inches = quantity 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 costs of other types of pavement cutting, such as "wheel cutting", shall 212th Way Overlay/Araucto 2 - 2 June 14, 2017 Project Number: 17-3009 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 SECTION 2-03.3(7)C IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. 2-06 SUBGRADE PREPARATION SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 212th Way Overlay/Araucto 2 - 3 June 14, 2017 Project Number: 17-3009 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 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. 212th Way Overlay/Araucto 2 - 4 June 14, 2017 Project Number: 17-3009 DIVISION 4 - BASES DIVISION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 4-03 GRAVEL BORROW 4-03.1 Description 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 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) 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. 4-03.4 Measurement Gravel borrow will be measured in the same manner prescribed for the measurement of crushed surfacing materials as set forth in Section 4-04.4. 4-03.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when they are included in the Proposal: The unit contract price per ton for "Gravel Borrow. Including Haul and 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 described in the specifications. This item shall be used for roadway subbase, backfill for water, storm sewer, electrical conduit trenches, and other excavation backfill and compaction unless otherwise noted. 212th Way Overlay/Araucto 4 - 1 June 14, 2017 Project Number: 17-3009 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. 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 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. 212th Way Overlay/Araucto 4 - 2 June 14, 2017 Project Number: 17-3009 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-02 BITUMINOUS SURFACE TREATMENT SECTION 5-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-02.5 Payment 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 SECTION 5-04.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3 Construction Requirements Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31 st of the following year, without written concurrence from the Engineer. Do no place HMA on any wet surface, or when the average surface temperatures are less than those specified in Table 5, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Table 5 Minimum Surface Temperature for Paving Compacted Wearing Course Other Courses Thickness (feet) Less than 0.10 550F 45OF 0.10 to 0.20 45°F 350F More than 0.20 350F 350F SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.2 Materials 212th Way Overlay/Araucto 5 - 1 June 14, 2017 Project Number: 17-3009 ESAL's The minimum number of ESAL's for the design and acceptance of the HMA in the contract shall be 11 million. 5-04.3(7)A2 Statistical or Nonstatistical Evaluation SECTION 5-04.3(7)A2 IS DELETED AND REPLACED BY THE FOLLOWING: 5-04.3(7)A2 Nonstatistical Evaluation (January 16, 2074 APWA GSP) Mix designs for HMA accepted by Nonstatistical evaluation shall; • Be submitted to the Project Engineer on WSDOT Form 350-042 • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2) and 9-03.8(6). • Have anti-strip requirements, if any, for the proposed mix design determined in accordance with WSDOT Test Method T 718 or based on historic anti-strip and aggregate source compatibility from WSDOT lab testing. Anti-strip evaluation of HMA mix designs utilized that include RAP will be completed without the inclusion of the RAP. At or prior to the preconstruction meeting, the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The proposed mix design indicated on a WSDOT mix design/anti- strip report that is within one year of the approval date • The proposed HMA mix design submittal (Form 350-042) with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. • The proposed mix design by a qualified City or County laboratory mix design report that is within one year of the approval date. The mix design will be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO Material Reference Laboratory (AMRL) program. At the discretion of the Engineer, agencies may accept mix designs verified beyond the one year verification period with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. 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: 212th Way Overlay/Araucto 5 - 2 June 14, 2017 Project Number: 17-3009 1 . Asphalt Cement and Gradation: Extraction tests shall be taken every 500± tons as determined by the Engineer or each day whichever is less. 2. The Engineer is not precluded from taking more tests above if deemed necessary. 3. The Contractor is responsible to meet the required compacting asphalt cement content and gradation requirements. Averaging of test results will not be considered. Any deviation from the specification will be considered on a case-by-case basis by the Engineer and may require a credit to the City. The Engineer, however, is not obligated to accept out of specification work and has the authority to require the removal and repaving of material that does not meet the contract specifications at the Contractor's expense. SECTION 5-04.3(8)AI IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A1 General (January 16, 2014 APWA GSP) Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Project Engineer and must be made in accordance with Section 9-03.8(7). Commercial evaluation may be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certificate of compliance letter stating the material meets the HMA requirements defined in the contract. SECTION 5-04.3(8)A4 OS SUPPLEMENTED WITH THE FOLLOWING: 5-04.3(8)A4 Definition of Sampling Lot and Sublot (January 16, 2014 APWA GSP) For HMA in a structural application, sampling and testing for total project quantities less than 400 tons is at the discretion of the engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed: 212th Way Overlay/Araucto 5 - 3 June 14, 2017 Project Number: 17-3009 i. If test results are found to be within specification requirements, additional testing will be at the engineers discretion. ii. If test results are found not to be within specification requirements, additional testing as needed to determine a CPF shall be performed. SECTION 5-04.3(8)A5 IS REVISED AS FOLLOWS: 5-04.3(8)A5 Test Results (January 16, 2014 APWA GSP) The first paragraph of this section is deleted. SECTION 5-04.3(8)A6 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A6 Test Methods (January 16, 2014 APWA GSP) Testing of HMA for compliance of Va will be at the option of the 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 . 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) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(10) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. 212th Way Overlay/Araucto 5 - 4 June 14, 2017 Project Number: 17-3009 SECTION 5-04.3(10)B IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(10)B Control For Asphalt Concrete, where paving is in the traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum 92 percent of the maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non-complying material may be accepted at a reduced price. Cores used to check density will be approved only when designated by the Engineer. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compactibility of the mix design. Compactibility shall be based on the ability of the mix to attain the specified minimum density (92 percent of the maximum density determined by WSDOT Test Method 705). I n 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 The HMA overlay and widening shall be feathered to produce a smooth riding connection to the existing pavement where planing is not specified. HMA utilized in the construction of the feathered connections shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. The full depth end of each lane of planing shall be squared off to form a uniform transverse joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5-04.3(12)A across the entire width of the transverse edge when traffic is allowed on the 212th Way Overlay/Araucto 5 - 5 June 14, 2017 Project Number: 17-3009 planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. SECTION 5-04.3(12)B IS SUPPLEMENTED WITH THE FOLLOWING: 5-04.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck or immediately adjacent to the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the HMA overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application procedure. Construct the bridge paving joint seal as specified in the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with Section 5-05.3(8). Apply the sealant in accordance with Section 5-05.3(8)6 and the manufacturer's application procedure. SECTION 5-04.3(14) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(14) Planing Bituminous Pavement Planing operations shall be performed no more than 7 calendar days ahead of the time the planed area is to be paved, unless otherwise allowed by the Engineer in writing. SECTION 5-04.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 5-04.3(21) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. SECTION 5-04.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.4 Measurement HMA sawcut and seal, and paved panel joint seal, will be measured by the linear foot along the line and slope of the completed joint seal. SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: 212th Way Overlay/Araucto 5 - 6 June 14, 2017 Project Number: 17-3009 The unit Contract price per ton for "HMA Class '/2", PG 70-22" shall be full compensation for all costs of material, labor, tools, and equipment, necessary for furnishing, installing and finishing the asphalt for preleveling, inlay, pavement repair, pavement utility patches, sidewalk ramps, HMA for temporary transition from planed areas to existing pavement, paving, and other areas at the locations shown in the plans, as specified herein and as directed by the Engineer. The cost shall also include the cost for anti stripping additive, tack coat, water, and cost 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. The unit contract price per square yard for "Planing Bituminous Pavement" constitutes complete compensation for all materials, tools, 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 cost compensation shall be made for cold mix material to provide a temporary transition from planed areas to existing pavement. Payment shall be made upon actual square yards planed/grind, regardless of the full planing capacity of the equipment used. The unit Contract price per linear foot for "HMA Sawcut And Seal" shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(12)B1 . The Contracting Agency will make an "Asphalt Cost Price Adjustment", either a credit or a payment, for qualifying changes in the reference cost of asphalt binder. The adjustment will be applied to partial payments made according to Section 1-09.9 for the following bid items when they are included in the proposal: "HMA Cl. PG " "HMA for Approach Cl. PG " "HMA for Preleveling Cl. PG "HMA for Pavement Repair Cl. PG "Commercial HMA" The adjustment is not a guarantee of full compensation for changes in the cost of asphalt binder. The Contracting Agency does not guarantee that asphalt binder will be available at the reference cost. The Contracting Agency will establish the asphalt binder reference cost twice each month and post the information on the Agency website at: http://www.wsdot.wa.gov/Business/Construction/EscaIationClauses.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. 212th Way Overlay/Araucto 5 - 7 June 14, 2017 Project Number; 17-3009 The base cost established for this contract is the reference cost posted on the Agency website for the period immediately preceding the bid opening date. Adjustments will be based on the most current reference cost for Western Washington or Eastern Washington as posted on the Agency website, depending on where the work is performed. For work completed after all authorized working days are used, the adjustment will be based on the posted reference cost during which contract time was exhausted. The adjustment will be calculated as follows: No adjustment will be made if the reference cost is within 5% of the base cost. If the reference cost is greater than or equal to 105% of the base cost, then Adjustment = (Current Reference Cost — (1 .05 x Base Cost)) x (Q x 0.056) If the reference cost is less than or equal to 95% of the base cost, then Adjustment = (Current Reference Cost — (0.95 x Base Cost)) x (Q x 0.056). Where Q = total tons of all classes of HMA paid in the current month's progress payment. "Asphalt Cost Price Adjustment" will be calculated and paid for as described in this section. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. SECTIONS 5-04.5(?), 5-04.5(1)A AND 5-04.5(1)B ARE DELETED IN THEIR ENTIRETY. 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction 212th Way Overlay/Araucto 5 - 8 June 14, 2017 Project Number: 17-3009 D I V I S I ON 7 - DRA I NAGE STRUCTURES, STORM SEWERS. SANITARY SEWERS, WATER MAINS AND COMMITS 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3 Construction Requirements All catch basins shall be precast concrete units and shall conform to Kent Standard Plan 5-1 M unless specified otherwise. Catch basin grates and solid covers shall be ductile iron and of the locking type unless indicated otherwise on the plans and shall be in accordance with 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 Standard Plan 5-3. Care must be taken to insure that pressures exerted on the soils beneath the manholes and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at manholes. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. PVC pipe adaptors shall be KOR-IN-SEAL type flex joints or sand collars or other materials as approved by the Engineer to permit slight differential movement. All pipe materials other than the above shall be mudded directly into the manholes and catch basins using a smooth forty five (45) degree bevel from the pipe to the structure meeting ASTM D-303-H-78 SDR35. The allowable protrusion is two (2) inches inside the structure unless approved otherwise by the Engineer. SECTION 7-05.3(l) 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. 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. 212th Way Overlay/Araucto 7 - 1 June 14, 2017 Project Number: 17-3009 If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City. No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. NOTE: The use or presence of wood, asphalt, expansion joint material or other non-approved product for catch basin or manhole adjustment shall be cause for immediate rejection. On asphalt concrete paving and/or asphalt resurfacing projects, manholes, catch basins and similar structures shall not be adjusted until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the cover. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks and fully mortared to the desired grade. The base materials and crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within, but not to exceed 1-1/2 inches of the finished pavement surface. Note: casting adjustments shall be made with cementitious materials only. Wood, plastic, iron, aluminum, bituminous or similar materials are prohibited. On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. SECTION 7-05.3(3) IS SUPPLEMENTED BYADD/NG THE FOLLOWING: 7-05.3(3) Connections to Existing Manholes It shall be the Contractor's sole responsibility to protect the existing sewer system from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor 212th Way Overlay/Araucto 7 - 2 June 14, 2017 Project Number: 17-3009 shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. SECTION 7-05.5 1S SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.5 Payment "Adjust Existing Catch Basin Frame and Grate to Finished Grade" "Adjust Existing Manhole Frame and Cover to Finished Grade" The unit contract price per each for the above items constitutes complete compensation for furnishing all labor, materials, tools, 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 "Remove Existing Grate and Replace with New Vaned Grate" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing grate or cover, and furnish and install the new grate or cover as shown on the plans and described in the specifications. The unit bid price shall include but not limited to: removal and salvage of grate or cover, hauling of grates and cover, and all other material generated during removal. All grates and covers shall be hauled by the Contractor to the City Shops. See Section 2-02.3 of the Kent Special Provisions. Reference WSDOT Standard Plan B-30.30-01 and B-30.20- 02. The unit contract price per each for "Remove Existing Frame and Grate and Install New Catch Basin Frame and Vaned Grate, and Adjust to Finished Grade" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing frame and grate or cover, and furnish and install the new frame and cover or grate as shown on the plans and described in the specifications. The unit bid price shall include but not limited to: excavation; removal and salvage of catch basin frame and grate, 212th Way Overlay/Araucto 7 - 3 June 14, 2017 Project Number: 17-3009 remove and dispose of all excavated material, and all other material generated during removal. All frames, grates, and risers shall be hauled by the Contractor to the City Shops. See Section 2-02.3 of the Kent Special Provisions. This price shall also include installation of new risers, 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. Reference WSDOT Standard Plan B-30.10-01 and B-30.30-01 . 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. SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-12.3(2) Replace Existing Valve Box Top Section and Lid See Section 9-30.3(4) of the Kent Special Provisions for material specifications. Where shown in the plans or where directed by the Engineer, the Contractor shall furnish and install new Valve Box Top Section and Lid on existing water valves in accordance with the details shown in the plans, these Kent Special Provisions or as directed by the Engineer. Lid shall be the locking type. On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed, at which time the center of each structure shall be relocated from referenced previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The new 212th Way Overlay/Araucto 7 - 4 June 14, 2017 Project Number: 17-3009 structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. 7-12.3(3) Adjusting Valve Boxes to Grade On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed, at which time the center of each structure shall be relocated from referenced previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. SECTION 7-12.4 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-12.4 Measurement Measurement of valve marker posts shall be incidental for new valve installations, and per each for valve marker post installed opposite an existing valve. Relocation and remarking of existing valve marker posts shall be incidental to the project. SECTION 7-12.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit price bid per each for "Replace Existing Valve Box Top Section 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 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. Reference Kent Standard Plan 3-7M. 212th Way Overlay/Araucto 7 - 5 June 14, 2017 Project Number: 17-3009 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 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. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. 212th Way Overlay/Araucto 8 - 1 June 14, 2017 Project Number: 17-3009 The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1 . Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor's CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants prohibited 212th Way Overlay/Araucto 8 - 2 June 14, 2017 Project Number: 17-3009 3. City of Kent 2002 Surface Water Design Manual 4. Construction Stormwater General Permit — WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. 8-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation 212th Way Overlay/Araucto 8 - 3 June 14, 2017 Project Number: 17-3009 through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas where hydroseeding is not practical, must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1 . Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified in Section 9-14.2 of the Kent Special Provisions. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried 212th Way Overlay/Araucto 8 - 4 June 14, 2017 Project Number: 17-3009 out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01 .3(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 Ibs/acre of "Mix A" unless otherwise directed by Engineer. Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)D Mulching Wood cellulose fiber mulch conforming to Section 9-14.4 of the WSDOT Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8-01 .3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. 212th Way Overlay/Araucto 8 - 5 June 14, 2017 Project Number: 17-3009 Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)E Soil Binders and Tacking Agents Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.4(2) of the WSDOT Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the WSDOT Standard Specifications. When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1 . Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. In seeded areas, treat and reseed damaged spots larger than one square foot. 212th Way Overlay/Araucto 8 - 6 June 14, 2017 Project Number: 17-3009 SECTION 8-01.3(2)H IS SUPPLEMENTED BY ADDING 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 BY ADDING 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 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. SECTION 8-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5 Payment The unit contract price square yards for "Hydroseeding" shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, fertilizing, and watering at the following areas: 212th Way Overlay/Araucto 8 - 7 June 14, 2017 Project Number: 17-3009 1. All lawn areas or areas disturbed by the Contractor's operations 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 for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The unit 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 (ESC) Lead) in per hour increments. 8-02 ROADS I DE RESTORAT 1 ON SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, Type B, and Type C............. 9-14.1 (1), (2), (3) Seed....................................................... 9-14.2 Fertilizer.................................................. 9-14.3 Mulch and Amendments ............................ 9-14.4 Wood Cellulose Fiber ................................ 9-14.4(2) Special Planting Mixture ............................ 9-14.4(11) Matting .................................................. 9-14.5 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and 212th Way Overlay/Araucto 8 - 8 June 14, 2017 Project Number: 17-3009 debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.3(3) IS SUPPLEMENTED 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 ►S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per cubic yard for "Topsoil Type A" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. 8-04 CURBS, GUTTERS, AND SPILLWAYS SECTION 8-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.3(1) Cement Concrete Curbs. Gutters and Spillways 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. If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new section meeting specifications. The removal and replacement shall be at no cost to the City. SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment Add the following to Section 8-04.5 of the WSDOT Standard Specifications: 212th Way Overlay/Araucto 8 - 9 June 14, 2017 Project Number: 17-3009 The unit contract price per linear foot for "Cement Concrete Curb and Gutter" 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 This work also consists of adjusting existing monument case by placing risers with appropriate height and diameter to finished grade. The existing monument and casing shall not be disturbed. This work also includes referencing for future locates prior to construction activities. City of Kent Land Survey Section will file Monument Destruction Permit with the Department of Natural Resources for the monuments identified in the plans for removal. City of Kent Land Survey Section will set 2- foot offsets to the center of the location of the new monuments to be installed, shown on the plans, following the paving operations and prior to installation of monument, case and cover. The City of Kent Land Surveyor will punch and stamp the brass cap upon successful verification of monument placement. The Contractor shall coordinate through the Engineer to file a separate Survey Request for each of the following items: marking of monument offsets; monument placement verification; marking the brass cap. The Contractor shall file the request at least 5 working days in advance of when the contractor desires to perform the work and traffic control will be available. Contractor shall supply all traffic control for the Kent Survey crew while marking the offsets, monument placement verification, and marking the brass cap. SECTION 8-13.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-13.2 Materials Riser............................................ 9-22.1 SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 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 adjusted. 212th Way Overlay/Araucto $ - 10 June 14, 2017 Project Number: 17-3009 Measurement per each for "Install New Monument. Case and Cover to Finished Grade" will be by the unit of each new monuments installed at the correct location. 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, installing correct size risers, 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. The unit contract price per each for "Install New Monument, Case and Cover to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the new monument, case, and cover to finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating, backfilling, compacting, surfacing and restoration. Reference Kent Standard Plan 6-72aM and 6- 7215M. 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.1 Description This work shall also consist of constructing sidewalk ramp for 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. 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 212th Way overlay/Araucto 8 - 11 June 14, 2017 Project Number: 17-3009 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. After troweling and before installing the contraction joints or perimeter edging, the walking surfaces of the sidewalk and ramps shall be brushed in a traverse direction with a stiff bristled broom. The curb face and top on the monolithic cement concrete curb and sidewalk and the cement concrete sidewalk with raised edge shall be smooth. Curb ramp cross slope shall be constructed to not exceed 1 .5% cross slope. Curb ramp running slopes shall be constructed to not exceed 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 the detectable warning surface. The detectable warning surface, unless specified, shall be yellow and shall match the color of "Standard Interstate Yellow" paint as specified in Formula K-2-83. SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the Proposal: The unit bid per square yard for "Cement Concrete Sidewalk" constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk, sidewalk ramps, and detectable warning surface as shown on the drawings and in accordance with the Kent Special Provisions. The unit price shall include but not be limited to: restoration of areas adjacent to sidewalks and ramps that are disturbed from sidewalk forms; and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation and Gravel Borrow as required shall be paid for under separate bid items. Unit price shall also include all work necessary to discontinue sidewalk panels at locations of existing power poles. 212th Way Overlay/Araucto 8 - 12 June 14, 2017 Project Number: 17-3009 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL SECTION 8-20.1 IS REVISED AS FOLLOWS: 8-20.1 Description THE SECOND PARAGRAPH IS REVISED TO READ AS FOLLOWS: Unless otherwise noted in the plans, the locations of traffic signal poles, controller cabinets, and street light standards are exact. The locations of junction boxes, conduits and similar appurtenances shown in the plans are approximate; and the proposed locations will be staked or similarly marked by the Contractor and approved by the Engineer. SECTION 8-20.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.2 Materials Contracting Agency-Supplied Materials The WSDOT will supply the following materials for the Temporary Video Detection system for the EB and WB direction of travel at S 2121" St/91st Place/SR 167 intersection: Description Quantity Video Detection Camera 2 Camera Mounting Hardware 2 Video Image Processor 2 When WSDOT-supplied materials require foundations, the Contractor may request release of WSDOT supplied materials, except for anchor bolts, only after foundations for the equipment described above have cured. The Contractor shall notify the WSDOT five working days in advance of the date WSDOT-supplied materials are required. WSDOT- supplied materials, except for signal controllers, will be available for pick up, dimensional verification or bolt pattern verification during normal working hours from the Region Signal Maintenance Office located at: 3700 - 9th Ave. S. Seattle, WA 98134 Attention: Signal Stores Supervisor Telephone: (206) 442-2122 Video Detection Cable The Contractor shall supply all required cables and connectors for the Temporary Video Detection system. Coaxial cable or combination (composite/Siamese) cable for video detection shall be RG59/U with a manufacturer's rating of 600 Volts (Non UL - manufacturer's voltage rating of the insulation is acceptable). 