Loading...
HomeMy WebLinkAboutPW17-262 - Original - Fenix Earthworks LLC - S 240th St Pathway Improvements - 08/22/2017 i i R c rk--) r s M al KENT Document WASH 1 N OTON / // /1 / "o, CONTRACT COVER SHEET This is to be completed by the Contract manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Fenix Earthworks LLC Vendor Dumber: ,JD Edwards Number Contract Number: l I - . This is assigned by City Clerk's Office Project Name: S. 24g1" St. Pathway Improvements Description: ❑ Interlocal Agreement ❑ Change Order ❑' Amendment E Contract Other: Contract Effective Date: Date of the Mayor's si nature Termination Date: 30 warkin9 days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract manager: Toby Hallock Department: Engineering Contract Amount: $282,315 0a Approval Authority: (CIRCL.E ONE) Department Director Mayor Etyouncil � P Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of constructing approximately Bag linear feet of asphalt pathway on tmhe north side cif Sou�tli40 Street to provide an off=street raiuteYfc�u�mmpedestrians cyclists to access the Green River Trail from Lakeside Boulevard Other improvements inc'rud-Eed-with the-p­rdJ"ect a-re ceristructian o-f-a-sp-Ka It rd-n,d'iuig ...a-n asphalt peefestrIa-fi__—...m__ access ramp, and a pedestrian handrail at the South Reach of the Upper Russell Road Levee. As of: 08/27/14 KING COUNTY, WASH I NGTON KENT SPEC I AL PROVI ONS FOR S- 2401he Improvements - Greener Trail to Lakeside o_ � m er� - B I'DS ACCEPTED UIN,IT I L BID OPENING July 25,, 2017 Jul ► 25, 2017 1 -045 P.M. 1 :00 P.M. DELIVER TO CITY OF 'KENT, CITY HALL 220 4th Avenue S., Kent, 'NM'M,►A 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KENi T ASH , NGTO:N TAB INDEX 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 Miscellaneous Detail Tab 8 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON SPECIALKENT PROVISIONS S. 240th Street Pathway Improvements - Green River Trail to Lakeside Boulevard BIDS ACCEPTED UNTIL BID OPENING July ,, 2017 Jul 12:45 P.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S.., Kent, WA 98032-5895 TIMOTHY J. LAPO TE, P.E. PUBLIC WORKS DIRECTOR 3. 1 -i� ll BIDDER'S NAM E� JUII LL L CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR S. 240th Street Pathway Improvements - Green River Trail to Lakeside Boulevard Project Numbers: 17-3004 & 09-3006.2 BIDS ACCEPTED UNTIL BID OPENING July 25, 2017 July 25, 2017 12:45 P.M. 1:00 P.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY 3. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KENT WASHINGTON Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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 Miscellaneous Detail 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 3uly 25, 2017 up to 12:45 p.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed In accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 1:00 p.m. for the City of Kent project named as follows: S. 240th Street Pathway Improvements — Green River Trail to Lakeside Boulevard Project Numbers: 17-3004 & 09-3006.2 The project consists of constructing an approximately 800 linear feet of asphalt pathway on the north side of South 240a' Street to provide an off-street route for pedestrians and cyclists to access the Green River Trail from Lakeside Boulevard. In order to accommodate the new pathway, improvements to an existing Ultrablock retaining wall will be included as part of the project. A pedestrian handrail to be installed on the wall will also be part of the project. Other improvements Included with the project are construction of 400 square foot asphalt landing, an asphalt pedestrian access ramp, and a pedestrian handrail at the South Reach of the Upper Russell Road Levee. The Engineer's estimated range for this project is approximately $250,000 to $300,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Toby Haliock at 253-856-5536. 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.aoy/doino- busiiness/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. Provided to Builders Exchange of WA, Inc. --or usage Conditions Agrer.ment see www.bxwa.com - Always verify seal .dated.phis:3`1 day f.I ly, 20"17. BY ,4V", Ki Geri y A , oom©to;City Verk Pubf shed in Qaily3ouitnat of Commerce- on 3uly 11 and 18 2017 { r i f 0 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date A This statement relates to a proposed contract with the City of Kent named S. 240t6 Street Pathway Improvements Green River Trail to Lakeside Boulevard Project Numbers: 17-3004 & 09-3006.2 I am the undersigned 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 L NAME O BIDDER f BY: SIGNA /TITLE ki-� C)R-:S21 J * ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2401"St. Pathway Improvements/Ha Ilock 1 July S,2017 Project Numbers: 17-3Q04&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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 below, I agree to fulfill the five requirements referenced above. By: 11 Le For: Title: �.IM Date: 05 61--7 24001 St. Pathway Improvements/HaIlock 2 July 5,2017 Project Numbers: 17-3Q04&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scal 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. 2400 St. Pathway Improvements/Hallock 3 July 5,2017 Project Numbers: 17-3Q04&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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,.EeA, II�C Dl Lc.' �C L_L C Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as S. 240th Street Pathway Improvements — Green River Trail to Lakeside/Project Numbers: 17-3004 & 09-3006.2 that was entered into on the (Date) ­J ' 5 L-7 between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By: Title: 9-("J!'Y)b,4,� Date: 240tl1 St. Pathway Improvements/Hallock 4 July 5,2017 Project Numbers: 17-3Q04&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that +- Pi�lvi X f-01Y440 rtW has examined the job site and construction detalls of the work as outlined on the plans and described in the specifications for the project named S. 240th Street Pathway Improvements - Green River Trail to Lakeside Boulevard/Project Numbers: 17-3004 & 09-3006.2 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. 240'St. Pathway Improvements/Hallock 5 July 5, 2017 Project Numbers: 17-3Q04&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement sue www.bxwa.com - Always Verify Scal SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT co 1000 1-09.7 1 Mobilization $�0 000's 30 000. "� WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $ $ ! (�00(). c0 WSDOT LUMP SUM Per LS 1040 8-09.5 1 Removal of Raised Pavement $ i560• 11' $ i500 c-v KSP LUMP SUM Markers and Painted and/or Per LS Thermoplastic Traffic Markings 1045 8-21.5 1 Remove and Relocate Traffic $'-3060- '* $ 0 06 - KSP LUMP SUM Signs Per LS 1050 2-02.5 230 Saw Cut Existing Asphalt $5. `0 $ KSP LN FT Concrete Pavement Per LF 1060 2-03.5 30 Roadway Excavation Incl. $ (05. "' $ WSDOT CU YDS Haul Per CY 1075 4-03.5 100 Gravel Borrow, Including $ 30- $ OvC�, KSP TONS Haul and Compaction Per TON ($2.50 Min) 1080 4-04.5 200 Crushed Surfacing Top $ eu $ 00. * KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 1095 5-04.5 110 HMA Class 1/2", PG 64-22 $ v) 5 ��$ 30 * KSP TONS Per TON * The description of this bid item is identical to a bid item(s) found In more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. 240"'St.Pathway Improvements/Hallock 6 luly 5, 2017 Project Numbers: 17-3Q04&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scal SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1145 8-14.5 40 Cement Concrete Sidewalk $ 1 a0• co KSP SQ YDS Per SY 1210 8-04.5 600 Cement Concrete Extruded $ 15 "o $ q ti KSP LN FT Curb Type 5 Per LF ! 060. 1225 7-05.5 1 Adjust Existing Manhole Cover $ IS00,� $ jS 00. 1�6 KSP EACH to Finished Grade Per EA 1230 7-12.5 5 Adjust Existing Valve Box $ 7'�j00,c� $ ood. C-0 KSP EACH Top Section and Lid to Per EA Finished Grade 1295 8-27.5 100 Handrail $ i oo., $ KSP LN FT Per LF 1300 SOOT 400 Gravity Block Wall $ S0 rr� $ Q � 1310 8-02.5 1 Trim Existing Trees Adjacent ��$�9 CSC - CA; KSP LUMP SUM to Retaining Wall Per LS 1315 8-28.5 5 Pothole Utilities $ 500• P� Y $ KSP EACH Per EA 1320 8-30.5 1 Project Sign Installation $S 0 06• 0 KSP EACH Per EA 1355 1-04.4(1) 1 Minor Changes $15,000.00* $15,00.0.00 WSDOT CALC Per CALC *Common price to all bidders 240m St. Pathway Improvements/HaIlock 7 July 5,2017 Project Numbers: 17-30.04&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Schedule I Total $ ` so . 240°i St. Pathway Improvements/Ha I lock 8 July 5,2017 Project Numbers: 17-3004&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wvrw.bxv:a.00m - Always Verify Scal SCHEDULE, II - WATER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2000 7-15.5 18 Relocating Water Meter $ $ 41 0() ct KSP EACH Assembly Per EA � 2010 7-15.5 18 Meter Box for up to 1 Inch $ W, $ 000. KSP EACH Diameter Service Per EA Sub Total $ 3Aq 0 • � v 10% WA State Sales Tax $ F)4 d N Schedule II Total $ o'7S �L[ n CAL 2400 St. Pathway Improvements/Ha flock 9 July 5,2017 Project Numbers: 17-30.04&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SCHEDULE III - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3005 1-10.5 300 Traffic Control Labor $ 16 - $ KSP HOURS Per HR `� i 00c). 3010 1-10.5 200 Construction Signs Class A $ 80• GO $(V 000. WSDOT SQ FT Per SF 3015 1-10.5 100 Traffic Control Supervisor $ 5, tA.) $ 9S06- ICA) KSP HOURS Per HR 3020 1-10.5 1 Temporary Traffic Control $ �506-" $ .3500, CJE> KSP LUMP SUM Devices Per LS 3030 1-10.5 15 Portable Changeable Message $ 100 . LL $ I500, e4 KSP DAYS Sign (PCMS) Per DAY 3050 8-22.5 900 White Edge Line Paint Stripe $ 1 • ZS $ ( ( 75. cv KSP LN FT Per LF 3155 8-10.5 1 Traffic Pylon $ ,;1 15) 0'Lo$ (�, co KSP EACH Per EA Schedule III Total $ 2400 St. Pathway Improvements/Hallock 10 July 5,2017 Project Numbers: 17-304&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SCHEDULE IV - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4000 8-01.5 0.5 Seeding, Fertilizing, and $ 41000. $ 0(� . cc� KSP ACRE Mulching Per AC 4005 8-01.5 125 Filter Fabric Fence $ ?, co $ ,�1 KSP LN FT Per LF �v' 4010 8-01.5 100 Wattle $ CU $ O�D 05 �Z WSDOT LN FT Per LF 4015 8-01.5 15 Inlet Protection $ 100, $ �a KSP EACH Per EA 4020 8-01.5 1,000 Straw Mulch $ ,-' $ 0c KSP SQ YDS Per SY cv `c3 4025 8-01.5 500 Clear Plastic Covering $ S. $ 4?50( - KSP SQ YDS Per SY 4030 8-01.5 40 ESC Lead $ 10 d $14 0 , c KSP HOURS Per HR Schedule IV Total $ I rJ 1970n . 240°i St. Pathway Improvements/Ha[lock 11 July 5,2017 Project Numbers: 17-3Q04&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SCHEDULE V - LEVEE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5000 4-04.5 75 Crushed Surfacing Top $ J 4 p� $ * KSP TONS Course, 5/8 Inch Minus Per TON U ($2.50 Min) 5005 5-04.5 50 HMA Class 1/2", PG 64-22 $C)—1 c5,G@�$ jam©. C-6 * KSP TONS Per TON tt; 5010 8-27.5 140 Handrail for Ramp $ I $ cru KSP LN FT Per LF 000 5015 8-26.5 1 Pedestrian Trail Connection $ 6006-w w KSP LUMP SUM Per LS $ 1�J d��" Schedule V Tota I $ 240°i St. Pathway Im provements/Ha I lock 12 July 5,2017 Project Numbers: 17-30.04&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com - Always verify Scal BID SUMMARY c�C� Schedule I (Street) t tC - 5� . _- Schedule II (Water) � � 6 Schedule III (Traffic Control) h r 00 Schedule IV (TESL) 1 Jr-- g 0 () , [3 U Schedule V (Levee) —i W 3,Em • 00 TOTAL BID AMOUNT 9- 9 -,2L �5 • 00 2400 St. Pathway Improvements{Hallock 13 July 5,2017 Project Numbers: 17-30.04&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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 106/o of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 100/4 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: 5. 240th Street Pathway Improvements.- Green River Trail to lakeside Boulevard Imarovements Project Numbers: 17-3004 & 09-3006.2 Subcontractor Name AG-`l 4 Y7 Item Numbers 50()5 , Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE C-na-don J� 240°i St. Pathway Improvements/Hal lock 14 ]uly 5,2017 Project Numbers,, 17-3004&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scal SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: ��i�1 �(��`�[]�As� L LL Project Name: S. 240th Street Pathway Improvements — Green River Trail to L akgside Boulevard Project Number: 17-3004 & 09-3006.2 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: rMirA c,-�- L,04.4 - a �.i°� i l'ovi Plumbing Subcontractor Name: kn 1,2 C(.k)+r-Q C±,, , kl&t*- (A VA I Electrical Subcontractor Name: � r�V14,Y Gt C+- �_M &-W CAS` Q ( � I` QVI -� - Z� lgnatu a Bidder Date 2400 St.Pathway Improvements/Hallock 15 July 5,2017 Project Numbers: 17-3004&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxea.com - Always Verify Scal CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDZNG 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. 240"St. Pathway Improvements/Hallock 16 July 5,2017 Project Numbers: 17-3004&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scal If the bidder fails to request a modification within the time allowed, or flails 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 THZS FORM AS PART OF YOUR BZD. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT ZN A DETERMINATION THAT YOUR BZD ZS NON-RESPONSZVE AND THEREFORE VOZD. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading.---- SUBMITTED BY: �t)( E a , ?c-f,1C�t L L-C_ NAME: t, `_ :�'t.(.v� ✓Ir' ADDRESS: 7O 1?