212th Way Overlay/Araucto 8 - 1 3 June 14, 2017 Project Number: 17-3009 Combination cable shall be in accordance with the video detection system manufacturer's recommendations for the length of cable required. The cable shall also include the proper connectors needed to connect to power source, video detection camera, and video image processor. 8-20.3 Construction Requirements SECTION 8-20.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.30) General WSDOT Owned Equipment A portion of the temporary or existing equipment to be removed shall remain the property of the WSDOT. The following shall be disconnected, dismantled, and delivered to the WSDOT: Description Quantity Video Detection Camera 2 Camera Mounting Hardware 2 Video Image Processor 2 Removed electrical equipment supplied by WSDOT will remain the property of the WSDOT and shall be delivered to: WSDOT Signal Shop 3700 9th Ave. So. Seattle WA 98134 Phone: (206) 442-2110 Five days written advance notice shall be delivered to both the Engineer and the Electronic Parts Specialist at the address listed above. Delivery shall occur during the hours of 8:00 a.m. to 2:00 p.m. Monday through Friday. Material will not be accepted without the required advance notice. Equipment damaged during removal or delivery shall be repaired or replaced to the Engineer's satisfaction at no cost to the Contracting Agency and WSDOT. The Contractor shall be responsible for unloading the equipment where directed by the Engineer at the delivery site. Wiring Wire Splices All splices shall be made in the presence of the Engineer. 212th Way Overlay/Araucto 8 - 14 June 14, 2017 Project Number: 17-3009 SECTION 8-20.3(S) IS REVISED AS FOLLOWS: 8-20.3(5) Conduit THE SECOND PARAGRAPH IS REPLACED IN ITS ENTIRETY WITH THE FOLLOWING: The size of conduit used shall be that size shown in the plans. Conduits smaller than 2-inch electrical trade size shall not be used. No conduit run shall exceed 225 degree total bends in any run without prior approval of the Engineer. THE FOLLOWING PARAGRAPH IS ADDED AFTER THE SECOND PARAGRAPH: The Contractor shall install 1/4 inch diameter nylon pull rope in all conduit runs. A tracer wire terminating within junction boxes shall be installed in all conduits intended for future use. The tracer wire shall be uninsulated #8 AWG stranded copper. THE FOLLOWING CHANGES APPLY TO THE NUMBERED ITEMS FOLLOWING THE WORDS"Galvanized steel conduit shall be installed at the following locations:" Item 1. Change to read "All State highway roadbed crossings" Item 3. Contents are deleted, leaving it BLANK THE THIRD PARAGRAPH OF SECTION 8-20.3(8) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-20.3(8) Wiring All splices in underground illumination circuits and induction loops circuits shall be installed within junction boxes. The only splice allowed in induction loop circuits shall be the splice connecting the induction loop lead in conductors to the shielded home run cable. Splices for illumination circuits, including two way, three way, four way and aerial splices, and splices for induction loop circuits shall be spliced with copper crimped solder-less connectors installed with an approved tool designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Sections 9-29.12(1) and 9-29.12(2) of the Kent Special Provisions to seal each splice individually, unless otherwise specified by the Engineer. In no case shall epoxy splice kits be permitted. SECTION 8-20.3(10) IS REVISED AS FOLLOWS: 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets 212th Way Overlay/Araucto 8 - 15 June 14, 2017 Project Number: 17-3009 THE LAST PARAGRAPH OF THIS SECTION IS DELETED IN ITS ENTIRETY. SECTION 8-20.3(14) IS SUPPLEMENTED BY ADDING THE FOLLOWING: Temporary Video Detection System Temporary video detection systems shall be completely installed, property aimed, calibrated, and made operational prior to any associated induction loop being disabled. SECTION 8-20.3(14)C IS REVISED AS FOLLOWS: 8-20.3(14)C Induction Loop Vehicle Detectors THE LAST SENTENCE IN ITEM 2 IS REVISED TO READ: Each additional loop installed in the lane shall be on 12 foot centers. ITEM 4 IS REVISED AS FOLLOWS: 4. All content after the first sentence is DELETED. ITEM 9 AND ITEM 10 CONTENTS ARE DELETED, LEA VI NG THEM BLANK SECTION 8-20.3(14)C IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THIS SECTION: Loop sealant shall be CrafcoTm Loop Detector Sealant 271, or approved equal. Installation shall conform to the manufacturer's recommendations. SECTION 8-20.3(14)D IS REVISED AS FOLLOWS: 8-20.3(14)D Test for Induction Loops and Lead-in Cable SPECIFIED TESTS ARE REVISED AS FOLLOWS: Test B — A megger test at 500 volts DC shall be made between the cable shield and grounding, prior to connection to grounding. The resistance shall equal or exceed 200 megohms. Test C — A megger test shall be made between the loop circuit and grounding. The resistance shall equal or exceed 200 megohms. SECTION 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment The unit contract price per each for "6 Foot Diameter Traffic Loop" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide and install a traffic loop to the size and location shown on the drawings and in accordance with the Kent Special Provisions and WSDOT Standard Specifications. The unit bid shall include but not be limited to: saw cutting the pavement; 212th Way Overlay/Araucto 8 - 16 June 14, 2017 Project Number: 17-3009 the first 30 lineal feet of lead-in wire, sealing; connect new wiring to existing home run cable; testing and any additional labor, grinding to open and re-welding to close lids on junction boxes, materials, tools, supplies and equipment necessary for the satisfactory completion of said item. Bid item shall also include any concrete curb and gutter cutting, sealing, and restoration needed for loop and wire installation. Note: The Contractor shall vacuum up all slurry produced during saw cutting for traffic loops and dispose of offsite in accordance with applicable regulations. The unit contract price per lineal foot for "Additional Lead-In Wire" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the additional lead-in wire at the location shown on the plans and described in the specifications. The unit bid shall include but not be limited to: saw cutting the pavement; wiring; sealant; connect new wiring to existing home run wire; testing and any additional labor, grinding to open and re-welding to close lids on junction boxes, materials, tools, supplies and equipment necessary for the satisfactory completion of said item. Bid item shall also include any concrete curb and gutter cutting, sealing, and restoration needed for loop and wire installation. NOTE: This bid item will be paid based on the lineal footage of saw cutting, regardless of the lineal footage or number of lead-in wire. Measurement begins after the first 30' of individual loop home run cable and saw cut or after two or more loop wire/cuts are combined together to form a lead in. The lump sum Contract price for "Temporary Video Detection System (S 212`h St/91 s` Place/SR 167)" shall be full pay for the construction of the complete electrical system, including wiring, restoring facilities destroyed or damaged during construction, salvaging existing materials, and for making all required tests. All additional materials and labor not shown in the Plans or called for herein and which are required to complete the electrical system, shall be included in the lump sum Contract price. The lump sum Contract price shall also include pick-up of WSDOT or Contracting Agency supplied equipment from the specified location, complete removal of all installed equipment related to the temporary video detection system when no longer needed, and return of WSDOT or Contracting Agency supplied equipment to the specified location. 8-22 PAVEMENT MARK I NG SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description THE TEXT UNDER CROSSWALK STRIPE IS REPLACED WITH THE FOLLOWING: A series of pairs of parallel SOLID WHITE lines, 8-feet long as shown in Kent Standard Plan 6-75M. 212th Way Overlay/Araucto 8 - 17 June 14, 2017 Project Number: 17-3009 THE FOLLOWING NEW PAVEMENT MARKING IS ADDED: Yellow Painted Curb A SOLID YELLOW stripe,just wide enough to completely cover the concrete curbing. SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials The following pavement markings shall be applied using Type A plastic material. • Plastic Crosswalk Lines • Plastic Traffic Arrows • Plastic Stop Lines • Plastic Traffic Letters The following pavement markings shall be applied using Type B plastic material. • Plastic Bike Lane Symbols • Plastic Speed Bump markings The following pavement markings shall be applied using Type D plastic material. • Profiled Plastic Lines • Plastic flat long lines • Plastic wide lane lines • Plastic Bike Lane Lines Painted striping and curbing paint shall be installed using Low VOC Solvent Based Paint meeting the requirements of Section 9-34. Type A plastic material shall be BC2000 series or approved equal meeting the requirements of Section 9-34 and the following requirements. Type A plastic materials shall be capable of being applied at a temperature between 375 OF to 450 OF (190 °C to 230 °C) and to the required thickness without excessive overspray, running or deformation of the edges. Type A plastic materials shall be capable of bearing traffic within 5 minutes after application, 10 minutes when pavement surface temperature is at or above 130 °F(540C), and show no deformation or flaking at temperatures between —10 OF to 140 OF (- 23 °C to 60 °C). The marking compound shall contain glass beads and shall have top dressing of glass beads applied. Type B plastic material shall have glass beads homogeneously blended throughout the material with a securely bonded protruding exposed layer of beads that provide immediate and required retroreflectivity. No additional glass beads shall be needed to be dropped on the material during application to obtain the required retroreflectivity. Type D plastic material shall meet the requirements of Section 9-34. Glass beads shall be as recommended by the material manufacturer. 212th Way Overlay/Araucto 8 - 18 June 14, 2017 Project Number: 17-3009 Raised Pavement Markers shall meet the requirements of Section 8- 09.2. All materials shall be selected from material listed in the Washington State Department of Transportation qualified product list (QPL). SECTION 8-22.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.30) Preliminary Spotting The Contractor shall use existing curb, gutter, and/or sidewalk as control to assist in preliminary spotting of the lines before beginning the placement of pavement markings. The Contractor shall be responsible for preliminary spotting of the lines to be marked and verification that minimum lane widths will result from the application. Preliminary spotting to guide the placement of longitudinal lines is required. Preliminary spotting for each lane lines shall be provided at transition points as required by Kent Standard Plan 6-74M. Approval by the Engineer is required before the placement of permanent pavement marking. SECTION 8-22.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 8-22.3(2) Preparation of Roadway Surfaces The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly installed pavement markings until such time as the marking has completely dried. Failure to ensure reasonable protection for the undried markings will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. RPM Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. 212th Way Overlay/Araucto 8 - 19 June 14, 2017 Project Number; 17-3009 SECTION 5-22.3(3)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3)B Line Patterns Double Solid Yellow Center Line - Two solid yellow lines, each 4 inches wide, separated by a 4-inch space. Single Solid Yellow Center Line - One solid yellow line, 4 inches wide, to delineate adjacent curb, barrier, etc. at select locations. Skip Center Line - A broken yellow line 4 inches wide. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. Skip center stripe may be used as centerline delineation on select two way highways and streets. Two Way Left Turn Line (TWLTL) - A solid yellow line, 4 inches wide, with a broken yellow line 4 inches wide, separated by a 4-inch space. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. The solid line shall be installed to the right of the broken line relative to the direction of travel and for each direction of travel. Skip Lane Line - A broken white line 4 inches wide to delineate adjacent lanes traveling in the same direction. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. Gore / Wide Line - A solid white line 8 inches wide used for delineation at ramp connections, to separate left and right turning movements from through movements, to separate high Occupancy Vehicle (HOV) lanes from general purpose lanes, for traffic islands, hash marks, chevrons, and other applications. Wide Dotted Line - A broken white or yellow line, 8 inches wide, matching color with its associated solid or broken line. The dotted pattern shall be based on an 8-foot unit consisting of a 2-foot line and a 6-foot gap. Dotted Line - A broken white or yellow line, 4 inches wide, matching color with its associated solid or broken line, an extension of an edge line, lane line, or centerline used at exit ramps, intersections, horizontal curves, multiple turn lanes, and other locations where the direction of travel for through traffic is unclear. The dotted pattern shall be based on a 6-foot unit consisting of a 2-foot line and a 4-foot gap. Edge Line / Solid Lane Line - A single solid white line 4 inches wide used for road edge and lane delineation, bike lane delineation, adjacent lanes traveling in the same direction or bus pull-outs. Bike Lane Line - A solid white line 8 inches wide that is used to delineate a bike lane adjacent general purpose lanes. 212th Way Overlay/Araucto 8 - 20 June 14, 2017 Project Number: 17-3009 Dotted Bike Lane Line - A dotted white line 8 inches wide with the dotted pattern based on an 8-foot unit consisting of a 2-foot line and a 6-foot gap. Bike Lane Dotted Line is used to discontinue a Bike Lane Line in advance of right-turns at major intersections or corresponding with transit stops. SECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(5) Installation Instructions RPMs shall be installed per the requirements of Section 8-09.3(4). SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. Only hydroblasting equipment will be allowed for the removal of pavement markings. Vacuum shrouded equipment, or other equally effective means, shall be used to contain and collect all debris and excess water. Collected water and debris shall be disposed of off the project site in accordance with Department of Ecology or other federal, state or local regulations. The removal of raised pavement markers shall be incidental to the removal of the associated marking. Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8-09.3(1) of the Kent Special Provisions. The City has not shown the type of existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type of items to be removed. SECTION 8-22.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.4 Measurement "Solid Profiled Plastic Wide Lane Line" "Solid Plastic Wide Lane Line" "Solid Plastic Bike Lane Line" "Dotted Profiled Plastic Line" "Single Solid Plastic Edge Line" 212th Way Overlay/Araucto 8 - 21 June 14, 2017 Project Number: 17-3009 "Skip Profiled Plastic Line" The measurement for the above items will be based on the total length of each plastic line installed. No deduction will be made for the unmarked area when the marking includes a broken line such as, wide broken lane line, drop lane line, or wide dotted lane line. The measurement for double wide lane line will be based on the total length of each wide lane line installed. "Double Solid Profiled Plastic Line" "Double Solid Plastic Line" "TWLTL Profiled Plastic Line" "TWLTL Plastic Line" The measurement for the above items will be based on the total length of each 4 inch wide plastic line installed. No deduction will be made for the unmarked area when the marking includes a broken line such as, center line, dotted line, dotted extension line, center line with no-pass line, lane line, reversible lane line, or two-way left-turn center line. SECTION 8-22.S IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.5 Payment "Plastic Stop Line (24 inch wide)," per linear foot "Double Solid Profiled Plastic Line," per linear foot "Dotted Profiled Plastic Line," per linear foot "Single Solid Plastic Edge Line," per linear foot "Skip Profiled Plastic Line," per linear foot "Solid Profiled Plastic Wide Lane Line," per linear foot 8-23 TEMPORARY PAVEMENT MARKINGS THE FIRST PARAGRAPH OF SECTION 8-23.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.1 Description The work shall consist of furnishing, installing, maintaining, and removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the plans and for all lane shifts and detours resulting from construction activities. Temporary pavement markings shall also be provided when existing permanent markings are eliminated because of construction operations. Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. SECTION 8-23.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.4 Measurement No measurement will be made for the installation, maintenance, and removal of temporary pavement markings. 212th Way Overlay/Araucto 8 - 22 June 14, 2017 Project Number: 17-3009 SECTION 8-23.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.5 Payment 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. 212th Way Overlay/Araucto 8 - 23 June 14, 2017 Project Number: 17-3009 DIVISION 9 - MATERIALS 9-03 AGGREGATES SECTION 9-03.12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING: 9-03.12(3) Gravel Backfill for Pipe Zone Bedding Pipe bedding shall be 5/8 inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: Sieve Size Passing 3/4 Inch 100% 5/8 Inch 95 - 100% 1/4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. % % Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. SECTION 9-03.14(7) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passing 3 Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to five percent (5%) based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. Where additional materials are required to formulate the street sub- base to the cross section denoted in the plans, said additional material shall be Gravel Borrow. 212th Way Overlay/Araucto 9 - 1 June 14, 2017 Project Number: 17-3009 * 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 1 I Foundation Material Class I and Class I I shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class I I shall conform to the following gradations: Percent Passing Sieve Size Class I Class 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. 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 9-05.12(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 212th Way Overlay/Araucto 9 - 2 June 14, 2017 Project Number: 17-3009 PVC Pipe SDR 21 : PVC Pipe SDR 21 shall be solid wall construction and shall conform to the following requirements: • For pipe sizes up to 15 inches: ASTM D3034 SDR 21 • For pipe sizes from 18 to 48 inches: ASTM F679 using minimum pipe 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 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK FOR EROSION AND SCOUR PROTECTION AND ROCK WALLS SECTION 9-13 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-13.8 Rock for Ditches and Trench Rocks for ditches shall meet the following requirements for grading: Sieve Size Percent Passing 12" 95 to 100 6" 40 to 60 3" 10 to 20 3/4" 0 to 5 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.1(1) Topsoil Type A Topsoil Type A shall be free of weeds and consist of the Special Planting Mixture per Section 9-14.4(9) of these Kent Special Provisions with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 9-14.1(1)A Rotted Manure Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. 9-14.1(1)IS Peat Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. 212th Way Overlay/Araucto 9 - 3 June 14, 2017 Project Number: 17-3009 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 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix A (Roadside and Erosion Control Grass): Weight Seed Mix "A" Min. % Min. % Max. % Proportion In redient Pure Seed Germination Weed Seed 40% Perennial R e rass 98% 90% 0.5% 40% Creeping Red Fescue 98% 85% 0.5% 10% Colonial Bent grass 98% 90% 0.5% 10% White Dutch Clover 98% 90% 0.5% Pre-inoculated Mix B (Landscaped Area Grass): Weight Seed Mix "B" Min. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewin s Fescue 95% 90% 0.5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 1 95% 90% 0.5% 15% Annual R e rass 195% 90% 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. 212th Way Overlay/Araucto 9 - 4 June 14, 2017 Project Number: 17-3009 SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium......... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ........... 21% (Analyzed as N) Available phosphorous............. 0% (Analyzed as P205) Available potassium ................ 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.4 Mulch and Amendments SECTION 9-14.4(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4(8) Compost Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 9-14.4(9) Special Planting Mixture Special planting mixture shall consist of three-way mix consisting of one part rotted manure, one part sandy loam, and one part peat by 212th Way Overlay/Araucto 9 - 5 June 14, 2017 Project Number: 17-3009 volume with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. 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 absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. 9-28 S I GN I NG MATER I ALS AND FABR 1 CAT 1 ON 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 RETROREFLECTORIZED SHEETING AND CLASS A TEMPORARY SIGNS SHALL HAVE DIAMOND GRADE RETRO-REFLECTORIZED 212th Way Overlay/Araucto 9 - 6 June 14, 2017 Project Number: 17-3009 SHEETING, UNLESS NOTED OTHERWISE IN THE PLANS. "NO PARKING ANYTIME" signs shall have engineer grade retro-reflectorized sheeting. SECTION 9-28.14(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-28.14(2) Steel Structures and Posts 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. 9-29 ILLUMINATION, SIGNAL, ELECTRICAL SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE BEGINNING OF THIS SECTION: 9-29.1 Conduit, I nnerduct, and Outerduct Unless otherwise specified on the Street Lighting or Traffic Signal Plans, all conduits for street lighting, traffic signals and traffic signal interconnect cables for projects within the city limits of Kent shall be Schedule 80 PVC conduit, minimum size 2 inches. 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes SECTION 9-29.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THIS SECTION. 9-29.2(1) Standard Duty and Heavy-Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. SECTION 9-29.3 IS REVISED AS FOLLOWS: 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable SECTION 9-29.3(2)1 IS REVISED AS FOLLOWS: 9-29.3(2)1 Twisted-Pair Communication Cable Replace "AWG 22" with "#AWG 19". THE LAST SENTENCE IN THE FIRST PARAGRAPH HAS BEEN REVISED TO READ AS FOLLOWS: This cable shall be filled with a gel compound to resist water penetration and migration unless otherwise specified by the plans. 9-29.12 Electrical Splice Materials 212th Way Overlay/Araucto 9 - 7 June 14, 2017 Project Number: 17-3009 SECTION 9-29.12(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(2) Traffic Signal Splice Material Induction loop splices shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. Equipment and methods shall be as recommended by the manufacturer of the splicing materials. Each solderless crimp connector splice shall be wrapped with ScotchTm#06147 Electrical Moisture Sealant, or approved equal. 9-30 WATER DISTRIBUTION MATERIALS SECTION 9-30.3(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(4) Valve Boxes Valve boxes shall be installed on all buried valves and conform to Kent Standard Plan 3-7M. The box shall be of cast iron, 2-piece design with a base corresponding to the size of the valve and the top section. The box shall be coal-tar painted by the manufacturer using industry standards. 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 type, unless a locking cover is specifically called for in the Kent Special Provisions or shown on the plans. The bottom section shall be an Olympic VB-1 C 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 or concrete finished areas. Valve box covers shall have the lugs or stainless cap screws installed parallel to the direction of water flow. 9-34 PAVEMENT MARKING MATERIALS ►N THE TH►RD PARAGRAPH, THE TABLE TITLED "METAL CONCENTRATION LIMITS" IN SECTION 9-34.4 IS REVISED WITH THE FOLLOWING: Metal Concentration Limits Element Test Method Max. Parts Per Million m) Arsenic EPA 3052 SW-846 6010C 10.0 Barium EPA 3052 SW-846 6010C 100.0 Cadmium EPA 3052 SW-846 6010C 1 .0 Chromium EPA 3052 SW-846 6010C 5.0 Lead EPA 3052 SW-846 6010C 50.0 Silver EPA 3052 SW-846 6010C 5.0 Mercury EPA 3052 SW-846 7471 B 4.0 212th Way Overlay/Araucto 9 - 8 June 14, 2017 Project Number: 17-3009 KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. WATER 3-7M Valve Box and Operating Nut Extender STORM 5-9 Solid Catch Basin Cover 5-14 20" x 24" Catch Basin Frame STREET 6-33M Cement Concrete Curbs 6-34M Curb and Sidewalk Joint Example 6-35M Expansion and Contraction/Control Joints 6-72aM Standard Monument, Monument Case, Cover and Riser 6-72bM 7" Diameter Monument Case Riser 6-74M Typical Lane Markings 6-75M Plastic Crosswalk Markings 6-76M Plastic Arrows, Stop Bars & Only Legend 6-82aM Sign Post Installation Type A 6-82bM Sign Post Base Plate Installation Type B 6-85M Mast Arm Mounted Street Name Sign 6-98M Induction Loop Details 6-99M Induction Loop Installation Notes 212th Way Overlay/Araucto A - 1 June 14, 2017 Project Number: 17-3009 WL— EIDNk]1� O3AOMddV ova 03N33HO � 'If7Npj '1nN 9NIlV2l3d0 3aVnb5 NZ N00 NMvHG l�� SSA. 213A0 03'd31N30 39 IIVHS X09 3AIVA 'S NVId OMVONVIS 3NON 3NO5 NOO 03 0ma Sj ('o .�� 96Za£ gyp,. '3(INV 9'61'E NOI133S OWONV1S M30N31X3 1nN JNIl` M3d0 N 010NINNYM 1N3� 1N3WdOl3A301 D AO kU)33S 3Sn 4Nd X08 3AIVA Z 0NV S1N3W3dinbRl IVNOUJO(IV IiOd b 1N3YllHVd3O °JNIM33NION3 w y 1H9I2f 2f3ddn N011VillSnllI 33S .L1�I�}i 30 �.LI� �'���� �y 'MOId d31VMd0 NOUO3aI0 H1IM '1S3nb3a NOdn 03NIV190 99 AVW AdOJ V'1ND d0 AlIO 3H1 f�j� M 0 S 03N9I1V 39 IIVHS d3A00 NO(AINO IV 31I3 NO1d3X SI NOI1VOIl8nd'dOJ 03AGdddV(INV d33NI9N3 � 3�j SNIVW NOISSIWSNVdi)SM3d:)S 9H1 A9 03N9IS IVNI9I'dO 3H1'91V3Ildn0 OINOIU313 NV dV0 SS31NIV1S b0 59n1 sdv3 £ 1n91N3Wn000 9NIN33NION3 IV931 V lON SI NVId SIHl:31ON '1NIVd IV13W 30 S1V00 b30N31X31nN 9NUn3dO (Z)OMl HIM O31NIVd(INV'03033N SV 03ZIS 39 IIVHS SNOISN31X3 'Z '30M 03HSINI3 M0139133d (E)331dH1 NVHl 31dOW SI 1nN 3AIVA N3HM 03mNd TdV SNOISN31X3 I :S310N 'OO'd 1331S 0I10S„b/£ > b30N31X31nN 9NIl"3d0 z rn z o HIIM XO9 3AIVA rn v >0IH1'NIW 'VI0 „b/T b 'mvn9 HOOb 1nN 9NIMSdO 3aVnbs„Z 7 NOII03S d01 HI.IM 319I1VdW00 39 IIVHS 0NV IVnb3 03AO'dddV-3bd Mild 'do 0T9A'ON JIdWAIO SV3'dV 03AVdNn NI d3AO3 'W01109 XO9 3AIVA 3AIVA MOW OVd(ISd 000'£) 31 F „bZ HORI NOL103S 3SV9D I3210N00�OIH1„bX,EX,E �o S3WIl IIV IV 1nN 9NI1V2I3dO HIIM 2831N30 9NIdnSN3 (1H9Ia M0139) I SNOUMdO IIIdXOVe 03033N NI NDIVl 39 IIVHS 3)JV0 SV NOISN31X3 N01103iII0 'd VM , NIVW'd31VM 47 r b v ° v . G V r' W 0 E31ON33S � ' n X (dAl)XVW%Z AVMV 3dOIS S 0NV b'E S310N 33S„2131VM„(19A W 39 IIVHS'd3A03 3Hl'213A03„"IXS MO.HOW (Z)OMl HUM Ob6 9A kdClNn03 OIdWAIO l O 23 3/4" C B 8 LEVELING PADS 3/4"x 1 3/4"x 1/8" I I THICK I I 1"LIFT HOLE I r 2 1/2"DIA. ` ` o0 AN rlqr q \ %- - - -� — - - - - A� 0 HOLE II I I a II I I B SECTION B-B 11/16" 2 1/8" 1/2"INSET 2 1/8" PROVIDE 5/8" DIA. BOLTS&TAP HEX SOCKET 1 7/8" FRAME FOR LOCK DOWN LID. r— 15/16" PLAN 00 4 3/4" 5/8" 5/8"41 UNC-2A STAINLESS STEEL SECTION A-A SECURING BOLT NOTES: li/lb" 00 co 1. WHEN SPECIFIED ON THE APPROVED PLANS,THE SOLID METAL COVER FOR 1/4" 1-3/16" DIA.SLOT CATCH BASIN SHALL BE FURNISHED IN PLACE OF THE GRATE PROVIDED FOR ON STANDARD PLAN 5-5. Z. RAISED DESIGNS OTHER THAN THE DIAMOND DESIGN SHOWN HEREON MAY BE USED 1F APPROVED BY THE ENGINEER. r4 3. CAST IN THE LETTERS"DRAIN"IN 2"RAISED LETTERS, 1/8" HIGH. 4. TO BE USED WITH FRAME SHOWN IN STANDARD PLAN 5-4. 3/4" 5. PROVIDE 2-5/8"DIAMETER STAINLESS 1 1/8° SECTION C-C STEEL ALLEN TYPE BOLTS COUNTER NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT SUNK FLUSH WITH COVER. (SEE SE AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE STANDARD PLAN 5-4 FOR BOLT-DOWN S �7 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CATCH BASIN FRAME). S, OF WAS H THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 6. FRAME,CAST IRON ASTM A48 CL30, C �Q� ` co o CITY OF KENT COVER, DUCTILE IRON ASTM A 536 GR " 70 ENGINEERING DEPARTMENT 8055-06 H-ZO RATED. t:rj • SOLID CATCH BASIN o P 21493 0 KENT COVER D GIST R OF �N AL ENG\���, DDESIGNED DWH SCALE NONE STANDARD PLAN CHECKED DATE ��(� e eM 9 APPROVED 5/8"-11 UNC-2B HOLE (2 PLCS,TYP.) A A cq N N 3/8" N TYP. 3/4" TOP VIEW 1, 1 5/8"TYP. MIN. r ' —� 4 1/2" 18 11 3/4" 1 5/8" 20 25 1/4" SECTION A-A NOTES: 1. MATERIAL USED FOR THE FRAME SHALL BE CAST IRON ONLY.