>UY u'-7-7 PRINCIPAL OFFICE: 1f i- my4fii.V 0lk!s L-L C ADDRESS: ? &V PHONE: 3 d'I ' �5r-,'5" ,e--i 3 FAX: 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing, a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. S-e-C aJ+CxU4J2d 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). SL-e(;(;' '('dated 240"'St. Pathway Im provements/Ha I lock 17 July 5,2017 Project Numbers: 17-3004&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 2. ORGANIZATION 2.1 How many years has your organization been In business as a Contractor? -Z'4-ebtY5 2.2 How many years has your organization been in business under Its present business name? Z -�.CtV-, 3 M Gvt44-t C5 2.2.1 Under what other or former names has your organization operated? onv k 2.3 If your organization is a corporation, answer the following: 2.3.1 Date. of incorporation: 2.3.2 State of Incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: .2.3.6 Treasurer's name: 2.4 If your organization Is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is Individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those Listed above, describe Vnd name the principal L_L_C - LA-)CA �W �� Cods AdcAVw 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do bus ess and Indicate license numbers, if applicable. Ta COMA U,)A- a-e VJ-CVCk,( Cf71/R CL (,ttJr — 13(u G k C>i' la M CM d ,Pa c;r fi C 3.2 List jurisdictions in which your organization's partnership or trade Warne J4 VYGI&J is filed. 1�3 to C,,k C> i C'V1nn("CA, PC4 C-h.C r �� N �f Gt�, TA C` k*A 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with iitss-gown forces. IP x c(A vc,,ft�o tA , 6�gtr 8ll'iz e+t12—d,vvw 45 n, 4 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) �1 fMt 4.2.1 Has your organization ever failed to complete any work awarded to it? 00 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or Its officers? 00 24e St. Pathway Improverr;ents/Hallock 18 July 5,2017 Project Numbers: 17-3004&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scal 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? h d 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.) i1 o 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. a e--e C4-t 0k Ct�,-kd 4.4.1 State total worth of work in progress and under contract: Si-i , JG !3 H , U q (P. Zc- 4.5 On a separate sheet, list the major prRects your organization has completed in the past five years, giving the name of project, owner, architect or design eng.ineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. S�e-4 aut+-O�a 4.5.1 State average annual amount of construction work performed during the past five years: Z YV%tA 1 t 0 V1 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. S-C-C CA.+-, —a 0--'c.d 4.7 On a separate sheet, list your major equipment. Sle, I CA +t CA CA C[ S. REFERENCES 5.1 Trade References: S-e--e C�-+Gt CACd i W+DVq V PUV1 V-eel s.4-t— 5.2 Bank References: Q 'g Ct"04 5.3 Surety: �o��[ VtS'ti'r Gi��� A i3�c�l �► 5.3.1 Name of bonding company: Pp?-e i JVi S-,, re4OCR 'fit �t iii 5.3.2 Name and address of agent: �A l DL�.e, [-� N b elvi l2 b i pu C i iY t A� 6. FINANCING "rOLl[!M A , UIA- 6.1 Financial Statement. 4vok,` i et loll \,V( t r e4 Sfi After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this Information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's Latest balance sheet and income statement showing the following items: 240L"St. Pathway Improvements/Hallock 19 July 5,2017 Project Numbers, 17-3004&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxfi•a.com - Always verify Scal Current Assets (e.g., cash, ,point venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares per values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 .If not, explain the relationship and financial responsibility of the organization whose financial statement is provided. (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this 05 day of J A , 2017. Name of Organization: C By: C' Title: 7.2 being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this 254"—day of �� ; 2017. Notary Public: If Z My Commission Expires: � �° ,� G$L�G _ /// Q d /oil, wASON7� 240t'St.Pathway Improvements/Hal lock 20 luly 5,2017 Project Numbers: 17-30.04&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxra.com - Always Verify Scal Department of Labor and industries PO Box 44450 FENIX EARTHWORKS LLC Olympia, WA 98504-4450 Reg; CC FENLXXEL854M9 UBh 603-483-687 > e stered as prgyided by Law as: Construction Contractor 472 , O. Coq -GENERAL FEIVIX EARTHWORKS LLC Effecixe.'Date::729/2015 PO BOX 677 Expirat on Date:'7/29/2019 BUCKLEY WA 98321 _ {II Ali "i N,1 4TAT Q rBUSINESS LICENSE , STATE OF r, I Unified Business ID : 603 483 687 ° d' Domestic Limited Liability Company Business ID : 1 tl Location: 1 p jg' u Sa ^." FENIX EARTHWORKS LLC 21207 127TH AVE E U: GRAHAM 'NA 9E338 8344 ( (ti TAX REGISTRATION � INDUSTRIAL INSURANCE fi UNEMPLOYMENT INSURANCE �t r LICENSING RESTRICTIONS: Not licensed to hire minors without a Manor Work Permit. REGISTERED TRADE NAMES:: f" .� FENIX EARTHWORK FENIX EARTHWORK LLC FENIX EARTHWORKS FENNIX EARTHWORKS LLC p FENIX EARThWORKS, INC. 4; r � �, ,. , ` p This document lists the registrations,endorsements,and licenses authorized for the business name a rre.Byacceoting thisdocument,the l icenseecertifiesthe information on the application w",} was complete,true,and:accurate to the best of his or her knowledge,and that business wi i l be r J conducted to compliance with all applicable Washington state,county,and city regulations Director Department of Revenue TV ___qPFENIX PO BOX 677 Buckley, WA 98321 360.893,1821 dr inr feni arch ark .cam 1 .2_ U I603-483-68a 1 .3- Industrial Insurance account No. 039,7.52-01- ESD No, 000-108349-00-, State Excise Tax No. 603-483-687 1 .4- 1 Gordon Juhl state that Fenix Earthworks, LLC has not been disqualified frorn bidding on public works projects in the past three years. Mane of Fenix Earthworks, LLC's members or owners have been disqualified from bidding can public works projects in the past three years. 2.1�- o years 2.2- Two years 3 months 2.2.1- None 2.6- Limited Liability Company- state of Washington March/2015 Members- Gordon Juhl, Chris Adams 3.1- Washington State- Cities: Mack Diamond, Tacoma, Pacific, Kirkland 3.2- Black Diamond, Tacoma, Pacific, Kirkland 4.1- Demo, Excavation, Grading, Underground Utilities including sform, sewer and water. 4.2- None 4.2.1- No 4.2.2- No 4.2.3-- No 4.3- No 4.4- Mack Diamond Elementary School Replacement Owner- Enumclaw School District General Contractor_ 3NCC, Inc 1 ,008,000.00 -100% Complete- CompEetion 5/1/17 (currently working on additional time and materials for owner) WF-E.-N-.!-X Enumclaw High School Replacement Owner- Enumclaw Schaal District General Contractor- FORMA CC 1 ,724,650,00- 50% Complete- Completion 1/1/20 Seamar Community Center Owner- Seamar Health Centers General Contractor- Lincoln Confruction 649,630.2 - 50 Complete- Completion 12/21/17 Viridian at Homes Paint Owner- Viridian at Homes Point LLC 866,947.50 1% Complete- Completion 12/ 1/17 Reservoir Ridge {owner- Dan Dodge 284,868.50 75% Complete- Completion 8/31/17 4.4.1 4,534,096.25 4.5- Eastside Cornmunify Center- Busloop Owner- Tacoma Metro Parks General Contractor- Korsmo Construction 64,866.10 Completion 4/30/17 90% own force Valentine Ave Storm Drainage Project Owner- City of Pacific Jim Morgan 19,582.60 Completion 1/23/17 100% own force Albert St Improvements Town of Wilkeson- Luke Wilbanks $ 60,993.35 Completion 12/31/15 75 own force West Valley Water Service Repair City of Pacifc- Jim Morgan 34.744.25 Completion 3/10/16 90% own force X _.m .... ._ . Stewart Road Multi Purpose Trail City of Pacific- Jim Morgan $183.963.44 Gompletfion 1/5/16 100% own farce Tacoma Parks Metro Greenhouse erschaurer Construction- Greg Monda $255,000.00 Completion 1/1/17 100% own force Olympia Mcdonalds EM Precision $133,000.00 5/15/15 100% own force 4.5.1- 2 million 4.6- Gordan Juhl- Operations Manager 19 years in the excavation/construction industry. Gordon currently over sees Fenix's operations and keeps all projects on point. References available upon request. Denny Arsanto- Project Manager 15 years in excavation/construction industry. He keeps his projects on schedule and handles all situations in a professional manner. The current project under his management is near completion. 4.7- John Deere 624 Loader, 2 John Deere 50 Excavator, 2 F450 Pipe Trucks Hitachi 225 Excavator, John Deere 310 Backhoe, Hitachi 120 Excavator Jahn Deere 350 Excavator, Kenworth Side Dump, Mack Dump Truck, Hitachi 200 Excavator, Hitachi 135 Excavator, 5.1- Action Asphalt Paving 253.850.7283, Mitchell Concrete 253.293.4740, Berschauer Construction 360.866,1484, Korsmo Construction 253.582.6712 5.2- Kitsap Bank Fife Branch 5.3_ Propel Insurance and Bonding 5.3.1- Michelle Newberg 5.3.2- 1201 Pacific Ave Tacoma, WA 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 thirty (30) 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 4% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s , , to the plans.and./or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: ��" 11 �-.W I X L-7-- di y`i`Y W C'--L<- L-L-- NAME OF BIDDER Sigma of Authorized Representative 67cAt1A,,7 &A--,V . W4,' (Print Name and Title) Address ✓c�� WA f9d:�2-1 2:40L"St. Pathway Improvements/Hallock 21 July 5,2017 Project Numbers; 17-3Q04&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal , J BID BOND FORT►'! KNOW ALL MEN BY THESE PRESENTS: That we, Fenix Earthworks LLC , as Principal, and RLI Insurance Company , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, In the penal sum of Five Percent(5%)of Bid Amount 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. 240th Street Pathway Improvements - Green River Trail to Lakeside Boulevard/Project Numbers: 17-3004 & 09-3006.2 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 25th DAY OF July 2017 Fenix Earthworks LLC 151;CINC"L RLI Insurance Company S t"Julie A.Truitt,Attorney-ir--Fact 2Q Received return of deposit in the sum of $ 240th St. Pathway Improvements/Hallock 22 July 6, 2017 Project Numbers: 17-3004&09-3006.2 R L I® Ckle POWER OF ATTORNEY "Ru�pan, RLI Insurance Company 9025 N.Lindbergh Dr.I Peoria,IL61615 Contractors Bonding and Insurance Company Phone:(800)645-24021 Fax:(30909-2036 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed,but may be detached by the approving officer if desired. That this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and Insurance Company,required for the applicable bond. That RLI Insurance Company and/or Contractors Bonding and Insurance Company,each Illinois corporations (as applicable), each authorized and licensed to do business in all states and the District of Columbia do hereby make,constitute and appoint: Aliceon A.Keltner,Brent E.Heilesen,Carley Espiritu,Christopher Kinvon,Jamie Diemer.Julie R.Truitt Karen C.Swanson Peter J. Comfort,Cynthia L.Jay,Annelies M.Richie,Mary S.Norrell,Heather L.Allen,jointly or severally in the City of Tacoma State of Washington as Attorney in Fact, with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings,and recognizances in an amount not to exceed Ten Million Dollars ( $10,000,000.00 )for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation,and now in force,to-wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the corporate name of the Corporation by the President,Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings,Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." IN WITNESS WHEREOF, RLI Insurance Company and/or Contractors Bonding and Insurance Company,as applicable,have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 31A day of January,2M. " RLI Insurance Company SAID 11V PACE c voRq• .�5•• RpOR�•°�,, -; Contractors Bonding and Insurance Company V ,;z - SEAL - SEAL ' Barton W.Davis State of Illinois Vice President SS .rrtrNos , County of Peoria J .......... CERTIFICATE On this 3rd day of January 2017 I, the undersigned officer of RI.I Insurance Company, and/or before me, a Notary Public, personally appeared Barton W. Davis Contractors Bonding and Insurance Company, each Illinois who being by me duly sworn,acknowledged that he signed the above Power corporations, do hereby certify that the attached Power of Attorney is of Attorney as the aforesaid officer of the RLI Insurance Company and/or in full force and effect and is irrevocable; and furthermore, that the Contractors Bonding and Insurance Company, and acknowledged said Resolution of the Company as set forth in the Power of Attorney, is instrument to be the voluntary act and deed of said corporation. now in force. In testimony whereof,I have hereunto set my hand and the seal of the RLI Insurance Co and/or o ractors nBonndin and Insurance Company this O day of tt g,L _ RJ I Insurance Company Jacqu ' e M.Bockler Notary Public 0�aitraetors on ing and Ins ranee Company " "O=BOCKLER �. --- Sarton W.Davis Vice President _�,� JACQU aF COMMIS 4604990020212 A0059115 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. 240th Street Pathway Improvements Green River Trail to Lakeside Boulevard Project Numbers: 17-3004 & 09-3006.2 NAME OF PR03ECT NAME OF BIDDER'S F RM J Al f�JWGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER 240m St. Pathway Improvements/Hallock 23 luly 5,2017 Project Numbers: 17-30.04&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www."wa.com - Always Verify Scal This chance 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 chanae orders. CHANGE ORDER NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR:4ZWiX L7--�eMq ,kA ,` Insert Company Namel ("Contractor") CONTRACT NAME & PROJECT NUMBER:rInsert Name of Original Contract & Project #, if applicablel ORIGINAL CONTRACT DATE: f Insert Date Oriainal 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 $ lint!. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ 240"'St.Pathway Improvenments/Hallock 24 July 5,2017 Project Numbers; 17-3004&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Sca: 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: G6 �• Print Name: Timothy J. LaPorte, P.E. Its 1%'� A/ Its Public Works Director ( - (title) DATE: `-'�� 2. DATE: APPROVED AS TO FORM: (applicable it Mayor's signature required) Kent Law Department 240°i St. Pathway Improvements/Hallock 25 July 5,2017 Project Numbers: 17-3004&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Condir.ions Agreement see www.bxwa.com - Always Verify Scal BIDD'EWS 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 ....................L9' Order of Contents................................................................................. Invitation to Bid...................................................................................@� Contractor Compliance Statement........................................................ Date............................................................................................ Have/have not participated acknowledgment.............................tr, Signature and address,...............................................................L�l Declaration - City of Kent Equal Employment Opportunity Policy ........El---- Date and signature ..................................................................... Administrative Policy........................................................................... Proposal...............................................................................................IS` First line of proposal - filled in ...................................................A L� Unitprices are correct ........:..........................................................CY Bid the same unit price for asterisk (*) bid items.......................Q�/ Minimum bid prices are correct...................................................Cd' Subcontractor List (contracts.over $100K) .......................................... Subcontractors listed properly.,................................................. Ev7� Signature ................................... ........................................ .... Subcontractor List (contracts over$1 million)..................................... Subcontractors listed properly....................................................C� Date and signature ....................................................................,Zi,-� Contractor's Qualification Statement ................................................... Complete and notarized ..............................................................i Proposal Signature Page......................................................................{]� AllAddenda acknowledged ......................................................... Date, signature and address ...............................0....................... BidBond Form ................... ................................................................. Signature, sealed and dated ....... ................................................I Power of Attorney...................... ...............................................f� (Amount of bid bond shall equal 51% of the total bid amount) Combined Dedaration Form........ .................................................,... Signature......................`............................• .... Change Order Form............................................... _ . •.................. ...• Bidder's Checklist ........................ ...................................................... The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 240"St. Pathway Improvements/Hallock 26 July 5,2017 Project Numbers: 17-3004&09-3006.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT Bond No. SSB397747 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Fenix Earthworks LLC as Principal, and RLI Insurance Company a Corporation organized and existing under the laws of the State of VV s9ftk3gtl®cac,*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 $282,315.00 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. *Illinois 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. 240ei Street Pathway Improvements — Green River Trail to Lakeside/Project Numbers: 17-3004 & 09-3006.2 (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 qoverninq body. 240"'St. Pathway Improvements/Hallock 27 July 5. 2017 Project Numbers: 1 7-3004 & 09-3006.2 Two wiTNESSES: Fenix Earthworks LLC PR I N'C I PAL BY: �vt r E I. E DATE: 08/09/2017 DATE! 08/09/2017 CORPORATE SEAL: Z,S-4 i PR I NT-AAME DATE: 08/09/2017 RU Insurance Company S U R ET y CORPORATE SEAL: BY°: —�3---Jo-gspol rLu— DATE: 08/09/2017 T I T L,E: Attorney-in-Fact ADDRESS- 3101 Western Ave., Suite 300 Seattle, WA 98121 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that � am the (Assistant) SE,C(-etqr,y of the Corporation narn(.,,�d as I Principal in the within Bond; that Who signed the said bond on behaff of the Principi,.fl of the said Corporation„ that I know his sigrlaWr(,� thereto is genuine, and that said Bond was dUly signed, sealed, arid attested for and in --4ialf of said' Corporation by a authority of its governing body, C T FAY -0,el SET ET RYO AS -ISTAN',I SECRETARY 24(')"' S , PaHivvlay 28 Jdy 5, 2()l 7 Flnoject NUniberi! 17-3004 & 09-3006 2 RL16 Cb1C POWER OF ATTORNEY an Rfu conjp"y RLI Insurance Company 9025 N.Lindbergh Dr.g Peoria,11,61615 Contractors Bonding and Insurance Company Phone:(800)645-2402 G Pax:(309)689-2036 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and Insurance Company,required for the applicable bond. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each Illinois corporations (as applicable), each authorized and licensed to do business in all states and the District of Columbia do hereby make,constitute and appoint: Aliceon A. Keltner,Brent E. Heilesen,Carley Espiritu.Christopher Kin on Jamie Dierner, Julie R.Truitt, Karen C. Swanson,Peter J. Comfort,Cynthia L.Jay,Annelies M. Richic,Mary S.Norrell, Heather L. Allen, jointly or severally in the City of Tacoma , State of Washington , as Attorney in Fact, with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars $10,000,000-00 )for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company, RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation,and now in force,to-wit: "All bonds, policies, undertakings,, Powers of Attorney or other obligations of the Corporation shall be executed in the corporate name of the Corporation by the President,Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings, in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." . .. .................................................................... IN WITNESS WHEREOF, RLI Insurance Company and/or Contractors Bonding and Insurance Company,as applicable,have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 1st day of May,2017. 'W1111.......I RLI Insurance Company �Op%�LG No t4cc 00",,,, �tl Contractors Bonding and Insurance Company A Q' 0 SEAL S EAL State of Illinois Barton W. Davis Vice President ........ .. N. NO% County of SS CERTIFICATE Oil this 1st day of May 2017 1, the undersigned officer of RLI Insurance Company, arid/or before me, a Notary Public, personally appeared Barton W. Davis Contractors Bonding and Insurance Company, each Illinois who being by me duly sworn,acknowledged that he signed the above Power corporations, do hereby certify that the attached Power of Attorney is of Attorney as the aforesaid officer of the RLI Insurance Company and/or in full force and effect and is irrevocable; and furthermore, that the Contractors Bonding and Insurance Company, and acknowledged said Resolution of the Company as set forth in the Power of Attorney, is instrument to be the voluntary act and deed of'said corporation. now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Co V.nd/or I and Insurance Company this day of RLI Insurance Company V Gretchen L.Jolinigk Notary Public Contractors on ing and Ins ranee Company HjNIGK GRETCHEN L JO Barton W.Davis Vice President 'CIFFICIALSEAU s My Commission Ex ores May 26,2020 n 4e04990020212 A0059115 CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and i X l.._L-(--_ organized under the laws of the State of located and doing business at?0 '010>C U '1 v( k 12A �'fi3z ("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. 2401h Street Pathway Improvements — Green River Trail to Lakeside Boulevard/Project Numbers: 17-3004 & 09-3006.2 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2016 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2016 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within thirty (30) 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. 240'h St. Pathway Improvements/Hallock 29 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 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. 240t' St. Pathway I mprovements/Ha I lock 30 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 CITY OF KENT BY: S T E Q KE, MAYOR DATE: ATTE KIMBERLEY A. TMOTO, CITY C K APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR BY: PRINT NAME: TITLE: DATE: - q • k 2404i 5t. Pathway Improvements/Hillock 31 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO 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. 240`h St. Pathway I mprovements/Hal lock 32 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 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. 2401" St. Pathway I mprovements/Ha[lock 33 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 EXH I B I T A (Continued) F. Accep tabillity of Onsurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANI L 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. 2401"St. Pathway Improvements/Hallock 34 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 Client#: 172002 FENIEART DATE(MM/DDNYYY) ACORDT. CERTIFICATE OF LIABILITY INSURANCE 08/22/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER- IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT Roxanne Buskirk NAME: Propel Insurance PHONEA!C No, o ,1:800 499-0933 FAX No): 866 577-1326 Tacoma Commercial Insurance E-MAIL ADDRESS: k@p p roxanne.buskir ^^ ro elinsurance.com 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NAICB Tacoma,WA 98402 INSURER A Western National Mutual Ins 15377 INSURED INSURER B- Fenix Earthworks LLC PO Box 677 INSURER C- INSURER D•Buckley,WA 98321 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 rypE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MMlDDlYYYY MMlDD A X COMMERCIAL GENERAL LIABILITY X X CPP1142949 D710112017 07/01/2018 EACH OCCURRENCE $11 000 000 • CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $10O OOO MED EXP(Any one person) s5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- POLICY F JECT 0 LOC PRODUCTS-COMP/OP AGG s 2,000,000 OTHER: fB[ $ A AUTOMOBILE LIABILITY X CPP1141152 7/01/2017 07/01/201 EOarrcidenSINGLELIMIT 1,000,000 X;ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ 'AUTOS AUTOS Fx--, HIRED AUTOS X NON-OWNED PROPERTY a�dentDAMAGE $ AUTOS A UMBRELLA LIAR HOCCUR UMB1023667 7/01/2017 07/0112018 EACH OCCURRENCE s3,000,000 EXCESS UAB CLAIMS-MADE AGGREGATE s3,000,000 DED X RETENTION$10000 $ A WORKERS COMPENSATION CPP1142949 0710112017 07/01/201 PSIATUTE ER OERT AND EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE YIN WA Stop Gap E.L.EACH ACCIDENT $1 00O 000 OFFICERIMEMBEREXCLUDED? NIA (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1 00O 000 It yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S1,000,000 DESCRIPTION OF OPERATIONS!LOCATIONS!VEHICLES(ACORD 101.Additional Remarks Schedule,may be attached If more space Is required) RE:240th St.Pathway Improvements-Green River Trail to Lakeside; Project Numbers: 17-3004&09-3006.2 The City of Kent is named as additional insured as required by contract per the attached endorsements. CERTIFICATE HOLDER CANCELLATION of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 220 4th Ave S ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED 1REPRESENTATIVE ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 29(2014/01) 1 of 1 The ACORD name and logo are registered marks of ACORD #S2821566/M2820029 BMC00 This page has been left blank intentionally. s Policy Number: CPP1141152 WN CA 27 06 16 BUSINESS AUTO ENHANCEMENT ENDORSEMENT The Business Auto Enhancement Endorsement is an optional endorsement that provides coverage enhancements. The following is a summary of broadened coverages provided by this endorsement. No coverage is provided by this summary, refer to following endorsement for changes in your policy. SUMMARY OF COVERAGES PAGE Accidental Airbag Deployment Coverage 4 Auto Loan/Lease Gap Coverage 4 Blanket Additional Insured 2 Blanket Waiver of Subrogation 5 Broadened Definition of Insured includes: Newly Acquired Organizations for up to 180 Days 2 Employees as Insureds 2 Subsidiaries in Which You Own 50%or More 2 Deductible Waiver for Glass Repair 3 Employee Hired Auto 2, 5 Fellow Employee Coverage 3 Hired Auto Physical Damage Coverage 4 Knowledge of Accident, Claim, Suit or Loss 5 Loss Of Use Expenses-Amended 3 Personal Effects 3 Rental Reimbursement Coverage 4 Supplementary Payments-Amended: Bail Bonds up to$5,000 2 Loss of Earnings up to$500/bay 2 Transportation Expense Limits—Amended 3 Unintentional Failure to Disclose Hazards 5 WN CA 27 06 16 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 1 of 5 WN CA 27 06 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BUSINESS AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies the insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to the coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. The SECTIONS of the Business Auto Coverage Form identified in this endorsement will be amended as shown below. SECTION II — COVERED AUTOS LIABILITY g. Any "employee" of yours is an "insured" while COVERAGE AMENDMENTS operating a covered "auto" hired or rented under a contract or agreement in the A. Who Is An Insured "employee's" name, with your permission, SECTION II — COVERED AUTOS LIABILITY while performing duties related to the conduct COVERAGE, A. Coverage, 1. Who Is An Insured of your business. is amended to add: B. Blanket Additional Insured d. Any legally incorporated subsidiary of yours in SECTION II — COVERED AUTOS LIABILITY which you own more than 50% of the voting COVERAGE, A. Coverage, 1. Who Is An stock on the effective date of this coverage Insured, paragraph c. is amended to add the form, following: However, "insured" does not include any Any person or organization who is required under a subsidiary of yours that is an "insured" under written contract or agreement between you and any other automobile liability policy, or would that person or organization, that is signed and be an "insured" under such policy but for executed by you before the "bodily injury" or termination of such policy or the exhaustion on "property damage" occurs and that is in effect such policy's limits of insurance. during the policy period, to be named as an e. Any organization which is newly acquired or additional insured is an "insured" for Liability formed by you and over which you maintain Coverage, but only for damages to which this majority ownership. However, coverage under insurance applies and only to the extent that this provision: persons or organization qualifies as an "insured" under the Who Is An Insured provision contained in (1) is afforded only for the first 180 days after Section II. you acquire or form the organization or until the end of the policy period, C. Liability Coverage Extensions—Supplementary whichever comes first; Payments (2) does not apply to "bodily injury" or SECTION II — COVERED AUTOS LIABILITY "property damage" that results from an COVERAGE, A. Coverage, 2. Coverage "accident"that occurred before you formed Extensions, a. Supplementary Payments is or acquired the organization; amended by replacing subparagraphs (2) and (4) with the following: (3) does not apply to any newly acquired or formed organization that is a joint venture (2) Up to $5,000 for cost of bail bonds (including or partnership; and bonds for related traffic law violations) required because of an"accident"we cover. We do not (4) does not apply to an "insured" under any have to furnish these bonds. other automobile liability policy, or would • be an "insured" under such a policy but for (4) All reasonable expenses incurred by the termination of such policy or the "insured" at our request, including actual loss exhaustion of such policy's limits a of earnings up to $500 a day because of time off from work. insurance. f. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. WN CA 27 06 16 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 5 D. Fellow Employee Coverage D. Glass Repair—Deductible Waiver SECTION II — COVERED AUTOS LIABILITY SECTION III — PHYSICAL DAMAGE COVERAGE, B. Exclusions, S. Fellow COVERAGE, A. Coverage, 3. Glass Breakage— .Employee, the following is added: Hitting A Bird Or Animal — Falling Objects Or Missiles, is amended by adding the following: Co-Employee Lawsuit Defense Cost Reimbursement No deductible will apply to glass breakage if such glass is repaired, in a manner acceptable to us, If a suit seeking damages for"bodily injury" to any rather than replaced. fellow "employee" of the "insured" arising out of and in the course of the fellow "employee's" E. Hired Auto Physical Damage employment or while performing duties related to SECTION III — PHYSICAL DAMAGE the conduct of your business, or a suit seeking COVERAGE, A. Coverage is amended by adding damages brought by the spouse, child, parent, the following: brother or sister of that fellow "employee", is brought against you, we will reimburse reasonable S. Hired Auto Physical Damage costs that you incur in the defense of such matters. Any reimbursement made pursuant to If hired "autos" are covered "autos"for Liability this sub-section will be in addition to the limits of Coverage and if Comprehensive, Specified liability set forth in the Declarations. Causes of Loss, or Collision coverages are provided under this coverage form for any SECTION III — PHYSICAL DAMAGE COVERAGE "auto" you own, then the Physical Damage Coverages provided are extended to "autos" AMENDMENTS you hire of like kind and use, subject to the A. Transportation Expense—Limits Amended following: SECTION III — PHYSICAL DAMAGE a. The most we will pay for any one "loss" is COVERAGE, A. Coverage, 4. Coverage $50,000 or the actual cash value or cost to repair or replace, whichever is less, minus Extensions, a. Transportation Expenses is a deductible; amended by replacing $20 per day/$600 maximum limit with $50 per day/$1000 maximum. b. The deductible will be equal to the largest deductible applicable to any owned "auto" B. Hired Auto Physical Damage — Loss Of Use for that coverage. Any Comprehensive Expenses—Limits Amended deductible does not apply to "loss" caused SECTION III — PHYSICAL DAMAGE by fire or lightening; COVERAGE, A. Coverage, 4. Coverage c. Hired Auto Physical Damage coverage is Extensions, b. Loss of Use Expenses is excess over any other collectible amended by replacing the $20 per day/$600 insurance; and maximum limit with $50 per day/$750 maximum limit. d. Subject to the above limit, deductible and excess provisions we will provide C. Personal Effects Coverage coverage equal to the broadest coverage applicable to any covered "auto"you own. SECTION III — PHYSICAL DAMAGE 'COVERAGE, A. Coverage, 4. Coverage If a limit for Hired Auto Physical Damage is Extensions is amended by adding the following: indicated in the Declarations, then that limit replaces, and is not added to, the $50,000 limit c. Personal Effects indicated above, We will pay up to $500 for "loss" to personal effects, which are: (1) Owned by an"insured"; and (2) In or on your covered"auto." This coverage applies only in the event of the total theft of your covered "auto." No deductible applies to this coverage WN CA 27 06 16 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 5 F. Rental Reimbursement G. Accidental Airbag Deployment Coverage SECTION III —PHYSICAL DAMAGE COVERAGE SECTION III — PHYSICAL DAMAGE A. Coverage, is amended by adding the following: COVERAGE, A. Coverage is amended by adding the following: 6. Rental Reimbursement 7. Accidental Airbag Deployment Coverage This coverage applies only to a covered "auto" of the private passenger or light truck type as We will pay to reset or replace factory installed follows: airbag(s) in any covered "auto" for accidental discharge, other than discharge due to a a. We will pay for rental reimbursement collision loss. expenses incurred by you for the rental of a private passenger or light truck type This coverage is applicable only if .,auto" because of "loss" to a covered comprehensive coverage applies to the private passenger or light truck type covered"auto". "auto". Payment applies in addition to the otherwise applicable amount of each This coverage is excess over any other coverage you have on a covered private collectible insurance or reimbursement by passenger or light truck type "auto." No manufacturer's warranty, deductibles apply to this coverage. H. Auto Loan/Lease Gap Coverage b. We will pay only for those expenses SECTION III PHYSICAL DAMAGE COVERAGE, incurred during the policy period beginning Item A., Coverage, is amended by adding the 24 hours after the "loss" and ending, following: regardless of the policy's expiration, with the lesser of the following number of days: g, Auto Loan/Lease Gap Coverage (1) The number of days reasonably This coverage applies only to a covered "auto" required to repair or replace the described or designated in the Schedule or in covered private passenger or light the Declarations as including physical damage truck type "auto". If "loss" is caused coverage. by theft, this number of days is added to the number of days it takes to In the event of a covered total "loss" to a locate the covered private passenger covered "auto" described or designated in the or light truck type "auto" and return it Schedule or in the Declarations, we will pay to you; or any unpaid amount due on the lease or loan (2) 30 days. for a covered"auto"less: c. Our payment is limited to the lesser of the a. The amount paid under the Physical following amounts: Damage Coverage Section on the policy; and (1) Necessary and actual expenses b. Any: incurred, or (2) $50 per day, up to a maximum of (1) Overdue lease/loan payments at the $1,000. time of the"loss'; d. This coverage does not apply while there (2) Financial penalties imposed under a are spare or reserve private passenger or lease for excessive use, abnormal light truck type"autos" available to you for wear and tear or high mileage; your operations. (3) Security deposits not returned by the e. If "loss" results from the total theft of a lessor; covered "auto" of the private passenger or (4) Costs for extended warranties, Credit light truck type, we will pay under this Life Insurance, Health, Accident or coverage only that amount of your rental Disability Insurance purchased with reimbursement expenses which is not the loan or lease; and already provided for under SECTION III — PHYSICAL DAMAGE COVERAGE, A. (5) Carry-over balances from previous Coverage, 4. Coverage Extensions. loans or leases. For the purposes of this Rental Reimbursement coverage, light truck is defined as a truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as the maximum loaded weight the auto is designed to carry. WN CA 27 06 16 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 5 SECTION IV — BUSINESS AUTO CONDITIONS C. Unintentional Failure to Disclose Hazards AMENDMENTS SECTION IV — BUSINESS AUTO CONDITIONS, A. Duties In The Event Of Accident, Claim, Suit Or B. General Conditions, 2. Concealment, Loss Amended Misrepresentation Or Fraud, is amended by SECTION IV — BUSINESS AUTO CONDITIONS, adding the following paragraph: A. Loss Conditions, 2. Duties In The Event Of If you unintentionally fail to disclose any hazards Accident, Claim, Suit Or Loss, a. is amended by existing at the inception date of the policy, or adding the following: during the policy period in connection with any additional hazards, we will not deny coverage This condition applies only when the "accident" or under this Coverage Part because of such failure. "loss"is known to: (1) You, if you are an individual: D. Employee Hired Auto (2) A partner, if you are a partnership; SECTION IV — BUSINESS AUTO CONDITIONS, B. General Conditions, S. Other Insurance, (3) An executive officer or insurance manager, if paragraph b. is deleted and replace by the you are a corporation; or following: (4) A member or manager, if you are a limited b. For Hired Auto Physical Damage Coverage, liability company. the following are deemed to be a covered "autos"you own: But, this section does not amend the provisions relating to notification of police, protection or (1) Any covered "auto"you lease, hire, rent or examination of the property which was subject to borrow. the"loss". (2) Any covered"auto" hired or rented by your B. Blanket Waiver of Subrogation "employee" under a contract in that individual "employee's" name, with your Section IV—BUSINESS AUTO CONDITIONS, A. permission, while performing duties related Loss Conditions, S. Transfer of Rights of to the conduct of your business. Recovery Against Others to Us, is amended by However, any "auto" that is leased, hired, adding the following exception: rented or borrowed with a driver is not a However, we waive any right of recovery we may covered"auto". have against any person or organization to the extent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. The waiver applies only to the person or organization designated in such contract. WN CA 27 06 16 Includes copyrighted material of Insurance Services Office,Inc., with its permission. Page 5 of 5 This page has been left blank intentionally. Policy Number: CPP1142949 COMMERCIAL GENERAL LIABILITY WNGL490715 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU PRIMARY AND NONCONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured any person or or- additional insureds, the following additional exclu- ganization for whom you are performing opera- sion applies: tions when you and such person or organization This insurance does not apply to: have agreed in writing in a contract or agreement 1. "Bodily injury", "property damage"or"personal that such person or organization be added as an and advertising injury" arising out of the ren- additional insured on your policy. Such person or dering of, or the failure to render, any profes- organization is an additional insured only with re- sional architectural, engineering or surveying spect to liability for "bodily injury", "property dam- services, including: age" or "personal and advertising injury" caused, a. The preparing, approving, or failing to pre- in whole or in part, by: pare or approve, maps, shop drawings, 1. Your acts or omissions; or opinions, reports, surveys, field orders, 2. The acts or omissions of those acting on your change orders or drawings and specifica- behalf; tions; or in the performance of your ongoing operations for b. Supervisory, inspection, architectural or the additional insured. engineering activities. A person's or organization's status as an additional This exclusion applies even if the claims insured under this endorsement ends when your against an additional insured allege negli- operations for that additional insured are complet- gence or other wrongdoing in the supervision, ed. hiring, employment, training or monitoring of However: others by that insured, if the "occurrence" « 1. The insurance afforded to such additional in- which caused the "bodily injury" or property damage", or the offense which caused the sured only applies to the extent permitted by law; and "personal and advertising injury", involved the rendering of or failure to render any profes- 2. If coverage provided to the additional insured sional services by you with respect to your is required by a contract or agreement, the in- providing engineering, architectural or survey- surance afforded to such additional insured ing services in your capacity as an engineer, will not be broader than that which you are re- architect or surveyor. quired by the contract or agreement to provide for such additional insured. WN GL 49 07 15 Page 1 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 2. "Bodily injury" or "property damage" occurring D. The following is added to the Other Insurance after: Condition and supersedes any provision to the a. All work, including materials, parts or contrary: equipment furnished in connection with Primary And Noncontributory Insurance such work, on the project (other than ser- This insurance is primary to and will not seek vice, maintenance or repairs) to be per- any contribution from any other insurance formed by or on behalf of the additional in- available to an additional insured under your sured(s) at the location of the covered policy provided that: operations has been completed; or (1) The additional insured is a Named Insured b. That portion of "your work" out of which under such other insurance; and the injury or damage arises has been put to its intended use by any person or or- (2) You have agreed in writing in a contract or ganization other than another contractor or agreement that this insurance would be subcontractor engaged in performing op- primary and would not seek contribution erations for a principal as a part of the from any other insurance available to the same project. additional insured. C. With respect to the insurance afforded to these additional insureds, the following is added to Sec- tion III—Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is: 1. The minimum amount required by the contract or agreement;or 2. The Limits of Insurance shown in the Declara- tions; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. WN GL 49 0715 Page 2 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Policy Number: CPP1142949 WN GL 39 07 15 COMMERCIAL GENERAL LIABILITY ENHANCEMENT ENDORSEMENT The Commercial General Liability Enhancement Endorsement is an optional endorsement that provides coverage en- hancements. The following is a summary of broadened coverages provided by this endorsement. No coverage is pro- vided by this summary, refer to following endorsement for changes in your policy. SUMMARY OF COVERAGES PAGE Bodily Injury And Property Damage Liability • Non Owned Watercraft Up To 50 Feet......................................................................................2 Property Damage Liability • Elevators....................................................................................................................................3 • Fire, Lightning, Explosion Or Sprinkler Leakage Exception.......................................................3 • Borrowed Equipment ($25,000 Per Occurrence, $50,000 Aggregate, $2,500 Deductible Per Occurrence.........................................................................................3 Supplementary Payments—Amended BailBonds Up To$5,000...........................................................................................................4 • Loss of Earnings Up To $500/Day ............................................................................................4 Who Is An Insured Amendments • Employee Bodily Injury To A Co-Employee...............................................................................4 • Newly Formed Or Acquired Organizations For Up To 180 Days...............................................4 • Blanket Additional Insured—Vendors—As Required By Contract............................................4 • Blanket Additional Insured—Lessor Of Leased Equipment......................................................6 • Blanket Additional Insured—Managers Or Lessors Of Premises..............................................6 • Blanket Additional Insured—State Or Governmental Agency Or Subdivision Or Political Subdivision—Permits Or Authorizations..............................................................7 • Blanket Additional Insured—State Or Governmental Agency Or Subdivision Or Political Subdivision—Permits Or Authorizations Relating To Premises...........................8 Damage To Premises Rented To You — $300,000...............................................................................9 Medical Payments Increased Limit — $10,000 Or Amount Shown on Declarations.............................9 Conditions • Knowledge of Occurrence, Offense, Claim Or Suit Amended...................................................9 • Unintentional Failure To Disclose Hazards................................................................................9 • Waiver of Subrogation..............................................................................................................10 InsuredContract Amended ...................................................................................................................10 Personal And Advertising Injury Redefined • Televised, Videotaped Or Electronic Publication.....................................................................10 WN GL 39 07 15 Includes copyrighted material of the Insurance Service Office,Inc.,with its permission. Page 1 of 10 Policy Number: CPP1142949 WN GL 39 07 15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY COMMERCIAL GENERAL LIABILITY ENHANCEMENT ENDORSEMENT This endorsement modifies the insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM With respect to the coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. The SECTIONS of the Commercial General Liability Coverage Form identified in this endorsement will be amended as shown below. SECTION I—COVERAGES AMENDMENTS (4) Liability assumed under any "insured con- COVERAGE A — BODILY INJURY AND PROPERTY tract' for the ownership, maintenance or use DAMAGE LIABILITY of aircraft or watercraft; or (5) "Bodily injury" or "property damage" arising A. Non Owned Aircraft Or Watercraft out of: Item 2. Exclusions, Paragraph g. is replaced by the (a) The operation of machinery or equip- following: ment that is attached to, or part of, a g. Aircraft, Auto Or Watercraft land vehicle that would qualify under the "Bodily injury" or "property damage" arising out definition of"mobile equipment" if it were of the ownership, maintenance, use or entrust- not subject to a compulsory or financial ment to others of any aircraft, "auto" or water- responsibility law or other motor vehicle craft owned or operated by or rented or loaned insurance law where it is licensed or to any insured. Use includes operation and principally garaged;or "loading or unloading". (b) The operation of any of the machinery This exclusion applies even if the claims against or equipment listed in Paragraph f. (2) any insured allege negligence or other wrong- or f. (3) of the definition of "mobile doing in the supervision, hiring, employment, equipment'. training or monitoring of others by that insured, if B. Damage To Property Coverage Extensions the"occurrence"which caused the"bodily injury" Item 2. Exclusions, Paragraph j. is replaced by the or"property damage" involved in the ownership, following: maintenance, use or entrustment to others of any aircraft, "auto" or watercraft that is owned or J. Damage To Property operated by or rented or loaned to any insured. Property damage' to: This exclusion does not apply to: (1) Property you own, rent, or occupy, including (1) A watercraft while ashore on premises you any costs or expenses incurred by you, or own or rent; any other person, organization or entity, for (2) A watercraft you do not own that is: repair, replacement, enhancement, restora- tion or maintenance of such property for any (a) Less than 50 feet long; and reason, including prevention of injury to a (b) Not being used to carry persons or prop- person or damage to another's property; erty for a charge; (2) Premises you sell, give away or abandon, if This Subparagraph (2) applies to any per- the "property damage" arises out of any part son, who with your expressed or implied of those premises; consent, either uses or is responsible for the (3) Property loaned to you; use of the watercraft; (4) Personal property in the care, custody or (3) Parking an "auto"on, or on the ways next to, control of the insured; premises you own or rent, provided the "auto" is not owned by or rented or loaned to you or the insured; WN GL 39 07 15 Includes copyrighted material of the Insurance Service Office, Inc.,with its permission. Page 2 of 10 (5) That particular part of real property on which Paragraph (6) of this exclusion does not apply to you or any contractors or subcontractors "property damage" included in the "products-com- working directly or indirectly on your behalf pleted operations hazard". are performing operations, if the "property The insurance provided for "property damage" from damage"arises out of those operations; or the use of elevators and for "property damage" to (6) That particular part of any property that must borrowed equipment is excess over any other valid be restored, repaired or replaced because and collectible property insurance (including any de- "your work"was incorrectly performed on it. ductible portion thereof) available to the insured Paragraphs (1), (3) and (4) of this exclusion do not whether primary, excess, contingent or on any other apply to "property damage" (other than damage by basis. fire, lightning, explosion or sprinkler leakage) to C. Damage To Premises Rented To You premises, including the contents of such premises, Item 2. Exclusions, the last paragraph is replaced rented to you for a period of seven or fewer by the following: consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as Exclusions c. through n. do not apply to damage by described in SECTION III — LIMITS OF fire, lightning, explosion or sprinkler leakage to INSURANCE. However, the provisions of this premises while rented to you or temporarily occupied paragraph do not apply if coverage for Damage To by you with permission of the owner. A separate Premises Rented To You is excluded by en- limit of insurance applies to this coverage as de- dorsement. scribed in Paragraph 6. of SECTION III—LIMITS OF Paragraph (2) of this exclusion does not apply if the INSURANCE. premises are "your work" and were never occupied, COVERAGE B — PERSONAL AND ADVERTISING rented or held for rental by you. INJURY LIABILITY Paragraphs (3) and (4) of this exclusion do not apply D. Personal And Advertising Injury to the use of elevators. Item 2. Exclusions is amended by replacing Sub- Paragraphs (3), (4), (5) and (6) of this exclusion do paragraphs b.and c.with the following: not apply to liability assumed under a sidetrack agreement. b. Material Published With Knowledge Of Falsity Paragraph (4) of this exclusion does not apply to "Personal and advertising injury" arising out of "property damage" to borrowed equipment while not oral, written, televised, videotaped or electronic being used to perform operations at the jobsite. publication, in any manner, of material, if done Subject to Paragraph 2. of SECTION III — LIMITS by or at the direction of the insured with OF INSURANCE, the rules below fix the most we will pay for"property damage" under this provision: knowledge of its falsity. c. Material Published Prior To Policy Period (1) $25,000 any one"occurrence", regardless of the "Personal and advertising injury" arising out of number of persons or organizations who sustain damages because of that"occurrence"; oral, written, televised, videotaped or electronic publication, in any manner, of material whose (2) $50,000 annual aggregate; and first publication took place before the beginning (3) We will pay only for damages in excess of of the policy period. $2,500 as a result of any one "occurrence", re- gardless of the number of persons or organiza- tions who sustain damages because of that"oc- currence". We may, or if required by law, pay all or any part of any deductible amount, if applica- ble, to effect settlement of any claim or "suit". Upon notice of our payment of a deductible amount, you shall promptly reimburse us for the part of the deductible amount we paid. WN GL 39 0715 Includes copyrighted material of the Insurance Service Office,Inc.,with its permission. Page 3 of 10 SUPPLEMENTARY PAYMENTS—COVERAGES A The following are added: AND B C. Blanket Additional Insured — Vendors — As Re- E. Supplementary Payments—Coverages A and B quired By Contract Item 1. is amended by replacing Subparagraphs b. 1. Section II —Who Is An Insured is amended to and d.with the following: include as an additional insured any person(s)or b. Up to $5,000 for cost of bail bonds required be- organization(s) (referred to throughout this cause of accidents or traffic law violations aris- endorsement as vendor) with whom you have ing out of the use of any vehicle to which the agreed in a written contract, executed prior to loss, to name as an additional insured, but only Bodily Injury Liability Coverage applies. We do with respect to "bodily injury" or "property not have to furnish these bonds. damage"arising out of"your products"which are d. All reasonable expenses incurred by the insured distributed or sold in the regular course of the at our request to assist us in the investigation or vendor's business. defense of the claim or "suit", including actual However, loss