(PER ASTM A48 CL30 H-20 LOADING). 2. TOP OF FRAME SHALL BE ADJUSTED EVEN WITH ROADWAY SECTION. 3. FOR USE WITH RECTANGULAR BEEHIVE GRATE. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �SEP AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 5 17 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT �� pF wQSH THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. O coo � o Z � OF CITY NGINNEEERIN DEPAKRTMENT ENT KENT 20"x 24" -off �,�21493R�'o �� WAGH GTON CATCH BASIN FRAME O1%C` Mr,\ DESIGNED DWH SCALE NONE STANDARD PLAN AL C`vG DRAWN BB CHECKED DATE 5-1A APPROVED '`F 12" 6" 9.1 10.1 z 2 1/2" 5" 2 1/2"� 5 r� ti LL to EPDXY r ADHESIVEILL r r o FOR FRESH ti LD u' CONCRETE Lu I'R 4,:, r+ -7/7777777 7 COMBINED CURB AND GUTTER EXTRUDED CURB FULL DEPTH BOND BREAK MATERIAL: 18 COMBINED CURB AND GUTTER 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL 1 2 3' 5'-0" HAND TROWELED 1.50% TAPER SECTION 1%MIN. 2%�� v 6° ^' 24 ROLLED CURB %D t SIDEWALK 41, 12" MAINTAIN EDGE 24" I OF CONCRETE CURB----,-. �~ ROLLED CURB CURB TRANSITION MAINTAIN FLOW LINE WITHOUT VERTICAL 2 LIP BETWEEN GUTTER AND CURB *1/2"OR**1" cE *"SLOPS j x 12" 6" 1 12" 6" ADA RAMP DRIVEWAY NOTES: j + r NOTE: 1. CONCRETE CLASS 3000. TYPICAL, UNLESS WITHIN DRIVEWAY SECTION,SEE FACE OF CURB SHALL DRIVEWAY STANDARD PLANS. - ------- -- ' NOT EXTEND BEYOND THE FACE OF 2. ROLLED CURB MAY ONLY BE USED WITHIN A CUL-DE-SAC. GUARDRAIL TOWARD ' THE TRAFFIC LANE 3. IN ROADWAY SECTIONS WITH SUPER ELEVATION,THE GUTTER PAN WILL MATCH THE $„ ADJACENT PAVEMENT SLOPE. 112" 4. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%, '( f 7 , ,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. f NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE �vFREY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT PAVEMENT 0� WASf1rj�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, EXTRUDED CURB UNDER GUARDRAIL �� �, 0 CITY OF KENT ENGINEERING DEPARTMENT v z KENT CEMENT CONCRETE 38296 �Q' wAexixorox CURBS jsT � DESIGNED COK DRAWN SPS ScaLE NDNE STANDARD PLAN ssx0]�jAL � CHECKED---JAB_ DATE - 6—33 M APPRDVED ENGINEER FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL CB FULL WIDTH ADA DETECTABLE WARNING SURFACE(TYP.) I w1ir CURB RAMP I OR DRIVEWAY Ali 1/4"WIDE x 25%SLAB DEPTH(1"MIN.) CONTRACTION/CONTROL JOINT(TYP.) 3/8"EXPANSION JOINT(TYP.) CB SEE KENT STANDARD PLAN SECTION 5 FOR ADDITIONAL CB GRATE REQUIREMENTS 1/4"WIDE x 25%SLAB DEPTH (1"MIN.) CONTRACTION/CONTROL JOINT(TYP.) LEGEND: A — --- A --�-- BOND BREAK JOINT EXPANSION JOINT ----- CONTRACTION/CONTROL JOINT FULL DEPTH BOND BREAK MATERIAL: 4"THICK SIDEWALKA 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL 7777 SECTION A-A NOTES: 1. AN EXPANSION JOINT CONSISTING OF 3/8"x FULL DEPTH OF PREMOLDED 6. INTERFACE BETWEEN CURB AND ADJACENT SIDEWALK ON JOINT MATERIAL SHALL BE PLACED AROUND FIRE HYDRANTS; POLES,POSTS, INTEGRAL POUR CONSTRUCTION SHALL BE FORMED WITH AND UTILITY CASTINGS AND ALONG WALLS OR STRUCTURES IN PAVED 1/4" RADIUS EDGING TOOL,ON SEPARATE POUR AREAS,JOINT MATERIAL SHALL CONFORM TO THE REQUIREMENTS OF CONSTRUCTION AN EXPANSION JOINT CONSISTING OF BOND AASHTO M33(ASTM D994). BREAK JOINT MATERIAL FULL DEPTH SHALL BE PLACED BETWEEN THE CURB OR THICKENED EDGE AND THE 2. AN EXPANSION JOINT CONSISTING OF 3/8"x FULL DEPTH OF PREMOLDED ADJACENT SIDEWALK. JOINT MATERIAL SHALL BE PLACED IN CURBS AND SIDEWALKS AT A MINIMUM OF 15 FOOT INTERVALS AND AT SIDES OF DRAINAGE INLETS. 7. ACCESS COVERS,JUNCTION BOXES,CABLE VAULTS AND WHEN CURBS AND/OR SIDEWALKS ARE PLACED BY SLIP-FORMING,A OTHER APPURTENANCES WITHIN THE SIDEWALK LIMITS PREMOLDED STRIP UP TO 1/2"THICK AND UP TO FULL DEPTH MAY BE USED. MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SURROUNDING SIDEWALK. SUCH 3. EXPANSION JOINTS IN SIDEWALK SHALL BE LOCATED SO AS TO MATCH THE APPURTENANCES SHALL NOT BE PLACED WITHIN THE SLOPES JOINTS IN THE CURB WHETHER SIDEWALK IS ADJACENT TO CURB OR OF ADA RAMPS OR DRIVEWAY WINGS, SEPARATED BY PLANTING STRIP. 4. CONTRACTION/CONTROL JOINTS NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT CONSISTING OF 1/4"WIDE x 25%SLAB AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE DEPTH SHALL BE TOOLED INTO F F RE.Y ENGINEER AND APPROVED FOR PUBLICATION 1S KEPT ON FILE AT CONCRETE FINISH AND SHALL BE MADE S pg WASH THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. IN SIDEWALK AT FIVE FOOT INTERVALS, I� f INTERMEDIATE TO THE EXPANSION ��� 0 CITY OF KENT JOINTS. Z ENGINEERING DEPARTMENT 5. AS ALTERNATIVE TO EXPANSION KENT CURB AND SIDEWALK JOINT JOINTS AROUND STRUCTURES, �� 38296 w�' WARNINGTux EXAMPLE REINFORCING BARS MAY BE EMBEDDED 0� ISTEg� ��' DESIGNED cOK SCALE NDNE STANDARD PLAN IN CONCRETE STRUCTURES,ON FOUR SIDES OF �`S`SIONAL ��� CHECKED JBDRAWN s S DATE - APPROVED ENGINEER 6-3 4 M a3A0addv wS£_9 Mm mva ar 63545355 'A 'IVN01 I-£11VI30 GdVGNV1SMAN 33S'1NIO1 sdS NMvaO sJ� SS NOISNVdX3 3sn'I"31V1 SSOn)V NVId CMUNV1S 3NON 3Td�S xw 03 swa �y�1 1s j, �V'0 13NVd 30IM,£b3IN3)'•1Vb31V1 S1NIOf�0211N00/N0110`0211N00 96a8C't7� �y 1NnaAH S3SSOn>nVM30IS THHM 'L aNV NOISNVdX3 1N3m '%S'T 99 IIVHS Z TM9 SSO'dD XiVM3aIS N9IS30 '9 1N3NLLMVd30 DMIM33NION3 W'x' A w � ZN '3x ao XsIa �'0 y '13S330ION ONVb3H10 'is3nb3b NOdn a3NIV190 39 AVW AdO)V'1ND 30 AID 3Hl �� �jI�SyM 0 HDV9 HIM 03N9I1V 39 IIVHS S9bfl) IV 31I3 NO 1d3X SI NOI1tDIl9fld b03 03AObddV(INV 2133NIDN3 � �33�� ONV SX1VMMIS NI SINIOC NOISNVdX3 'S 3H1A9 a3N9IS'1VNI9Ib03HI'31V)Ildn(i DINOU0313 NV ins iN3WfD0a 9NIb33NIDN3 IV991 V ION SI NVId SIM:31ON '313'dDNOD 9NmnOd 3b0339 03bIflb3b NOLLD3dSNI 3aVM9-9CIS 0NV WbO3 'b 59NIM AVM3AIb0 S3DNVN31bf1ddV H)nIls 'SiNIOd 319NV 11V 0NV SNbC113b 9bID llV lV'1'd 18'0'd 38 ION IIVHS b0 SdWVb IV N1VM30 fID IS(INV b311 '8 Rn:)NI 0311VISNI 39 IIVHS SINIOC NOISNVdX3 TS3d015 3Hl ' 03DVldXlVM30IS 9NIaNnovd 1S 3Hl j0 30Vb9 3Hl 9NIHDIVW 'DNDVdS,S 1V 'WS„9 b03 d33a.Z'MS„9 b03 d33a„S'T'MS„b b03 3)V3bfIS 1NVISIS3b-dnS V 3am:)NI J Sf1W Simi d33O J 'Hid3O MS%SZ A9 30IM„b/T 39 IIVHS 1NIOC 10211NOD/NOI1DVdiNOD 'Z XlVM3aIS 9H1 NIHIIM S3DNVN31bnddV 113HIO(INV S1lf1VA 319tD'S3XO9 NOLL)Nnr'Sb3AOD SS3))V '8 IV)T'b0-6 NOL09S NOLLV)L3D3dS'O1S IOaSM HIM 3DNVMO:INOD NI 99 IIVHS IVIb31VW INIOC 3Ib13WO1SVl3 '9NI)VdS'D'O,ST NOLL33S SSOID AVM3AIbO IV(330Vld 39 IIVHS aNV H1d30 IIIL-1 x X/£39 01 lVIb31VW 1NIO1 NOISNVdX3 'T 'SAVM3AIb(I IVI)b3WWO)b03 b3 ing :S31ON T 31ON (INV NObdV URONOD.MW3)03Db03NI3b"9 33S'Ivm31VW 'SAWMIba 1VLLN30IS3b b03 b311C19 1NIOC NOISNVd)G 0NV NObdV AVM3AIb0 313nNOD 1N3W3)"9 NOLL33S SSOb)N1VM30IS ONV b311C19 mn:) HId3a llfld x„9/£ 3RnOD d01 'NIW"b „Z 9NDVdbf1S a3HSI1bD„Z ' K-8 NOLLVDI3D3dS'alS „b lOaSM bad 313b)NO)„b XlVM30IS HSINI� J 3 IHS kVM3AIb0 %S'T ivnb3 03AObddV b0 DI1SVld TW 9'1133 9NIIOOb 91 0£ --NOLL)3b1a 13A"i NVIb1S303d—� :lVIb31VW XV3b9 aNOa H1d30 llfl3 1NIOClObINOD/NOLLOVIdINO) 1NIOCNOISNVdX3 "9„ME(] „V.1IV13a Z 310N 93S'70,S'1NIO( T RON 33S')'O,ST '1VIb31VW IOb1NOD/NOLUMINO „Z 1NI0(NOISNVdX3 HId30 llfl3 x„8/£ „Z 5 „b „b HSINId 3NIHS HSINL3 3NIHS � ti ? 'XVW,SI 'H1d30„b/T Sb31131 H9IH n£ 'an:) Ol b ',JnDI0NUGd S3SSOb)b3M3S \ 30IS 3b3HM 9,dn)30 9)V3 dWVIS „V„lIVl3(l 33S NkO `NOL1)ndiSNO3 b3M]S MIN b03 1NI01 NOISNVdX3 SS \ t b311f19 aNV am \\ „9„1IV13a 33S NKL)INIOC \\\ IOb1NOD/NOIl)Vb1NOD (0,b3b N3HM) \ dIb1S b31NVld „V 1IV130 33S ('dAl)INIOC . NOISNVdX3 \\\ x. S3IbVA H10IM \ \\ \ XlVM3aIi HSINI3 \ HSINI3 3NIHS„Z 3NIHS„b „V„1IV13(l 33S NAl)1NI0( ('dAl)13AVdi NVIb1S3a3d 01 `S ,S S NOISNVdX3 btl n3lGN3db3d HSINI3 a3WO0b9 XVW,ST 8"RISER RING DIMENSIONS A 1 3/8" 1 7/8" 2 7/8" cccc� I W (SIZE) 11"DIA. 9 1/2"DIA. 3/4" 7/8" N VSA I l 7 15/16"DIA. ~I PLAN OF COVER 9 1/16"DIA. PLAN OF 8" DIA. RISER FINISHED GRADE FINISHED GRADE CONCRETE 10 9/16"DIA. ASPHALT PAVEMENT PAVEMENT a 9 1/4" DIA.COVER ; 2 MIN. BRASS ASPHALT DISC —� �— 3/8" PAVEMENT \� i / / o <CONCRETE AS M "\ 5/8" �' z 'SPECIFIED FOR v \ \ z N ROADWAY a VOID OF 17 3. �\ MATERIAL 10"-12" ¢ 6 8"DIA. w = � 1"MIN./6"MAX. c� Lu v� - ce :.r „ CONCRETE , a r , =5 3/4"R. En a COLLAR z `� O p H Lo Lu MONUMENT uj ui gn w;MIN. NATIVE MATERIAL -- NOTES: SECTION 1. MONUMENT CASE AND COVER- EAST 5. CONCRETE SHALL BE A"COMMERDIAL JORDAN IRON WORKS, PART NO.369505 CLASS"CONCRETE OR AS OTHERWISE OR PRE-APPROVED ALTERNATIVE. SPECIFIED. 2. MONUMENT CASE RISER-EAST JORDAN 6. PAVEMENT SHALL BE AS SPECIFIED. .8 6" `i IRON WORKS, PART NO. 1 1/2"-369590 PLAN OF MONUMENT 2" -369592 7. FOR 7"DIAMETER RISER SEE KSP 6-72h 3" -639594 NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT OR PRE-APPROVED ALTERNATIVE. RRy AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 3. MONUMENT POST-EAST JORDAN IRON pF WAS�j�j ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT WORKS, PART NO.CONMONBRC OR r THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. PRE-APPROVE ALTERNATIVE. CFI e. o CITY OF KENT ENGINEERING DEPARTMENT 4. THE CASTINGS SHALL BE GRAY-IRON Z CASTINGS,ASTM DESIGNATION A-48, s STANDARD MONUMENT. KENT MONUMENT CASE, COVER CLASS 35B.THE COVER AND SEAT SHALL d� 38296 w� WA-PUTOM AND RISER BE MACHINED SO AS TO HAVE PERFECT CONTACT AROUND THE ENTIRE ASS �C'ti� DRAWN DESIGNED COK JAF §CASE NONE STANDARD PUN CIRCUMFERENCE AND FULL WIDTH OF TONAL CHECKED DATE JANUARY. 2016 6��nL a BEARING SURFACE. APPROVED °'IXN� NEW FINISHED GRADE I NEW FINISHED GRADE ASPHALT PAVEMENT 8 7/8""DIA. ASPHALT PAVEMENT 8"DIA. j 7 3/4"DIA. A 7/8" TACK - - - - - - - //' TACK COAT (TYP.) 7"DIA COAT (TYP.) °OLD FINISH' OLD FINISH ' `GRADE I GRADE, CONCRETE ASPHALT PAVEMENT I :PAVEMENT EXISTING . .._...., UNDISTURBED Y ) 4i CASE ` MONUMENT Y NATIVE MATERIAL„ SECTION 7"RISER RING DIMENSIONS NOTES: A(SIZE) 11/2" 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 � T REP AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 3, THE CASTINGS SHALL BE GRAY-IRON _S of WASH ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CASTINGS,ASTM DESIGNATION A-48, �� rMG,f� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CLASS 30.THE COVER AND SEAT SHALL F� �o CITY OF KENT BE MACHINED SO AS TO HAVE PERFECT = ENGINEERING DEPARTMENT CONTACT AROUND THE ENTIRE Z CIRCUMFERENCE AND FULL WIDTH OF KENT DIAMETER MONUMENT BEARING SURFACE. duo � 382ss �w� WA�NI""TOM CASE RISER 4. CONCRETE SHALL BE CLASS 4000. �'�' GISTS l� DESIGNED COO SS'rONAL ��Cs DRAWN JAF SCALE NONE STANDARD PLAN 5. PAVEMENT SHALL BE AS SPECIFIED. APPRCHECOVED E DATE � 0 EN NEER 6-72bM ENGINEER APPROVED / Q UMMON3 W3 03AOaddV w'V L- £OOt—t0 31V0 03N33HO NVId OUVONViS 3NON 31V3S Sd5 NMVMO ���sals Zsr S'S�w Sd 03NDIS30 XCI0XIX9Yµ ,� sszsE pa TZ-6 0NV Z'9Z-6'(8)T'ZO-6 SONIAWN 3NVI IVOIdAl '60-9 SNOIlVOIdIO3dS 0aV0NVJS Z 100SM bad 0311V1SNI 39 11VHS 1N3A1MVd3O ON12133NION3 tjj (S,Wdd)SIMI'VW 1N3W3AVd 03SIV21 I XNiHX 3o I&ZIa :S310N 3NI1213IINV9 � 3NI1 3NV1 d021a NOI DRI0 OI33Vdi Wa MZ 3d.LL 03OVdS kiivnb3 S,Wdd AZ 3dA1-,,8T 3NI131IHM u8 toy toy oa 3NIl ,dglaV9 M0113A 1.91 C'dAA Z ,6 X NOIlD3'dI0 OId3Vill 9NIl 3aIM 031100 3Nn 3903 3Nn 3lIHM„8 dV9„b 3NIl 31IHM„7 Wd'd MZ 3dAl-❑ ❑ 0 ❑ ❑ r ,8 ,9 9NIl'IADAD3 dDIS 3NI1 3NVI NOIJORM OI33Vdi 3NIl M0113A Xb NOIJ.ORM 3I33VUi Wd'd AZ 3dA1 3NIl 31IHM Xb Wda MZ 3dA1 o ❑ ❑ o ❑ ❑ r T I - i�� ,OE ,TT ,OE T T NOIDRI0 OId3Vdi NOIlO321I0 OI33V8 3NIl MIM 3NI12f31N30 MOl13A 319f100 NOIJ O3bI0 OI3dVill NOI.LORI0 OId3Vdi 3NI1 M0113A X V dV9„b dV9 A' ❑ IN ❑ Wd21 AAZ 3dA1�❑ Wd'd MZ U L ❑ ❑ Rn 3lIHM„8 F I IN NOI1332II0 OIA3VNl NOIJ DRI0 3I33V211 S3NIl Uni JA31 AVM OMl NOIJ. RIG OIAJVdi ❑ o 0 0 ❑ o ❑ o ❑ 3NVI Ndniini AVM OMl S'Z ('XVW,OOE) y S3I'dVA dy9„b El NOLIORM OI33V8i ,OE ,OT ,T r Q o w 24"WHITE EQUALLY z 0 CROSSWALK BAR SPACED z z S Lu (NP) g Lo I 24" w l I I � I z I oI I 1 Lu 1 o $, oI Lu I I JI ILLJ 4'(NP) I I 1' I En I 12"-24"WHITE STOP LINE. TIRE TRACKS(NP.) WIDTH AS SPECIFIED IN THE CONTRACT TYPICAL 4 LANE ROADWAY CONFIGURATION IS SHOWN *GENERAL NOTES: 1. FOR ROADWAYS WITH MORE OR LESS LANES,THE SAME CONFIGURATION APPLIES, CENTER CROSSWALK BARS ON THE LANE LINES,AND IN THE CENTER OF THE TRAVELED PORTION OF THE LANE TO MINIMIZE TIRE WEAR ON THE CROSSWALK BARS. 2. THE CENTERLINE OF THE CROSSWALK SHALL GO FROM THE CENTERLINE OF THE CURB RAMP ON ONE SIDE OF THE STREET TO THE CENTERLINE OF THE CURB RAMP ON THE OTHER SIDE OF THE STREET UNLESS OTHERWISE SHOWN ON THE PLANS. 3. ALL MARKINGS SHALL BE WHITE PLASTIC MATERIAL AS SPECIFIED IN THE CONTRACT AND IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION 9-34. 4. GLASS BEADS(PER WSDOT STANDARD SPECS.SECTION 9-34)SHALL BE ADDED TO ALL PLASTIC CROSSWALKS AND STOP BARS. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT C AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE �R�'� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ��OF WADI THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 0 CITY OF KENT ENGINEERING DEPARTMENT U Z KENT PLASTIC CROSSWALK MARKINGS a 38296 W......... �0 �'GrST ���w DESIGNED DWH SCALE NONE STANDARD PLAN SSIONAL �' CHECKED BeCKED DATE ENGLNEER 6-75M APPROVED NOTE: s 1. LETTER LAYOUT SHALL BE PER WSDOT STANDARD PLAN M-80.20-00 �q, a 41 ty o zo le, 'pp M T-0" f CD Vilx , J` 'j"; P b r'' mot$ 7„ti zVw TYPE 2SR(RIGHT) TYPE 3SR(RIGHT) IS MIRROR IMAGE ` IS MIRROR IMAGE OF TYPE 2SL OF TYPE 3SL TYPE 1S TYPE 2SL(LEFT) TYPE 3SL(LEFT) NOTES: 1. ALL MARKINGS SHALL BE WHITE PLASTIC MATERIAL AS SPECIFIED IN THE CONTRACT AND IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION LENGTH VARIABLE 12"-24"AS SPECIFIED 9-34. IN THE CONTRACT 2. GLASS BEADS(PER WSDOT STANDARD SPECS.SECTION 9-34)SHALL BE ADDED TO ALL PLASTIC MATERIAL. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE STOP BAR DETAIL FRY t, ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT S� 3 WAsl�rj THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. �0 CITY OF KENT ENGINEERING DEPARTMENT Z PLASTIC ARROWS, KENT STOP BARS & ONLY LEGEND 38298 Q w�ah,worax STEg��� DRAWNED BBH SCALE NONE STANDARD PLAN SIONAL F'� CHECKED DATE 07/10/2015 6—7 6 M ENG" APPROVED a 03AoaddV W D Z 7Q-9 8 S�10�10.90 31'Oa 03x03H0 NMd OMVOM/1S 3NON 31YJS x0a NMV2l0 �� �IVNOIS,S, xaa a3Nais3a V 3d)d 96L8£ N011Y11VISNI 1SOd NOIS 1N31UHYdW ONIa33N10N3 to ILNiax 30 J,LIO 0 �y '1S3f1bld NOdn(13NIV190 39 AVW MOO V'1N3N d0 kU:)3H1 1V 31IA NO 1d3N SI NOLLVOI and 2 OJ 03AO'dddV ONV ld33NI9N3 3H1 A9 03N9IS'IVNI9Ia0 3H1'31VOIldn(i OINOM919 NV Jam Ina 1N3WII000 9NIn3NI9N3 IV931 V ION Sl NVld SIHl:310N 'S30IS dnoj'Hi9N3111f13 SnIN30.T NO S310H 03HONnd-3bd 21313WVIO u9T/L WIIA ifIO0b1O313 WE-Sd302109 ONV S1O9WAS'SON3931 9AVH IIVHS 1SOd 3wnbS'NIW ISd 000'09 H19NYUS O13IA £90 30Vd9 ONOWVIO WE-SNOIS IOOHOS OZT-W OIHSVV 03ZINVAIVD O3ddI010H 39 ONV OS 3GVld9 OLLVWSI'dd kUSN31NI H9IH WE-Ado.Lvin93N ONV 9NINdVM 1101 W1SV'1331S 133HS NORVO 031102139 IIVHS 1SOd 'b :1VI'd31VW ONLL39HS '01 '.LN31vAInb3 „SZT'O- 'd3AO Mot 9£aoivif193b ONV 9NI I M 03AO21ddV 2d0 IdOHJNV dVdS3131„Z/T Z x.Z/T Z'39f1V9 '„080'0-b30Nn 0NV IIOG(`A8OlVlf193N 0NV 9NINWM L'9 30V2d9 OOSV W1SV 133W Ol 1VIi131VW O3ZINVAIV9 'SS9NNOIHi NNVl9 N9IS Wf1NIWMV '6 O3ddI010H ON1Z 39 IIVHS HSINIA'dOl WO'dJ 2 MIS KM 3NO S31OH b313WVI0 ATIL HOV3 b 9AVH IIVHS 'Sb3NMO A1M3d02dd 3H1 A9 03NIV1NIVW 'dOHONV'1N3N 30 kU:)Pi A9 03AOaddV dI AlNO'03SII RV S1SOd N9IS 31VARld ONV SN9IS 3WVN 133US 31VAIad '8 39 AVW 9 3dAi NOLLYnV1SNI 31V1d 3SV9 1SOd N9IS 280„bZ 0103Of103'd 39 AVW H19N31'„0£39 IIVHS H19N31'dOHONV '£ 'SlIV130 NMS 3WVN 133b1S'dOd Wb8-9 ONV W£8-9 NVId G'dV0NV1S 33S 'L 'NOIIVAVOX3 Ol bOMd 310H N313WVIO„8 NV 3MOD'SNOLLV-nV1SNI NIVM30[S-NI'dOJ 'Z Z9O11 S1f1NWVC'WOLOIi 39 Ol Si109'd]N'dOD '9 'l.N31vAinb3 03AOaddV a313WVI0„8/£909£1139 Ol S13ARd 3AIa0 'S b0'3dA13dId 1331S 1SOd'dVdS31313911VHS S1SOd IV13W 'T :S310N 'NIW 'dOHONV]Hi ,19 9NI'd31N3 WOad 3132d3NOO 9NLLNIAI'dd 31IHM'dOHONV 0 310d IVN9IS'dO ObVONV1S 0Nnodv 3OVld NI 03'dnOd 0 1H9I11332 iS NO 9NLLNf10W 99 IIVHS 3SV9 313nNO3 0 £31ON 39S'3ndi 0 £ ONV 9WCIld llOHONV 13S 0 .. IVRi31VW 0317VdW0O'dO ° IIOS 3ALLVN 0392NUSI0Nn ° NO NOIIVONCI0313S---\ o S'd3HSVM SS ° SS„T X„9T/S I ° 30V219 03HSINI3 ° A a 0 9 RON 33S 0 £ '1109 b3N'dOO u O O O 03H3NIId-3bd ° S3lOH llV'39V9 bi ° '„Z X„Z nvnbS 1SOd N9IS ° ivnb3 03A02dddV a0 13NOVa9 lI-0NV9 0£0'O SS I rib OT ONV 6 S310N 33S 9 310N 33S'S1109'd3N'dO7 HIM 213AO 0NV„9£SNOIS H3Vl-LV S 310N 33S'S13AId 3AIa0 Z HIM b3ONn ONV I,0£SN9IS H3VllV 1" 3/4"DIAMETER HOLES 7"x7"xl/4"STEEL BOTTOM PLATE(ASTM A1101 SS GRADE 33) 2 1/4" O PRE-GALVANIZED LOW CARBON 12 GA(ASTMA653 N GRADE 33) PERFORATED SQUARE TUBING CENTERED ON BASE PLATE 0 0 PLAN 7/16"ON I"CENTER DIA.HOLES PRE-GALVANIZED LOW CARBON 12 GA(ASTMA653 GRADE 33)PERFORATED SQUARE TUBING CENTERED 0 ON BASE PLATE 0 W 0 WELD ALL AROUND 0 0 7"x7"xl/4"STEEL BOTTOM PLATE(ASTM A1101 SS GRADE 33) 0 1/2"x5 1/2"SS WEDGE ANCHORS, SS WASHERS AND NUTS NOTE: ELEVATION 1. CITY OF KENT APPROVAL REQUIRED PRIOR TO USING THIS STANDARD PLAN. 2. SEE STANDARD PLAN 6-82aM FOR SIGN POST AND SIGN NOTES AND DETAILS. NOTE:THIS PLAN IS NOT A S�o� W s� �� AN ELECTRONIC DUPLICATE.L DOCUMENTEGAL ENGINEERING BUT THE ORIGINAL,SIGNED THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 0 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT SIGN POST BASE PLATE 0.� � ISTEg� �,w� KENT INSTALLATION �SSIONAL E � TYPE B DESIGNED COK STANDARD PLAN DRAWN COK SCALE NONE CHECKED DATE 05.29.2015 6—82 b M APPROVED Em"m o3noadde W S`�Q—9 9 LLOZ 6Z'SO 31VG 03N33HO NY1d awaNvls 3NONi 3-NOS )103)I00 a3��3a vma AID yS1I01 �' N OlDNINNYhI, NDIS 3WdN 133a1S96Z9£��� o�w 031Nnon Wad 1SdW 1N3VUMVd3a ONIM33NIaN3 suax 30 AMID W y '1S3f1b3'd N0df1 a3NItli90 39 AtlW Ad00 V'1N3X 30 AID 3H1 �C��� �y N01139NN00 H0V31103('d U) lV 31I3 NO 1d3X SI NOLLV3I and 1103 a3AOdddV(INV 101NI9N3 l� j HM 30 S V IIVJ3a 3H1 AS 03N9IS'IVNI9I110 3H1'31V311dna 3IN011i3313 NV jaaj,3+3� 1f191N3Wf130a 9NI2133NI9N3IV931 V ION SI NVId SIHl:310N '910d IVN9IS ONV r WUV JSVW N9IS3a 1VI33dS 13NVd NOIS NOLLV11VISNI WdV 1SVW 1tl0IdA1 tl idinb311 J333 3mvnbS 30 X3tl9 9NI3VdS'XVW 9£NVH12139NV1 SNJIS (ND,.V-('dAl)13AR1 '(13),E 30 Wf1WIXvw dVd1S 1331S Wf1NIWmV(NI)„9T/£ V SI IRMP N9IS 3H1 ONV 1333 3,dvn?)S 9£ 13NVd N9IS 30 Wf1WIXVW V 3911VHS WV38aNIM d0 Nova N9IS 3WVN 133111S 3H1 '£ '(„v.IIVJ.3a 33S)35tl9 T 31ON 33S'dWVl3 W*dV iSVW 3H130(NI)„ZT 13NNVH0lVS113AINf1 µ NIRIM a31Nnow SI NOIS WNV 1SVW Z 31ON 33S oS � 3H1 UHM A1NO a311If1b311 SI WV99ONIM a3M3xS V �--y�� '13A31539a31V1NOZnOH f::> I 9SV9 WdV 1SVW 13NVd N9IS d0 X3V9 HUM a311V1SNI G'dV0NViS 3911VHS SNOIS IVN9IS 11V'SWVIBUNIM 311I(1b3,d 13A31 (SMOd)SadvaNtllS r r 110 SWdV 1SVW - NO a311V1SNI SN9IS 11V 'Z ^ �� 'X3IH1(NI)„0£0'0(INV ('d U) I ~ KIM(NI)„V/£99 11VHS WV990NIM Sd".LS 1331S!SdWV13 Wf1NIWf11V l3NNVH3 1VSd3AINn I 3911VHS S13XOV'd9 XVW„9 9NI1Nf10W'ivnb3 NIW,0-,T „0- 1.0-,T :(3) „9 31V1d X3V9 a3AO21ddV NV 110 iDnGOdd „0-,T :(8) ('dAl) x-,T :(,a) OV3H IVN9IS W31SAS 31X3f19 ONV aNVB b/X'(V) 033VdS kmvnb3 b/X•(V) 1331S SS31NIVIS V 39 :(3) Z/X:(9) 11VHS SdVd1S 1331S MM SJ3X3V218 9NuNf10W 'T S1N3WHOVliV WV990NIM b`„0-,8 NVH13)JOW=X:(3) S1N3WH3tl11V WV390NIM£%0-,8 NVI41 ROW lON if19 NO-,b NVHl 3110W=X:(8) :S310N SJ.N3WH0VJ-LV WV39CINIM Z!SS31 1I0.0-,b=X:(V) 'NOLL0310ifd Af11iO3 W1I3 IJ.AA"9 09TT WE H1IM AV-M3AO '£9a Ol a3I1ddV ONtl dV313 NO(131NRld AIIVU9I0 ('dAl)S9903 030Nf1021 :09011ND d0 kUD ('d)l)J,/£ 3AVH IIVHS ON3931 SNVId NO 0310N 3SIMd3H10 SS31Nn '3SVJ 113MO1(INV 113ddf1 '•SHILG1(INV Sd39WnN-3 S3I113S _.. 0399131IHM 1V3An 01 it AM =AVM 1f13 3S1i3A3d `W1Id N8T ZT = S 133211S J113021J.3313 W N3321 .-.::...-.-.u-.-......................J..J...-.-.:- £ 9 �\ P11 =Otl0i1 :aN3931 „bT aAd =31VARld Id =33V1d £90&A NA1)3,dvnbS 19-11VHS S113N2103 N9IS AMU =AVMNdVd 3atl219 ONOWVIO WE ul =3NV1 3A11331d3'd'31IHM JO =3ARia :ONf10219X3tl9 43 =121 w „8i „ZT I �!3 =31311I3 XNt{18 N9IS pA19 -O1itlA3lfl09 Wf1NIWf1 V l 39f1tl9 SZT'0 /� , sm doltz '' DAV =3f1N3AV :1VM31VW XNV18 NbT ---------- ------ 53R1VA :SNOLLVIA3N99V :SlVRl31VW N9IS �p�('y�'+—9 03h0�ddV P i �33Ni�W3 2 6 31V0 I 9r 037iD3H0 �n 'jrfAIVIO�� avid Q2 dONv95 3N0N 3 ov�s sds NMV2io �J d S I � >100 03NDis30 shy t <e0l s6za� 'IlVil0 iN9W93V1d d001 NoinnGNI ,�. �,. S-lBa13CIl "m.° '"°"" NOd OOT-9 NVId UVON'V1S AD 995 7d001 NpII naNI "�" ® C 'S910N lN3WlMVcA3f7 ONIa33NION3 "" y NOUVIIV1SNI dOOI NO10fl0NI ILNHX do k Li0 d0 NOd vAi � ONV IIV19CI inognis iinON00 N Od 66 9 NVId G'dVONV1S'1N]N 99S 'T '1S9fT�I921 fT CI9MIV190 99 hVW MOD V'AD AlI0]HI '� �' C1 iV 91I9 NO ldD SI NOI1VOIl9fld 2i09 MAOdddV®NV�J99NI9N9 :5910N 9Hl A9 Q9N'OIS'IVNIMO 9Hi'91VO I31 Ildn(i OINO39II NV ifb9 1N9Wf100O 0NRT399NIJN3 IV991 V ION SI NV'ld SIHi:910N IIVi9f7 30IldS d001 1IV19CI JNIONIM dOOI 919NIS 9011dS iinu(iiivinSNI-NON ldlM NIVIK '(19dWI'd3`SSII'd C]105' 2I99WfTN dOOI= 1OOd J9d S1SIMl£ '£-TS VSWI inn :310N HSINId=d 3dAl 32HAA*dlVd ORSIMi bT# M9IA(IN] MMA MIS i'dViS=S V b9110KN00 V Ol i Z-OS VSWI 9I9V0 0 NI-OV91(S)3Z r 9dVl iNVIV9S idnisI0W S* F013 -9NVl d0 2f91N90 lV0I'1=9 LtbT90 H3100S d* 0 (SdOOI dO S9NVl OMi JNIWf1SSV) X09 MOI1JNflI 3]9VDFMV I'SHM 0-0 NO109S SdOOI IVNOIlI00V 01 if70MV5 HAIM wnwINIW ,,OS'O TV19C1 '3NI(]NIM dOOI dV9 d01S �1 YMN d001= HSINId=d i'dV1S=S m Q 9-9 NOI103S XOB NOI13Nni rn iADMVS HiGIM Wf1WINIW „OS'O 0 66-9 NV1d u8VONVIS 99S S9* 1f109fl1S llfl(IN03 c d 9* °7 Ln c .?U w V V 9 2I99WfIN (lV3Id),1) z SDIdDS dOOl 93IldS d001 ay .dV* y Z-05 VSWI 9I9V3 9 V-V NOI109S NI-OV91 (S)OZ 9I9V3IlddV 9a9HM inDMVS HAIM WfIWINIW„SZ'0 0 �9 SdOOI IVNOIlIOOV Ol i �11102LN00 01 IOOd'd3d S1SIMi E 'E-TS VSWI V 'd99WnN 9dA192IIM 2IIVd 091SIM1 t T# V 59I293S dOOI c.r V —9NVI d0�231N30 (0�S 9 "V SNOI109S a0d IVOIdAI)isdn00 SNRJV9M 2IV9 dO.LS O FZ- w Z c p ¢ c 8 vH {O- w�ygaJ}i w = -0 ❑ O z W d x �LU Q (- D N J H Z x as U� S Z tj Le)0 Q En _ z u z ` p E� (L aW 7 w = « z(n0u QN z > b o Yw¢ 1�- p 00 O x - W J2 m5 ¢ xy. m J (n WN a cOO W J 2 w Mam� c � U Oa � Hw �Ln Z O _jJ Ln mo N oV) a zO oof = z zoo a (n w O c E-O 0 z z w o9 \ uo Co Lu= = ce a U. 0Wo � ¢ po \\\ ❑ �j z�s <oZCp � Qz x 1\ -- 9 Z O w O�a�Z O O 0 z f O - J z W J U c W W ce (n0x0w� Z (+- g U C7 ¢ 'p0 W POF m W 3S ~ (n ce r- W O �nZ z O um ¢Y¢� ills ¢ W O (nQ Z } Sm z - caZw c �U L. XgN pZ � O g0 pww rn l0 "'c7 ri �i cg � p�, � �U� N� Ch U z b O x D a u 0 g O X J E- > tnU r; z opC Q wwwy ago ¢ O ¢ ¢ \ O go U) +�+ z(n O m � w F- _ (n(L J W ¢ 3: J z J Lu X W J Lu z g w W O fn 2 C7 ❑ � o o g t a a N z o Y o Z o Lu � w = gDv=id 1S 03AVd 30 d01 Z o ¢n v w Ln ow 0 U wow wnWINIW X-.Z p ¢ Ou � �o vi a a a 0 En pLL (=iLn 0 H o OU W O J J W O O O 0 m Z } Z 0 J W c 0u, ,.0 -.T n9 0 F u1 O J o JM Z aLh _ _U U m = W W H Z w O W Z"•"'H Y H 0 ri z Lu p c (n U p=0 O U O t ((Az owcc w w wUU Q a z (' tA ¢ _ In m W =a U m 0 m c 3 O c � .. W 0 ❑ - Q ►_- 0 a F U v w � m x te m.. � 2 C=7 a F H (A ZD w E w o0c � 0 pa0 0 0 2 Z O ZU; 0 a Z ❑ w w W m z In p w g W W 0 ¢ Q O Z �0r W U N m C� U J w 00 c Qa cs mcc}a z NN z xp W Z GN W J ¢ O N JiL J = F-c W -J-JZ p a' w a a ma W (n ❑ W ¢m w m Oa 0 Z m ¢ ¢ wU p pJU ~ .Z. IA .N. (nOVZ DO 'W Uc J = W w iA xr J V) 0 p a px aWY �q �_ vaiu 2W ag Co ❑ z 0 �, M o ❑ = W ❑ (nJ o = a u ou o � 0zt, Lu z � as 0a a u a a mz (� L. a oz Qo W Z Z 4-7 co \ O 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 Sw OF WAs�r�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT � z KENT INDUCTION LOOP 38296 w4 W�8-0.0■ INSTALLATION NOTES IST �' ���' DRAWN-DESIGNED SPS SCALE NONE STANDARD PLAN SSrO]VAL E CHECKED AB I DATE 6—9 9 M APPROVED WSDOT STANDARD PLANS ROADWAY CONSTRUCTION A-40.20-03 Bridge Paving Joint Seals DRAINAGE STRUCTURES AND HYDRA I L I CS B-30.10-01 Rectangular Frame (Reversible) B-30.20-02 Rectangular Solid Metal Cover B-30.30-01 Rectangular Vaned Grate B-30.70-03 Circular Frame (Ring) and Cover SITE PRESERVATION AND EROSION CONTROL 1-40.20-00 Storm Drain Inlet Protection ILLUMINATION, SIGNALS, AND ITS J-27.15-00 Type IV and V Strain Pale Standard ROADWAY DEL I N I AT I ON M-20.20-02 Profiled and Embossed Plastic Lines 212th Way Overlay/Araucto A - 2 June 14, 2017 Project Number: 17-3009 0 W o � a H1d3U ln�nnVS.e m C z ex ♦ .J u 3 ur r •� a g G � cy aa RX 2 Z W. M 3 ` 6 x _ a o �; o ff► < bi� wH g ° a vai 'J a• tM t Z Z 3 le a a u a G° U M. Hidso inns.s N QbQ r/j ,Q N O c 0 4b 4 '0 U. C p I� O �b o,rI u a _ c �! ° - cc 4� g QED Hld3C!1nWVS.f c m ism "' c�•n 4 a H m �,� c �E TLLJ ca+-- -- - 4u0y! 1? z u�a J a n m 12U?�J y-�— Q �j F a s a W r m m m E2� z a U ° ° � as H ado wOZ U m ioasl1 .c� V)-��¢J a p N LU 6 a a. 4 Ix a. O c c V N_ZZ oi r td m L41S 4 - 4 4 � — aco �� O 8 Z 0 W R� !A Hld3o ln7. vs i— R N F I LV 0 Z Z S ° K w i.~.I U y. u m a<� a a J N g i Z tG W Fz •m U 4 Q z O F <+ a O N O m a s -.i Z m uu J W 2 a a W O O Q a ptu F- z O 10 S o e U x 6 K Q z Q z a C=1 zdoVKz U ? UppO ° ti r0FqF..w 4� a USSVg�W 8. ,S x zz a �m HLd30 JAWVS.0 H1d30.£ UA H^ - a R U 2 o z� a w ro ° . a W z ggx4y O oFz w a t dj w Cu m LL z iS< 0 5= W Q o c 'n Z �_ ° J W =1 W J Z s• � J � a � o � o g a a CC° a ° U z a Q z a = yC y r xu�o0 a �z .J q USH'MMJ A01DO -AS HMV'dQ nmaaa"vnmwrwa�r..a:.+�w.oe � N s.+a�.n..wuwuL s.amw.rau..n. TT WiJlYC.p1YYYV1�CYaYMG�YIYi�.IJ+r¢ 0 1.0.1'Pi TvC�OpY iIIYV".A091�T.l WfM � O G � t4Ytl000/u�llaMJMiI!Ot".1"Op YO'( r3$gw E En- �... O �d a 4�ti� a,�'i� ti� Z ow °�'dym gym_ Z Z LL .� 97 `m c ca a �d i 1„���;� e� -' a���;�� w ", g; r���°fir• ���55 Z> IL O dJ Q�p40 �0: 4c $� Q�� bzz ' w W Z R 3 o ya: °� 1 �A 'm°'�� _ �_ Lu El U) m ��•i0Z� ql 1 !qm .4 ' .BfSI ZO 1t1 z a6aiu�E � y � N !+f � �� � O X N Q LA aom� G z LLa<� <w'c a 1 LLJ tu }aw`" O—z YYJ a i l�J S a z 1 w no 111 f J � m I .Wt sz aaodla vsn'AiR NMVUO sercu�a�nmw�ww.nr.,e^.t.auneo. N N tatHA �t+MJL tMIt9n6MtW t.ftl y�� ? -- - .O1I00'+�ufv>9i�.6I0�'1n Yfa4rq i10 N IO �t6iMOitPlbiOlN irYYfftl:.AalS:ItWtf4 0 C a..n t3 t.a�.00vowuav*ten.a+nnr, a�ot Q N 0 z mE�oE NC M17 ru �y o 72 Gt m� m tp t' � •�w 4 t� O , � tr O Amon a N o a ��J 1p pQQ'y Q W m H v�� a �• ,•� CST QR }_• a a o� yImX t6 .2c Z � z N m .i Z 31ON 33S-21.9Z � Q e. O U W w w oz z 0� Qa �o 0 1 z a 444444444 444444444 44444444 m 4444444 o - -------------- ' '-'— ------- I N 4 4 r - r ' Q [ .9z 'xvw.ers[ avo Aa m,As Nmvaa issFarra.na»ir oow.wr.,w�.•wcr� r' N Q�j'C C Q YrM4A 11YawML C.Wleronww�rYii i� r„ �m m.0 WJLv4'.(+Y�'JRNYWGYdsw P+'WFwhui i[t Fu 'a�— uaawx 5r.mosu s�rr+.eaa+�d¢ara3wrknlr a�¢C iuwoxowixwTonria a,wuaw uv( � � m b N G w T■ �/ Q Z us lot w � God9 � A,o � _ A. o E Eta 'gmmermS ` W {U " q e� A E as ___.. ._'.__ T .._..m_._ ��6J�r �QS (�Q �9�Q � o• o � � � to IL W N = aS vmm�p' �-d q o noWmw av8n`" m $c�mw v 3 C m Nam m N Z 0 cV M V F W O N rl' �i. rt1 [ z 1 i A I 3 4 3 I 3 1 V W F # } k # Ci O �O i= O� W� 1 , r � LAL=j � o a z � � W Q N {Q 3WVNAHQNf10i OKWOon A9NMWAla atnwwrrr��:y n.wrwr vrs.0 {'Q N e�q�- W�d":1rNJONN.CvaYGeJfIP�tMrw�Jx ,yypypp v ?CLC 8 m m m Z h W E �mm�� oW oi coQ,R �8g M _ a tit $' m m Q' P'y t E— >a a P' C! 1N r 'a m aw aC p CL G ai m.=1 a v19. m A Y I� < 7 �� 0 a E•yam^ Lo g a c o a E c o Yt�°f'y� 0�'U y �.� W I W 6 �o � g{�,� S aLic�`� b`� r 4a�``�S qo tl T r m t —0..�Q9'3:L m w �` 0�F m x �iLtCLmL� �_�♦ 4 cc C sOH1D m9 cc tm � Qqi MIS— 00 !�J.,-. g I a _�pp �— etc m Y C.t1. AD -3 �m• a £a`ZS 1p� m nr f, a' Y nm i+i� E W A x c m$ t N w a m fu a ssue a o m�mOw S� 0- > 1L� mHiin tip =m a x LV vi 4 uS f0 h k w O L Ul iN fl a a � � :pq a w S m tl Q m m• x A x z x IL .sus p Wo 3 ya V i Z N N N W m ( s .. rt z W—c .s x c c �+ °m a W W W w a a a a uj m Q m x x :~ a a �Sp amp t!ya+.� _ a ees —{ 0 p o w — Z N N 't N N LU L1I I N W Q 0 j K tl~1 0tl" us i O l 8WH i VIC Q S � w . I -I _ ll -tu z �,�.411 D ic � o ¢ I•�! � � ti m x g 4 s 4.41LL Y a�� T �w F eie = n f _� ul �� m aaoiAo vsn :As Nmvea + f © ||| 2 A K | ,�| a | } \ §))( \ §'| $ \ / JU Z © . ■@ IL ( } 2| £ IL 0 lip 0� 2LU � VZ � § ; �� �■ ra 0 a ] 3 ] §` ®A a | ■ ` fj ® | ) / cr ta ir � �� 7 E B § E e / ) k= E \ k \ /\ § 1, g |2 § § U) { �# ) ■ z r n § k . �� , r \ ¥ ui ,� §2 ) k k � k ! 2 § � 17 | ! ® ^ 5 § °! E S r 2 w §§ _. § k � � \ ( § _AAO_ :__ 2 w ia»�r.o.naavwx.«�mr wsn..o p m W 2•wW AJxi,pwJJpLni�Gpre4rx JwJrgu t' F v C O .OJNP>41vP'�VJWyYJ?y4rPwa<Tw vi PY � � -S � =Ol � m Jocaane's.M�vo.tlt o'wgarrsua Ixrtrc a[7 —.C! JM1M^JOQdMIY'MMJTi M{pM'Mbp LpY _ C. E m W L a � } S F N c U v -'Sm� .h.�C U a b n4 Z� 0 w 'wUi o E'�i 3 0 0 �rcw Oise d A. o Q{� c7JZ o Us xiaw °{ yyo`�a Q��h >12 o r w m m m W o aE�Na� Z"�o N19N�1 u r �p4 .J C` V) o _ 9 m a avaatu a'd m a aaaalal 4 yi 0 Q c,„ v,$ j eE j e -� as o.o' z a s a rn I� 1 c of v E.. U) gg ? I ¢ t� •-� m c@ m I �� m /' Oao ai CO. a o T ww L� =0 magma F' } ¢ <x z •mq�q. W r 7 w Q f �7 C �j¢ a01 0 C o E -m id K egg C m i a v!=m m�� z Y+99�a1�1109 tap m 5 ¢ 0-00 G wb Wxcc c W. O. mt a. z0 Z0, mw, wy .120 � N M0 CLLO (p gmiD� m m C= m u� zaz xaa wo W ,C a i m U m W>� m O 1-V1mU N 4 dJ Z O fA 0 OUG00.4'$ � N r! 4 ui 6 Z w < CC U,06-48 G �� NIw.9-S3rtWA LE ' IZ i = Q _A � :`- mo low Z G =PSN eauo a I w �a qaV 4i Z �.. a z g , m --------- - - _ = Cj d ' .9' •NM.9-S3Ii A .tl >> Wm W fq w y r Uc=7aO p [[ # ¢ ya m z w {¢{.� U U d. rd� = 5 y d' yqj W m g,a cz t_ \`m O} ywyqq OFC ¢ ° 2� NZ IK w ^SS CW aO 0 1 J NU Nm 12 O kq-+ m Om ¢ 6/t Z I m N 4 a o a 0 w (dA1? t u w u K jvh�a .81Et < J III 1 t1t �, c� wiqz°• w 44Wzo SO0. hz o t3 Zw{¢7 _CIE, u0ua0 O s 05a. �u�ui/, CO Z : �0 u�x �xhZu m i ggy m 1gs- 13 9 t_-_-; 09u � a "US :a �Z 4 I h O I m 0 d 0------------------- V&Z IJ m " , Rs aao�a vsn :�tHnvaa v z C O 3 W d $ H N a JIg�� m w N W e 3=< __ O vS��a p�'y Z z A g33 z U Z w g =z Z A 0 W LL e a Q�Q G �• p> 4rU Q~ d W Opp W Z W W r -•LS S� O tlw O 0 <0ZW d � W � =n & a mzm m2 Itp��� Jd 0 a �0OW��11 0 Z a �WF..N Z (^(^ W W JYW WZWZS Lu d 5 w N Q W z Q W �- o lo mwWm�00s O-C FF O W T m LL � W w LL V Y1 N gz W y 1 �� Bo e tL a n e � a xx W� N b >1 J Y W M I o zag $ S w J W e. z 5 u e , 0 w y I mLli a 6 Op w gl 72 t G zW� a 3 J p uj LL W - r W J o i o t- Z d N p tJt z ea N W b J N m V Z n 3 N to w y b Y ._ _ $Oa pU ul W m W CEL 7w ll p tlty.{�(.1 t,t ---- - 0 q d W W W rA Z W Z _ __ O 2 z 2 I-. G1 o ----------- u tl O a B W� w WZW Z-I} 2 ')FO W w y a j Z r F a tY J 0 [v F � rU2UWb zJLU IX IZ Z LU 7Z ,Lo wa oW O Q N O J gW=¢ Z :Z:ILI R. oz _ Z 5 zoo wzII� �. w HI'ugJ C p 0. 0 WZWW W2tazad a� mm Or m Z"t z J J W W R Jm m IM 0 JwOpUZ rL,O N R'N0 UJIJ J �dwW �awmw Go N W O W W O W O p w U2tY� u 0:0 W 0 JY r LL a O Q , ° a --'- --- - a z n m V 2 O V tt f~A Ell. ... J --'- ---- � "' Qw d� a gz w Jbl a w d It z 0 0 w WX tt w Wm O O -t--- ----- cc "v EL Ul o .4 z a wV TRA1=F 1 C CONTROL PLANS 212th Way Overlay/Araucto A - 3 June 14, 2017 Project Number: 17-3009 NEE c o Ma"FlneA C m m b•1 r O AC Im i8` y DDDD i c S N 00 00 .1 g3oe 4' to o=o ), 4 I O N z m y z �$—►f�- —►4_- C M � m m o 11 • ). � .. (!1 G 4 rn�m 'ga 3 m N n r r� ti o-o f- ® 0 D o UE t ego c � Ytz- C'7 m e itir ° ° y v o o c \ r7t � o m SR, ca � 7 �n D 9tstW5 O x % Re ta v N m 45, o 0 91( v O 2 to ,1 g ow a [ m o a a s tJ! y r:prr 3rrrrnrs aro I I 5 �sa m ° �a�za�z� � � p 1 cse 9 �y�1 g€� • gt i` � M IJS � � � y�a~o '16 rJ 0 o Fi Pi.rS y �Gw YY$CC. �• 1 -� -1 0 Ll 5 ^rc,ti'H Asia c ems^ $u y a� x L Gdafle Tali 6 1 I .� c_ N g e[•ozm 41 dC e o 0 r o } R i �x � c �`" O I I � DINI Go=N a� !') t. T U w � Q an vno : th S ga"� �3 O �°N � OW . I I l Y L R;- v. Zx ,Q `c m o c G jB 5�, \ o Gal I \ 'l n n y So MatchlineA o $31!m 0 3 �p002T atchung A 0 p c M"O N zspitt'nz w tnsncm � N � 46, ga y €• at 7 N o c ® u ~ K O"O IL O'Q 9 ! n 3 f 4111,419i'lli 1 vilcil"IT, ''4 a n ujig rn �yn Cl , 3 CA `r ao S o x c r x rn r7 ° r � p � o K ;a a: o' Er • o d"r y`� q < „t to bZ � o tE� ro v 9 gg g a lOZM ! h E o DW 90• 4 ayo ? • a 3 M� ! 1 1 r •}5 ��a Y M,'+'n•.V�f/qp;'nw wa e. i 43mv O AYS $T)O Tp� r iog&n•�i'$y"���Yira 3 ( I r $ _ �`°� fi � �a7S�n ly SSr.•a �'' r i I �&"C S r� ! 1A�fl pn CO �p nn Oob 2 k Qrl Rfj TC Oy >� � qt�ZM '-J� h o S QN V D ygi Y Wig ..w*pw ° A ? ON K R� G W YpG �m Y i^,1 oK e H -,-OZM o1I o I ;x � SFYAT A �il �� r�8• g " tl�.G ti'W M ow gx' n �qw ?I y S• Si a n1 7r o_ a��. �o G s a Y 3 j yYp .R. i < .�ow -� 6.1 rs +SNNMN wraww.�r��e I ! I i t p °p Wa ... 3ay3�a2Sa`eiu'�SL��G t � E � � " Mj,c �• �' S$+�Se^ps 1 1 duo •fir, 4 q i — 6. v \ 1� I Al • m M ^ m atChlinoA o 9 '. m E S a e 0 m 4 c \ \ yF O �o \ • \ \ e�< o i iC u a.o H \ S-Mcdge� et= sEW kiln 0 w ' xt3 y ' a a ul mt �aQ I o w ± vozmo I I MOzmmm mozz � �' �•A m� � q Y pp « $ as 00ova 00o I o nlr @3 eW� �83 a c =Y� s.�ggggggq dggggg ..II s yy 1" Y� s a nra �on" pS'L7oqu ��3�p yp+Y gYlq�p VZ a_e I I gaiagado ~$$3j3+j�gCg {yZ.�.yy co au =03oo�7`viid737 co g5ppFp c >q.r��� 44_4.. H Z ri C 0 o m D Y o 7 0 O III _ 9 a z Q � S Id L6�s z$ �d M p• t g a��v y^ � 5�`{pgj E 9 �t y � ♦ °T ° " 3y� o ° Y cc O LLS mm y+ ^ J C F ✓1 cm C � `p gym` i ��g qJ cF �� �• '-� eos 5i a tn�`''? r n � Q �c r4g °' 4 aryo -o .:f i I F c I v • W20-7a f'T Ci a Oco I 19H. �� NIL n n �, I JI s v ravwtn 2 v po ^a ?re ° CL 0-0 "^- o= I F 1 1 O-0 � o�� ode ill 4 V w 0 U c u 13 I I j W4-2vi cc , a # i W20-5 H N OW! �br' m �• l {11{ vo° v W __ —$—►}r—$_� W20-1LU cy Y I i L�IJ 1i Q NY$ 3$k uj p I I m u >oozT o D -fit #2C�adn u !n l-02M m0 m m N o 3g9 —I f t u„ C 2•tM I I a i m 00 g Y Yg ¢p gC•02M A p V!, VZ-OZM ® L••r T 'J J S_G i'' s �► � N :ow � �� P '14 E gam_ �' C3 cn a �• i� = i - I m o 6 0 0 p 4 +t^� m sR F4—$--a-i \3•• c WI-4 3Np'HJ � 'a 3 P 3 c`'b�� �� Q��c c c c� r - r-�-•% Q0 tsPI S Z 6 o-,i occo. 9 w m P ° aII M g sr O � 5 0.1 $ � o O N " I ° v Mo a M € Mill: � o 8 .y ��g t r I DDDDD ZZ0chZ HOW: i 8C I WWWWM ir- DW t i, ! ww Erna o a F ym g o 6 M r I m D g p 4 a j� � r y m /* :0 qx \ \ a . Al a \ �n0 c m � m 3 0 3 s 0 q w W 0 U) � ' o \ n $2a � qT e aSD� Q b Iu ° n aQ . o a CL emg0, 1 A11 MQ go UL3 mm0lmm 1 °I nLa U) zmAzz �Q3 e e a a 0000 co T Ill I I a 3 a e $ c 1 `o vi F�' f I m' j h a s x 8 C w y LU Wa-2 w w � = cat t do�F,:�.-.• !_t c I"r �f I ! 4 NJ a R I t I } s K1 $ 0-0 0.0 Y7 I I ti X. 6 pNG L ROAD K Lu fill Cl LU Uj ab I Ilill111 �" c an"o a" a o � �• }q{ ,�r g E 0 w N x F E- v I 3 M m e w o p T-OZM °I 01st Ave SE w x a arc mo yy� NtlOM O I O°c uai t'_U O OVON O I m J 0. G 3 U R p O c S-OZM 'mma,0- Q M O Cry popK m�Ts o3�ia °IL , a a o m i:• )at a a v 0 m N m 9n uewa OIO 4 5 x .c u'" w ommmmua�o O E �mwUU N I a F aN0 E �avvp�Y91a f c Z-4M 4 TM °I� I o y X LU IL QL-OZM I S o dO1S Ol 14 9s9vaa9e I 4 0!} 39 C�•+ eL-OZM I11111111_ 3 _� _ _ �oqw q m wF w o� ao 0 O10GIhAveSE O gOp $F O m >^. w u� p}-1 4p0ppp� N I Gm r.K ¢ Z��awU N 4W 3�LL X O���ptw mo mwaz- rap ,� u owz spp Q I adwu�j xcra`uom;����.. �ppp�SOm<�WutaaG- ° I I W N =D000a €wia¢ui�i�oyyy/// x44 �0.� FWJ 2r� ova ILu co CL UJ y w 66�im� �E9 i-�i 'N~ I° d N i;ww�wYi�wW m I°hh y o f -OD 0a 0i MDD GOe a[n wm wa JO ��^c�aopa ma oxo4�W ow.�.o0, . pp O 4 ww `G aC :98th PIS DV U. s N RZ ffi am m�aNk wnzzcoz l'Saoe N `c Y >$g I U Y o 0 o o W I x V xx N Q 3 Q a � I DNV HQ co 3 U' Q O) I 0cn J J 8 H co _.... o N Private Roa o ex I I W cx fw C13 0 of W �W Ego d YCD �a o: 96th PI S B2 &"' 1 c 20 yy oin t U�,• 96th Way 0-0 0-0 ° A co N • _ O <cq W N O aW2D-7a Ml w T W20-7b $ N W e� � W9RR S. M �^ y V /'1t W20-1 v OV RN Q S ��o E V y 'a - �. x S gig. �• I I 3 0 LU b..y o rg v_[ryggJ .it � x ° 01stAve SE S®g�� � c m Ion pp 5�o'v� G y x @ a b 8- olfA c; r. N yy�y�y�}� �¢�F6tpo a OZM I :. i 'Eog �3i3db3G3y'DSsCo I* �� Vlm � K z 4o m,pn ni ni ni,pa�vaia s�s,ap�RAF4 Ty .ons Q-aM (n b-OZM 4 I �— I e saw�es �j x x 'a i Z-QM 4 x ao $ o% ? o ox � ���������� 3 � Wit• a 4 p =: � s TL-OZM � 100th Ave SE .oz 1NIOi $ QL-OZM ( I o f o >t AN HIM° �H44e a I} o ZY 4 021 $�g ,CI I vaa-d�� a ya a a 9 N 98th PI S V aM I DAN in le tog! Pa � N —►I m 12 s a a '-& U) - m � I o a Private Row IR, A 4av Ic I E 6 I � N-8 I m D -8� m 4 96th PISo Q •.c '.� lip aLOa m ° o Yana x pp3 8. 961hWayY�x O 00 0-0 G � �NNN CD 04 ° R g 0 jq F \ wzoaa j N m^ ry i qro=• §Y ^ m -�R c8i O Z W20-71 9 X FO�ONONY[3 iE v+N d N EMv i I V..4 m q$ c mV LLioo¢$ E 6-9M MATCH LINEA W 67 el o <1 t FAI m , to d / ` w a > I„ of 5 T-OZM y 0 O - Y3H I� 1 L s n MYOM R&OZM I C O �W OYON 1 b r m a yl qaa AS 6 n g o"e ina I w2 3 3 ZbM `���aaz I oIniU96tM O�dJM-ffio's L.. ta b-TM �97777, a y$ @1 > `� N I •� N xo O mow' L 0 W mN o 3 3 C. aw ° � x m 4g j r•y I 0. I fLU N N 5 z ` � IcE��$ 14 , o a W gs i� u3 g�g;g;;;((( MM LIMP y .� �� o f 1 N Q y o�62° Fio� ; y m m m m eta o�n01 aao yip p 1nnlli�B6tM of 1 Zw2 m t �o gx> pl I o 0 o irsa°"unS � "1 awal ��� o QQ S'zz�O� Qo oou LL'ma•p m °1 I C K zoim z"c S. >m iyt�i y 0 a O N 4dp Y w n ^I I o 3v-Y M O �a �^ 7 UQyG � � pl I a CL k� N ro ° >> 1 o ay y 1 a i LL >. O r o w a e! g -, coo a aaY z v 0 Si DID• � 0 So J J c7 y ,,D 'A O €'l rso11 o �g Q 9t OZM P o i nTa 296t M E o4b soum> C 'O°1 r i n oa "d p a8> I is p - LU oz 1 I z x z »S$ p x to w yS w 0 OVRS6ES O o G O S n C.1 2 L w lJ.l —..�_._�� h 6 a 16A'8v1 MATCH LINEA I 1 L W O ■ r w )o QR g t ,`� '� ° e iO a ®4 ono a 1023 SAQLo s I W f4 F W Y c O r U1w 0 W20-7b Rai W1D.1 yJIS �Z PREVA 1 L 1 NG WAGE RATES 212th Way Overlay/Araucto A - 4 June 14, 2017 Project Number: 17-3009 Page 1 of 17 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 07/06/2017 Count Trade Job Classification Wage Holida Overtime Note 'King Asbestos Abatement Workers Journey Level $45.25 5D 1H 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 (fn 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 it Tenders Surface Rcv Et Rov Operator $59.88 5D 4C King Divers Et Tenders Surface Rcv Ft Rov Operator $55.76 5A 4C Tender King Dredge Workers Assistant Engineer $56.44 5D 3F King Dred a Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F hi-�rr . //�rar�rorr wa r�� i/�ri/i�ia�o��r��i r /rirvSA/��oln�Ii r� �crw G�/1 1/')nl 7 Page 2 of 17 King DredGte Workers Leverman, Hydraulic $58.67 5D 3F King Dred.Re Workers Mates $56.44 5D 3F 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 1 E King Electrical Fixture Maintenance Journey Level $27.99 5L 1E 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 King Electricians - Inside Journey Level (tunnel) $73.20 7C 4E King Electricians -Motor Shop Craftsman $15.37 1 King Electricians -Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $73.93 5A 4D Construction King Electricians - Powerline Certified Line Welder $67.60 5A 4D Construction King Electricians - Powerline Groundperson $45.49 5A 4D Construction King Electricians - Powerline Heavy Line Equipment $67.60 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $67.60 5A 4D Construction King Electricians - Powerline Line Equipment Operator $57.02 5A 4D Construction King Electricians - Powerline Pole Sprayer $67.60 5A 4D Construction King Electricians - Powerline Powderperson $50.76 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $85.45 7D 4A King Elevator Constructors Mechanic In Charge $92.35 7D 4A ?King Fabricated Precast Concrete All Classifications - In-Factory $17.20 5B 111 Products Work Only King Fence Erectors Fence Erector $15.18 1 King Flagers Journey Level $38.36 7A 31 King Glaziers Journey Level $59.31 7L 1y King Heat Et Frost Insulators And Journeyman $65.68 5J 4H Asbestos Workers King Heating Equipment Mechanics Journey Level $75.46 7F 1 E King Hod Carriers Et Mason Tenders Journey Level $46.66 7A 31 King Industrial Power Vacuum Journey Level $11.00 1 Cleaner King Inland Boatmen Boat Operator $59.86 5B 1 K King Inland Boatmen Cook $56.18 5B 1K Page 3 of 17 King Inland Boatmen Deckhand $56.181 5B 1 K King Inland Boatmen Deckhand Engineer $57.261 5B 1 K King Inland Boatmen Launch Operator $58.59 5B 1 K King Inland Boatmen Mate $58.59 5B 1 K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1 Of Sewer Ft Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer Ft Water Systems By Remote Control King Insulation Applicators Journey Level $55.511 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 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 $45.251 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 Page 4 of 17 Concrete Saw Operator/core Driller King Laborers Crusher Feeder $38.36 7A 31 King Laborers Curing Laborer $45.25 7A 31 King Laborers Demolition: Wrecking Et $45.25 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $45.25 7A 31 King Laborers Diver $46.66 7A 31 King Laborers Drill Operator $46.09 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $45.25 7A 31 King Laborers Dump Person $45.25 7A 31 King Laborers Epoxy Technician $45.25 7A 31 King Laborers Erosion Control Worker $45.25 7A 31 King Laborers Faller Et Bucker Chain Saw $46.09 7A 31 King Laborers Fine Graders $45.25 7A 31 King Laborers Firewatch $38.36 7A 31 King Laborers Form Setter $45.25 7A 31 King Laborers Gabian Basket Builders $45.25 7A 31 King Laborers General Laborer $45.25 7A 31 King Laborers Grade Checker & Transit $46.66 7A 31 Person King Laborers Grinders $45.25 7A 31 King Laborers Grout Machine Tender $45.25 7A 31 King Laborers Groutmen (pressure)including $46.09 7A 31 Post Tension Beams King Laborers Guardrail Erector $45.25 7A 31 King Laborers Hazardous Waste Worker $46.66 7A 31 (level A) King Laborers Hazardous Waste Worker $46.09 7A 31 (level B) King Laborers Hazardous Waste Worker $45.25 7A 31 (level C) King Laborers High Scaler $46.66 7A 31 King Laborers Jackhammer $46.09 7A 31 King Laborers Laserbeam Operator $46.09 7A 31 King Laborers Maintenance Person $45.25 7A 31 King Laborers Manhole Builder-mudman $46.091 7A 31 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 Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $46.09 7A 31 /le-_s._____ ..._ _._. 11._. 1..._ _1--I-. I-_.1 A f__.-I-_1_..._ __.__. r /4 ^1 1^1 A 4 Page 5 of 17 King Laborers Pilot Car $38.36 7A 31 King Laborers Pipe Layer Lead $46.66 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 Et Similar Electric, Air $46.09 7A 31 Et Gas Operated Tools King Laborers Tamper (multiple Et Self- $46.09 7A 31 propelled) King Laborers Timber Person - Sewer $46.09 7A 31 (lagger, Shorer Et 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 8� Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $88.15 7A 31 8� Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $91.83 7A 31 8� Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $97.53 7A 31 Worker 54.01-60.00 psi h#Fr�e� //fnrFrntc ui� nnv/I.�i/u ��alnnlir./r.r.ilAlar�ol'...lir. �r-r.v G/1 7/ )nl7 Page 6of17 King Laborers Tunnel Work-Compressed Air $99.65 7A 31 8S Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $104.75 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $106.65 7A 31 88Q Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $108.65 7A 31 8� Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $110.65 7A 31 8Q Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $46.76 7A 31 8�( Tender King Laborers Tunnel Work-Miner $46.76 7A 31 King Laborers Vibrator $46.09 7A 31 King Laborers Vinyl Seamer $45.25 7A 31 King Laborers Watchman $34.86 7A 31 King Laborers Welder $46.09 7A 31 King Laborers Well Point Laborer $46.09 7A 31 King Laborers Window Washer/cleaner $34.86 7A 31 King Laborers - Underground Sewer General Laborer Et Topman $45.25 7A 31 Et Water King Laborers - Underground Sewer Pipe Layer $46.09 7A 31 Et Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $55.51 5D 1H King Marble Setters Journey Level $54.32 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication ([n 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 1 King Millwright Journey Level $57.01 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 'King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $11.00 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 ,King Modular Buildings Welder $11.56 1 King Painters Journey Level $40.60 6Z 2B King Pile Driver Journey Level $55.76 5D 4C King Plasterers Journey Level $53.20 ZQ 1R tl++-n. / .wry ­1 G/1 f1i -7 Page 7 of 17 King Play round Et Park Equipment Journey Level $11.00 1 Installers `.King Plumbers Et Pipefitters Journey Level $76.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $58.69 7A 3C 8P `s 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 1 $57.721 7A I 3C I 8P kf+mc!• //fnrl-rrocc %ara mcnv All ')/ )nl7 Page 8of17 Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $58.17 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $58.17 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $58.69 7A 3C 8P 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 '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 King Power Equipment Operators Finishing Machine, Bidwell $58.17 7A 3C 8P And Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $57.72 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $55.21 7A 3C 8P With Attachments 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 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 Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $58.17 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $57.72 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $58.17 7A 3C 8P Operator 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 Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $59.28 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. $58.69 7A 3C 8P But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $58.17 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $58.17 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $57.72 7A 3C 8P King Power Equipment Operators Locomotives, All $58A7 7A 3C 8P King Power Equipment Operators Material Transfer Device $58.17 7A 3C 8P King Power Equipment Operators $59.28 7A 3C 8P hi-fnc•//fnri-racc w.