of earnings up to $500 a day because of a. The insurance afforded to such vendor only time off from work. applies to the extent permitted by law; and b. If coverage provided to the vendor is SECTION II—WHO IS AN INSURED AMENDMENTS required by a contract or agreement, the insurance afforded to such vendor will not A. Employee Bodily Injury To A Co-Employee be broader than that which you are required Paragraph 2.a. (1) is replaced by the following: by the contract or agreement to provide for (1) "Bodily injury" or "personal and advertising such vendor. injury": 2. With respect to the insurance afforded to these (a) To you, to your partners or members (if you vendors, the following additional exclusions are a partnership or joint venture), to your apply: members (if you are a limited liability com- a. The insurance afforded the vendor does not pany), or to your other "volunteer workers" apply to: while performing duties related to the con- (1) "Bodily injury" or "property damage" for duct of your business; which the vendor is obligated to pay (b) For which there is any obligation to share damages by reason of the assumption damages with or repay someone else who of liability in a contract or agreement. must pay damages because of the injury This exclusion does not apply to liability described in Paragraph (1) (a) above; or for damages that the vendor would have (c) Arising out of his or her providing or failing to in the absence of the contract or provide professional health care services. agreement; B. Newly Acquired Organizations (2) Any express warranty unauthorized by Paragraph 3. a. is replaced by the following: you; (3) Any physical or chemical change in the a. Coverage under this provision is afforded only product made intentionally by the until the 1801h day after you acquire or form the vendor; organization or the end of the policy period, (4) Repackaging, except when unpacked whichever is earlier; • solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; WN GL 39 07 15 Includes copyrighted material of the Insurance Service Office,Inc.,with its permission. Page 4 of 10 (5) Any failure to make such inspections, 4. With respect to the insurance afforded to these adjustments, tests or servicing as the vendors, the following is added to Section III — vendor has agreed to make or normally Limits Of Insurance: undertakes to make in the usual course of business, in connection with the If coverage provided to the vendor is required by distribution sale of the products; a contract or agreement, the most we will pay on behalf of the vendor is: (6) Demonstration, installation, servicing or repair operations, except such a. The minimum amount required by the operations performed at the vendor's contract or agreement; or premises in connection with the sale of b. The Limits of Insurance shown in the the product; Declarations; (7) Products which, after distribution or sale whichever is less. by you, have been labeled or relabeled or used as a container, part or This endorsement shall not increase the ingredient of any other thing or applicable Limits of Insurance shown in the substance by or for the vendor; or Declarations. (8) "Bodily injury or "property damage" 5. With respect to the insurance afforded to these arising out of the sole negligence of the additional insureds, the following additional vendor for its own acts or omissions or exclusion applies: those of its employees or anyone else This insurance does not apply to: acting on its behalf. However, this „ „ a. "Bodily injury", property damage" or exclusion does not apply to: nta "personal and advertising injury" arising out (i) The exceptions coined in of the rendering of, or the failure to render, Subparagraphs(4) or( any professional architectural, engineering (II) Such inspections, adjustments, tests or surveying services, including: or servicing as the vendor has (1) The preparing, approving, or failing to agreed to make or normally prepare or approve, maps, shop undertakes to make in the usual drawings, opinions, reports, surveys, course of business, in connection field orders, change orders or drawings with the distribution or sale of the and specifications; or products. 3. This Provision C. does not apply: (2) Supervisory, inspection, architectural or engineering activities. a. To any insured person or organization from This exclusion applies even if the claims whom you have acquired such products, or against an additional insured allege any ingredient, part or container, entering negligence or other wrongdoing in the into, accompanying or containing such supervision, hiring, employment, training products; or monitoring of others by that insured, if b. To any vendor for which coverage as an the "occurrence" which caused the additional insured specifically is scheduled "bodily injury" or "property damage", or by endorsement; or the offense which caused the "personal c. When liability included within the "products- and advertising injury", involved the completed operations hazard" has been ex- rendering of or failure to render any cluded for such product either by the provi- professional services by you with sions of the coverage part or by endorse- respect to your providing engineering, ment. architectural or surveying services in your capacity as an engineer, architect or surveyor. WN GL 39 07 15 Includes copyrighted material of the Insurance Service Office,Inc.,with its permission. Page 5 of 10 D. Blanket Additional Insured — Lessor Of Leased 4. With respect to the insurance afforded to these Equipment additional insureds, the following additional 1. Section 11 —Who Is An Insured is amended to exclusion applies: include as an additional insured any person(s)or This insurance does not apply to-- organization(s)from whom you lease equipment a. "Bodily injury", "property damage" or when you and such person(s) or organization(s) "personal and advertising injury" arising out have agreed in writing in a contract or of the rendering of, or the failure to render, agreement, executed prior to loss, that such any professional architectural, engineering person(s) or organization(s) be added as an or surveying services, including: additional insured on your policy. Such (1) The preparing, approving, or failing to person(s) or organization(s) is an insured only prepare or approve, maps, shop with respect to liability for "bodily injury", drawings, opinions, reports, surveys, "property damage" or "personal and advertising field orders, change orders or drawings injury" caused, in whole or in part, by your and specifications; or maintenance, operation or use of equipment leased to you by such person(s) or (2) Supervisory, inspection, architectural or organization(s). engineering activities. However, the insurance afforded to such This exclusion applies even if the claims additional insured: against an additional insured allege negligence or other wrongdoing in the a. Only applies to the extent permitted by law; and supervision, hiring, employment, training or monitoring of others by that insured, if the b. Will not be broader than that which you are "occurrence" which caused the "bodily required by the contract or agreement to injury" or "property damage", or the offense provide for such additional insured. which caused the "personal and advertising A person's or organization's status as an addi- injury", involved the rendering of or failure to tional insured under this endorsement ends render any professional services by you with when their contract or agreement with you for respect to your providing engineering, such leased equipment ends. architectural or surveying services in your 2. With respect to the insurance afforded to these capacity as an engineer, architect or additional insureds, this insurance does not ap- surveyor. ply to any "occurrence" which takes place after E. Blanket Additional Insured — Managers Or Les- the equipment lease expires. sors Of Premises 3. With respect to the insurance afforded to these 1. Section II —Who Is An Insured is amended to additional insureds, the following is added to include as an additional insured any person(s)or Section III—Limits Of Insurance: organization(s) with whom you have agreed in a If coverage provided to the additional insured is written contract, executed prior to loss, to name required by a contract or agreement, the most as an additional insured, but only with respect to we will pay on behalf of the additional insured is: liability arising out of the ownership, a. The minimum amount required by the maintenance or use of that part of the premises contract or agreement; or leased to you, subject to the following additional exclusions: b. The Limits of Insurance shown in the This insurance does not apply to: Declarations; whichever is less. a. Any "occurrence" which takes place after This endorsement shall not increase the you cease to be a tenant in that premises. applicable Limits of Insurance shown in the b. Structural alterations, new construction or Declarations. demolition operations performed by or on behalf of such additional insured. WN GL 39 07 15 Includes copyrighted material of the Insurance Service Office,Inc.,with its permission. Page 6 of 10 However: F. Blanket Additional Insured — State Or a. The insurance afforded to such additional Governmental Agency Or Subdivision Or Politi- insured only applies to the extent permitted cal Subdivision—Permits Or Authorizations by law;and Section II —Who Is An Insured is amended to in- b. If coverage provided to the additional clude as an additional insured any state or insured is required by a contract or governmental agency or subdivision or political agreement, the insurance afforded to such subdivision with whom you have agreed in a written additional insured will not be broader than contract, executed prior to loss, to name as an that which you are required by the contract additional insured, subject to the following or agreement to provide for such additional provisions: insured. 1. This insurance applies only with respect to op- 2. With respect to the insurance afforded to these erations performed by you or on your behalf for additional insureds, the following is added to which the state or governmental agency or sub- Section III—Limits Of Insurance: division or political subdivision has issued a If coverage provided to the additional insured is permit or authorization. required by a contract or agreement, the most However: we will pay on behalf of the additional insured is: a. The insurance afforded to such additional a. The minimum amount required by the insured only applies to the extent permitted contract or agreement; or by law; and b. The Limits of Insurance shown in the b. If coverage provided to the additional Declarations; insured is required by a contract or whichever is less. agreement, the insurance afforded to such additional insured will not be broader than This endorsement shall not increase the that which you are required by the contract applicable Limits of Insurance shown in the or agreement to provide for such additional Declarations. insured. 3. With respect to the insurance afforded to these 2. This insurance does not apply to: additional insureds, the following additional a. `Bodily injury", "property damage" or "per- exclusion applies: sonal and advertising injury" arising out of This insurance does not apply to: operations performed for the federal govern- a. `Bodily injury", "property damage" or ment, state or municipality; or "personal and advertising injury" arising out b. "Bodily injury" or "property damage" in- of the rendering of, or the failure to render, cluded within the "products-completed op- any professional architectural, engineering erations hazard". or surveying services, including: 3. With respect to the insurance afforded to these (1) The preparing, approving, or failing to additional insureds, the following is added to prepare or approve, maps, shop Section III—Limits Of Insurance: drawings, opinions, reports, surveys, If coverage provided to the additional insured is field orders, change orders or drawings required by a contract or agreement, the most and specifications; or we will pay on behalf of the additional insured is: (2) Supervisory, inspection, architectural or a. The minimum amount required by the engineering activities. contract or agreement; or This exclusion applies even if the claims b. The Limits of Insurance shown in the against an additional insured allege Declarations; negligence or other wrongdoing in the supervision, hiring, employment, training or whichever is less. monitoring of others by that insured, if the This endorsement shall not increase the "occurrence" which caused the "bodily applicable Limits of Insurance shown in the injury" or "property damage", or the offense Declarations. which caused the "personal and advertising injury", involved the rendering of or failure to render any professional services by you with respect to your providing engineering, architectural or surveying services in your capacity as an engineer, architect or surveyor. WN GL 39 07 15 Includes copyrighted material of the Insurance Service Office,Inc..with its permission. Page 7 of 10 4. With respect to the insurance afforded to these b. The construction, erection or removal of additional insureds, the following additional elevators; or exclusion applies: c. The ownership, maintenance or use of any This insurance does not apply to: elevators covered by this insurance. a. 