-4 A 1 7)/7)1)1 Page 9 of 17 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 813 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 $58.69 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 $55.21 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $57.72 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $58.171 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 3C 8P King Power Equipment Operators $57.72 7A 3C 8P hf-+-rnc-//fnri-racc W.-A acnv A/1 111ni 7 Page 10 of 17 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 King Power Equipment Operators Shovel, Excavator, Backhoes: $59.28 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons 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 King Power Equipment Operators Spreader, Topsider Et $58.69 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $58.17 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $57.72 7A 3C 8P 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 through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $60.47 7A 3C 8P height from base to boom King Power Equipment Operators Transporters, All Track Or $58.69 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $57.72 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $58.17 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver $57.72 7A 3C 8P Under 100 Tons King Power Equipment Operators Truck Mount Portable $58.17 7A 3C 8P Conveyor King Power Equipment Operators Welder $58.69 7A 3C 8P King Power Ecluipment Operators Wheel Tractors, Farman Type $55.21 7A 3C 8P 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 Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $58.17 7A 3C 8P Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $55.21 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $55.21 7A 3C 8P Underground Sewer it Water -- .,.,../I-'. L...-./.-....,%Al-.-,..I.- L... ...-., c1'I 'I 'Iny -7 Page 11 of 17 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 Ft 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 King Power Equipment Operators- Deck Engineer/deck Winches $58.17 7A 3C 8P Underground Sewer a Water (power) King Power Equipment Operators- Derricks, On Building Work $58.69 7A 3C 8P Underground Sewer Et Water hf+r-wc•//fnrf-rccc urn menv ti/91 017 Page 12 of 17 King Power Equipment Operators- Dozers D-9 Et Under $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $57.72 7A 3C 8P Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $59.28 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $55.21 7A 3C 8P 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 Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $57.72 7A 3C 8P Underground Sewer Ft Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $55.21 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $58.17 7A 3C 8P Underground Sewer Et 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 Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $58.69 7A 3C 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $58.17 7A 3C 8P Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $57.72 7A 3C 8P Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/directional Drill $58.17 7A 3C 8P Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $57.72 7A 3C 8P Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $55.21 7A 3C 8P Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $59.28 7A 3C 8P Underground Sewer E: Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $58.69 7A 3C 8P Underground Sewer Et Water But Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $58.17 7A 3C 8P Underground Sewer It Water Yards King Power Equipment Operators- Loaders, Plant Feed $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $57.72 7A 3C 813 Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $58.17 7A 3C 8P ' Underground Sewer a Water King Power Equipment Operators- Mechanics, All (leadmen - $59.28 7A 3C 8P Underground Sewer a Water $0.50 Per Hour Over Mechanic) hi+nc•//fnrt-rccc tiara nnv/Ini/%AimnolnnL i in/nrvlA/mnclne%L i m mcr.v r-/1 P)f11 7 Page 13 of 17 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 Et 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 -= 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 8P '< 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 Et 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 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 Et Water King Power Equipment Operators- Saws - Concrete $57.72 7A 3C 8P Underground Sewer Et Water King $58.17 7A 3C 8P hf+r-tc•//fnri-racc tins acnv A/1 ) /I,)ni 7 Page 14 of 17 Power Equipment Operators- Scraper, Self Propelled Under Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry $57.72 7A 3C 8P Underground Sewer Et Water All King Power Equipment Operators- Scrapers, Self-propelled: 45 $58.69 7A 3C 8P Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $57.72 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. 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 Underground Sewer Et Water Tractors: 15 To 30 Metric Tons 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 King Power Equipment Operators- Slipform Pavers $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $58.69 7A 3C 8P Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $57.72 7A 3C 8P 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 King Power Equipment Operators- Tower Crane: over 175' $59.88 7A 3C 8P Underground Sewer Et Water through 250' in height, base to boom 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 Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $58.17 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $57.72 7A 3C 8P 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 k,King Power Equipment Operators- Wheel Tractors, Farman Type $55.21 7A 3C 8P Underground Sewer Et Water hH-nc•//fnrt-racc %Ala ncnv 9/17/7f117 Page 15 of 17 King Power Equipment Operators- Yo Yo Pay Dozer $58.17 7A 3C 8P Underground Sewer 8 Water King Power Line Clearance Tree Journey Level In Charge $48.54 5A 4A Trimmers King Power Line Clearance Tree Spray Person $46.03 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $48.54 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $43.32 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $32.68 5A 4A Trimmers King Refrig,eration Et Air Journey Level $75.36 6Z 1G Conditioning,Mechanics King Residential Brick Mason Journey Level $54.32 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 $24.091 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 1 M 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 hf+nc•//fnrf-racc snfa nnv/Ini/uranalnnlsiin/nrvlAlanalnnlsiin ncnv A 1117)n17 Page 16 of 17 King Shipbuilding Et Ship Repair Heat Et Frost Insulator $65.68 5.1 4H King Shipbuilding Et Ship Repair Laborer $41.08 7T 46 King Shipbuilding Et Shi Re air Machinist $41.32 7T 413 King Shipbuilding l3 Ship Repair Operator $41.03 7T 413 King Shipbuilding Et Ship Repair Painter $41.05 7T 4B King Shipbuilding Et Ship Repair Pipefitter $41.05 7T 413 King Shipbuilding Et Ship Repair Rigger $41.12 7T 413 King Shipbuilding Et Ship Repair Sheet Metal $41.04 Tr 4B King Shipbuilding Et Ship Repair Shipfitter $41.12 7T 413 King Shipbuilding Et Ship Repair Trucker $41.26 Tr 413 King Shipbuildine Et Ship Repair Warehouse $41.02 Tr 4B King Shipbuilding Et Ship Repair Welder/Burner $41.12 Tr 4B King Sign Makers a Installers Sign Installer $22.92 1 (Electrical) King Sipn Makers Et Installers Sign Maker $21.36 1 (Electrical) King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) King Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical) King Soft Floor Lavers Journey Level $45.86 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $72.89 5C 1X Protection) King Stake Rigging Mechanics (Non Journey Level $13.23 1 Structurall King Stone Masons Journey Level $54.32 5A 1M King Street And Parking, Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $57.72 7A 3C 8P Surveyor 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 Technicians King Telephone Line Construction - Cable Splicer $38.84 5A 2B Outside- King Telephone Line Construction - Hole Digger/Ground Person $21.45 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $37.21 5A 213 Outside King Telephone Line Construction - Special Aparatus Installer 1 $38.84 5A 213 Outside King Telephone Line Construction - Special Apparatus Installer II $38.03 5A 2B Outside King Telephone Line Construction - Telephone Equipment $38.84 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $36.09 5A 2B Outside Operator (Light) hffrc•//fnrfrncc xerm mcrw r-/1 P)n17 Page 17 of 17 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 6t Terrazzo Finisher $41.09 5A 1 B 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 It Trailer $52.70 5D 3A 8L 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 it Irrigation Pump Oiler $12.97 1 Installers King Welt Drillers & Irrigation Pump Well Driller $18.00 1 Installers Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight(8)regular hours Monday through Friday and the first eight(8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two(2)hours after eight(8) regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 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. 2 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two(2)hours after eight(8) regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage.The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED 1N EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours(12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations.After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 3 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 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week(Monday through Friday,) or a four day-ten hour work week(Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However,Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4) hours of overtime after eight(8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two (2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday, the first twelve(12)hours of work shall be paid at 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. 4 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 4. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations,generating plants, industrial plants,associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2) times the hourly rate of wage. All hours worked in excess of eight(8)hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized,shall be paid at the double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-day,ten hour work week,and Saturday shall be paid at one and one half(1'/2)times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday, shall be paid at a premium rate of 20%over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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, 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. Holidav Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and 5 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Saturday after Thanksgiving Day, And Christmas Day(8). H. Holidays: New Year's Day, Memorial Day,Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). Holiday Codes Continued 5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas, And Christmas Day(9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day, And Christmas Day(9). P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday, Q. Paid Holidays:New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day.(7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half-Day On Christmas Eve Day.(9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day(11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating 6 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Holiday(10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Friday After Thanksgiving Day,And Christmas Day(7). Holiday Codes Continued 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays:New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls 7 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. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,Christmas Day,the Day after Christmas,and A Floating Holiday(9).If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, 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 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Note Codes 8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50'To 100'-$2.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150'To 220'-$4.00 per Foot for Each Foot Over 150 Feet Over 220'-$5.00 per Foot for Each Foot Over 220 Feet Note Codes Continued 8. C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50'To 100'-$1.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$1.50 per Foot for Each Foot Over 100 Feet Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200'-Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00,Level B:$0.75, Level C: $0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50,Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon,Montana, or Idaho. These classifications are only effective on or after August 31,2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana, or Idaho.This classification is only effective on or after August 31,2012. 9 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 temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50,And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. 10 0 REQUEST FOR MI�YOR'S SIGNATURE. rvcoo ti�m .•,t9LL�94R� u�eem swow�rx 1 � .,nro+ere �yt. �+ nFa ^aa� mana E� .__._ rya asons m�. -����^ mary `s. oonov,c ai.a� m r , qo�� e�a�.ciaow roo��Men�: �.p .ttamRo � oaas,�,en�., �.�,��.me �, w,v w4.averom� ,n. ma,� <„ ,�,�o�e�os.Mn.,o��,.��. �� d��CEIVED�, . mameu. o.o. m.. � AU 1 eomm nu °" `VREV�6°C�4m/ [3EPT. m2I7�7- , .;,o , �. . �.... snaeN.ues mee arenaevaamxm.�ro: slJMce�ry`��nt . ( kr>g �� { ( � h . aewmMeng �+�h�u'��'��a' sa�. ��lu��i� w�i? nUt +wM�a� �'Y. .I . � iiu r e K JEF�Nl TT Agenda, Item: Bids - 9C TO: City Council DATE: July 18, 2017 SUBJECT: South 212th Way Overlay Project - Award MOTION: Award the South 212th Way Overlay Project to Tucci & Sons, Inc. in the amount of $1,139,919.50 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 paving, sidewalk repairs; saw cut, planing asphalt pavement, plastic pavement markings, installation of traffic loops and survey monuments. The Engineers estimate for this project was $1,023,420.00. EXHIBITS: Memo dated July 6, 2017 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: B&O tax revenue will be used to pay project expenditures.