'Bodily injury", "property damage" or However, "personal and advertising injury" arising out a. The insurance afforded to such additional of the rendering of, or the failure to render, insured only applies to the extent permitted any professional architectural, engineering by law; and or surveying services, including: b. If coverage provided to the additional (1) The preparing, approving, or failing to insured is required by a contract or prepare or approve, maps, shop agreement, the insurance afforded to such drawings, opinions, reports, surveys, additional insured will not be broader than field orders, change orders or drawings that which you are required by the contract and specifications; or or agreement to provide for such additional (2) Supervisory, inspection, architectural or insured. engineering activities. 2. With respect to the insurance afforded to these This exclusion applies even if the claims additional insureds, the following is added to against an additional insured allege Section III—Limits Of Insurance: negligence or other wrongdoing in the If coverage provided to the additional insured is supervision, hiring, employment, training or required by a contract or agreement, the most monitoring of others by that insured, if the we will pay on behalf of the additional insured is: "occurrence" which caused the "bodily injury" or "property damage", or the offense a. The minimum amount required by the which caused the "personal and advertising contract or agreement; or injury", involved the rendering of or failure to b. The Limits of Insurance shown in the render any professional services by you with Declarations; respect to your providing engineering, whichever is less. architectural or surveying services in your capacity as an engineer, architect or This endorsement shall not increase the surveyor. applicable Limits of Insurance shown in the Declarations. G. Blanket Additional Insured — State Or 3. With respect to the insurance afforded to these Governmental Agency Or Subdivision Or Politi- additional insureds, the following additional cal Subdivision — Permits Or Authorizations Re- exclusion applies: lating To Premises This insurance does not apply to: Section II — Who Is An Insured is amended to in- a. 'Bodily injury", "property damage" or clude as an additional insured any state or "personal and advertising injury" arising out governmental agency or subdivision or political of the rendering of, or the failure to render, subdivision with whom you have agreed in a written any professional architectural, engineering contract, executed prior to loss, to name as an or surveying services, including: additional insured, subject to the following provision: (1) The preparing, approving, or failing to 1. This insurance applies only with respect to the prepare or approve, maps, shop following hazards for which the state or drawings, opinions, reports, surveys, governmental agency or subdivision or political field orders, change orders or drawings subdivision has issued a permit or authorization and specifications; or in connection with premises you own, rent or (2) Supervisory, inspection, architectural or control and to which this insurance applies: engineering activities. a. The existence, maintenance, repair, construction, erection or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners or decorations and similar exposures;or WN GL 39 07 15 Includes copyrighted material of the Insurance Service Office,Inc.,with its permission. Page 80110 This exclusion applies even if the claims against an additional insured allege SECTION IV — COMMERCIAL GENERAL LIABILITY negligence or other wrongdoing in the CONDITIONS AMENDMENTS supervision, hiring, employment, training or A. Knowledge Of Occurrence monitoring of others by that insured, if the "occurrence' which caused the "bodily Item 2. Duties In The Event Of Occurrence, Of- injury" or "property damage", or the offense fense, Claim or Suit is amended by adding the fol- which caused the "personal and advertising lowing: injury", involved the rendering of or failure to e. You must give us or our authorized representa- render any professional services by you with tive prompt notice of an "occurrence", claim or respect to your providing engineering, loss only when the "occurrence", claim or loss is architectural or surveying services in your known to: capacity as an engineer, architect or (1) You, if you are an individual; surveyor. (2) A partner, if you are a partnership; SECTION III — LIMITS OF INSURANCE AMEND- (3) An executive officer or insurance manager, if MENTS you are a corporation; or A. Damage To Premises Rented To You (4) A member or manager, if you are a limited Paragraph 6. is replaced by the following: liability company. 6. Subject to Paragraph 5. above, the most we will B. Other Insurance pay under Coverage A for damages because of Item 4. Other Insurance, b. Excess Insurance (1) "property damage" to any one premises, while (a) (ii) is replaced by the following: rented to you, or in the case of damage by fire, (ii) That is fire, lightning, explosion or sprinkler leak- lightning, explosion or sprinkler leakage, while age insurance for premises rented to you or rented to you or temporarily occupied by you temporarily occupied by you with permission of with permission of the owner is the greater of: the owner; a. $300,000; or C. Unintentional Failure To Disclose Hazards b. The amount shown next to the Damage To Item 6. Representations is replaced by the Premises Rented To You Limit in the Decla- following: rations. 6. Representations And Unintentional Failure However, the provisions of this paragraph do not To Disclose Hazards apply if Damage To Premises Rented To You a. By accepting this policy, you agree: Coverage is excluded by endorsement. (1) The statements in the Declarations are B. Medical Expense Limit accurate and complete; Paragraph 7. is replaced with the following: (2) Those statements are based upon 7. Subject to Paragraph 5. above, the most we will representations you made to us; and pay under Coverage C for all medical expenses (3) We have issued this policy in reliance because of "bodily injury" sustained by any one upon your representations. person is the greater of: b. If you unintentionally fail to disclose any haz- a. $10,000; or ards existing at the inception date of your b. The amount shown next to the Medical Ex- policy, we will not deny coverage under this Coverage Part because of such failure. pense Limit in the Declarations. However, this provision does not affect our This insurance does not apply if coverage for right to collect additional premium or exer- Medical Expenses is excluded either by the pro- cise our right of cancellation or non-renewal. visions of the coverage part or by endorsement. WN GL 39 07 15 Includes copyrighted material of the Insurance Service Office,Inc.,with its permission. Page 9 of 10 D. Waiver of Subrogation SECTION V—DEFINITIONS AMENDMENTS Item 8. Transfer of Rights of Recovery Against A. Insured Contract Amended Others to Us is hereby amended by the addition of Paragraph 9. a. is replaced by the following: the following: W a. A contract for a lease of premises. However, We waive any right of recovery we may have be- that portion of the contract for a lease of prem- cause of payments we make for injury or damage ises that indemnifies any person or organization arising out of your ongoing operations or"your work" for damage by fire, lightning, explosion or sprin- done under a written contract, executed prior to loss, requiring such waiver with that person or organiza- kler leakage to premises while rented to you or temporarily occupied by you with permission of tion and included in the "products-completed opera- the owner is not an "insured contract"; tions hazard". However, our rights may only be waived prior to the "occurrence" giving rise to the B. Personal And Advertising Injury Redefined injury or damage for which we make payment under Paragraph 14. d. and e. are replaced by the follow- this Coverage Part. The insured must do nothing ing: after a loss to impair our rights. At our request, the insured will bring suit or transfer those rights to us d. Oral, written, televised, videotaped or electronic and help us enforce those rights. publication of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or service; e. Oral, written, televised, videotaped or electronic publication of material that violates a person's right of privacy; WIN GL 39 07 15 Includes copyrighted material of the Insurance Service Office,Inc.,with its permission. Page 10 of 10 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQU I 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 .......................................................... 1-5 1-05 Control of Work .............................................................. 1-8 1-06 Control of Material .......................................................... 1-15 1-07 Legal Relations and Responsibilities to the Public................. 1 -18 1-08 Prosecution and Progress ................................................. 1-22 1-09 Measurement and Payment .............................................. 1-25 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 .......................................... 4-1 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 7-12 Valves for Water Mains .................................................... 7-1 7-15 Service Connections ........................................................ 7-1 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........................................... 8-12 8-09 Raised Pavement Markers ................................................ 8-13 8-10 Guide Posts.................................................................... 8-14 8-14 Cement Concrete Sidewalks ............................................. 8-15 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical............................... 8-16 8-21 Permanent Signing.......................................................... 8-19 8-22 Pavement Marking .......................................................... 8-20 8-26 Pedestrian Trail Connection .............................................. 8-22 8-27 Handrails....................................................................... 8-22 240`" St. Pathway I mprovements/Ha I lock July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 KENT SPEC 1 AL PROV 1 S 1 ONS TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-28 Pothole Utilities .............................................................. 8-23 8-30 Project Signs.................................................................. 8-24 DIVISION 9 MATERIALS............................................................ 9-1 9-03 Aggregates .................................................................... 9-1 9-13 Riprap, Quarry Spalls, Slope Protection, and Rock For Erosion and Scour Protection and Rock Walls ...................... 9-2 9-14 Erosion Control and Roadside Planting ............................... 9-2 9-28 Signing Materials and Fabrication ...................................... 9-5 9-30 Water Distribution Materials ............................................. 9-7 KENT STANDARD PLANS ........................••-•---.................................. A-1 WSDOT STANDARD PLANS.............................................................. A-2 MISCELLANEOUS DETAIL................................................................ A-3 PREVA I L I NG WAGE RATES.............................................................. A-4 2401"St. Pathway I mprovements/Ha I lock July 5, 2017 Project Numbers: 17-3004 &09-3006.2 KENT SPEC 1 AL PROV 1 S 1 ONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2016 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons N I C Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; 2. Who provides labor and materials; and 2401" St. Pathway I mprovements/Ha I lock 1 - 1 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 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. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the 2401h St. Pathway I mprovements/Ha[lock 1 - 2 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 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 7-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and 2401"St. Pathway I m provements/Ha I lock 1 - 3 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 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: 1-02.1 O Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be 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 DELETI NG 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. 240`h St. Pathway I mprovements/Ha I lock 1 - 4 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "SO CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any 240th St. Pathway I mprovements/Ha I lock 1 - 5 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 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 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. 240`h St. Pathway I mprovements/Ha I lock 1 - 6 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations needed for the Project must be properly permitted for that use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. If a staging and storage area is shown on the plans, the City will obtain all permits and approvals necessary for the Contractor's use. Whether the City does or does not provide a staging area, if the Contractor selects its own staging and storage area(s), it is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary rights of entry, permits and approvals needed to use the property as the Contractor intends. Upon vacating the private property, the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. The Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 240`" St. Pathway Improvements/Hallock 1 - 7 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 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 9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.5 City Provided Construction Staking 1-05.5(1) Genera As used in this Section 1-05.5, the words, "stake," "mark," "marker," or "monument" will be deemed to include any kind of survey marking, whether or not set by the City. The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.5(2) through 1-05.5(6) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.5(6) of the Kent Special Provisions). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load for the city survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.5. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after 2401h St. Pathway I mprovements/Ha I lock 1 - 8 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 construction. If the City is not notified, and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of $270/hr for a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor's line and grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.5(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal lines, grades and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1 . Cut or fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet as set forth in Section 1-05.5(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.5(3) Bridge, Structure and Retaining Wall Surveys For all structural work such as bridges and retaining walls, the Contractor shall retain as a part of Contractor organization an experienced team of surveyors under direct supervision of a licensed surveyor. The Contractor shall ensure that required field measurements and locations match the plan dimensions. The Contractor shall provide all surveys required to complete the structure, except the following primary survey control which will be provided by the City. 240t' St. Pathway I mprovements/Ha I lock 1 - 9 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 1 . Sufficient horizontal control points to allow the Contractor to establish centerline, abutments and pier centerline positioning and stationing. 2. Up to 6 bench marks in close proximity to the work area. 3. Permanent monuments as shown on the drawings or as given by the City. The Contractor shall establish all secondary survey controls, both horizontal and vertical, as necessary to assure proper placement of all project elements based on the primary control points provided by the City. Survey work shall be within the following tolerances: 1 . Stationing +.01 foot 2. Alignment +0.1 foot (between successive points) 3. Superstructure Elevations +0.1 foot (from plan elevations) 4. Substructure Elevations +0.5 foot (from plan elevations) During the progress of the work, the Contractor shall make available to the City all filed books including survey information, footing elevations, cross sections and quantities. The Contractor shall be fully responsible for the close coordination of field locations and measurements within appropriate dimensions of structural members being fabricated. 1-05.5(4) Control Stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform its employees and subcontractors of the importance and necessity to preserve the stakes. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by its construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $270/hour for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby or "down" time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.5(5) Staking Services Work requests must be made at ►east 3 working days in advance of the required staking. The City will furnish the following stakes and reference marks: 2401h St. Pathway Improvements/Hallock 1 - 10 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 1 . Clearing Limits - One set of clearing limit stakes will be set at approximately 25-foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along the construction centerline of streets at 50-foot stations as required. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where deemed applicable as determined by the Engineer. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50-foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, driveways, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 50-foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition stations will be set at an appropriate offset to centerline not less than 25-foot stations. 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50-foot stations as required. 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required. One set of stakes for vaults,junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking for vaults, junction boxes, and conduits will be provided at an additional expense to the Contractor. 240`"St. Pathway I mprovements/Ha I lock 1 - 11 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 When deemed appropriate by the Engineer, cut sheets will be supplied for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at its own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $270/hour. 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Roadway grading +/-1500 lineal feet of centerline Storm or sanitary sewer Approximately 8-10 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet of centerline Slope staking +/-800-1200 lineal feet (top and toe) Illumination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the 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 240`" St. Pathway Improvements/Hallock 1 - 12 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 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. 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. 240th St. Pathway Improvements/HaIlock 1 - 13 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 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: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed 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. 240`"St. Pathway Improvements/Hallock 1 - 14 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors Details of known projects are as follows: N/A SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently 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 0) 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, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 240tn St. Pathway I mprovements/Ha[lock 1 - 15 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 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 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. 2401"St. Pathway Improvements/HaIlock 1 - 16 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1 . Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" — Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. 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. 240h St. Pathway Improvements/Hallock 1 - 17 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax 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. SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax 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. 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: SEPA DNS Shoreline Conditional Use Shoreline Substantial Development US Fish & Wildlife Bald Eagle 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: 2401" St. Pathway I mprovements/Hallock 1 - 18 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 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 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. 2401h St. Pathway I mprovements/Ha I lock 1 - 19 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site 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. Centuryl-ink Comcast Jason Tesdal Bill Walker 206-345-3488 253-288-7538 206-683-4242 (cell) 206-255-6975 (cell) 24dh St. Pathway Improvements/HaIlock 1 - 20 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 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. 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. 2401" St. Pathway Improvements/Hallock 1 - 21 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 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 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 2401h St. Pathway Improvements/Hallock 1 - 22 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 240"St. Pathway I mprovements/Ha I lock 1 - 23 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 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 survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. 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 240`"St. Pathway I mprovements/Ha I lock 1 - 24 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 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 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 BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts 240`"St. Pathway I mprovements/Ha I lock 1 - 25 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 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 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 2401"St. Pathway I mprovements/Ha I lock 1 - 26 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 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 fallowing: 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 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 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 3. Removal from the project site when they are no longer on the project. 2401h St. Pathway Improvements/Hallock 1 - 27 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 SECTION 1-10.5 IS DELETED AND REPLACED W►TH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1 -10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor." The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1 . When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." 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. 2401h St. Pathway I mprovements/Ha I lock 1 - 28 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 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. 240`h St. Pathway I mprovements/Ha I lock 1 - 29 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 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 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. SECTION 2-02.3(3) 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 2401h St. Pathway I mprovements/Hal lock 2 - 1 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2-02.3(4) Removal of Traffic Islands, and/or Traffic Curbs When Pavement Surface Integrity is to be Maintained In removing traffic islands and/or traffic curbs the Contractor shall: 1 . Haul broken-up pieces and complete sections of traffic curbs and all waste materials to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Completely remove all block traffic curbs, pre-cast traffic curbs, connecting dividers, nose pieces and remaining adhesive. 3. Remove all island materials, including asphalt pavement, crushed rock, and topsoil, between the traffic curbs to the depth of the compacted subgrade, or to the surface of the underlying pavement where such pavement exists under the island. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, and fill any surface voids caused by the removal work. 5. Repair any damage to adjacent traffic curbs that were designated to remain, but that was caused by the removal of the traffic curbs. 6. Remove and dispose of all waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. SECTION 2-02.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-02.5 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 price contract price per lineal foot for "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. 2400 St. Pathway I mprovements/Ha[lock 2 - 2 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting," shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING 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(9) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. 240t" St. Pathway I mprovements/Ha I lock 2 - 3 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING- 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street 253-856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. 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. 240'h St. Pathway I mprovements/Ha I lock 2 - 4 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 DIVISION 4 - BASES DIVISION 4 IS SUPPLEMENTED BYADDING 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. 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements 240'h St. Pathway Improvements/Hallock 4 - 1 July S, 2017 Project Numbers: 17-3004 &09-3006.2 SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. 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. 240'h St. Pathway I mprovements/Ha I lock 4 - 2 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 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 5-04.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.1 Description Section 5-04 of the WSDOT Standard Specifications is modified per the WSDOT GSP "Hot Mix Asphalt" as included, except as modified herein. SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.2 Materials Recycled materials such as Recycled Asphalt Pavement (R.A.P.) for the pavement sections shall not be allowed. SECTION 5-04.3(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(7)A Mix Design The City at its option may approve a current WSDOT approved mix design, Class 1/2" in place of performing a mix design, provided, however, that such mix design shall include a minimum asphalt content of 5% by total mix weight and anti-stripping compound. Anti-stripping compound shall be added to the asphalt material in accordance with Section 9-02.4. If the City is not satisfied with the mix submitted, a full mix design will be performed. The City is not required to justify to the Contractor its decision to perform a mix design. The City reserves the right to adjust the asphalt cement content based on mix design or approval of alternate mix designs submitted by the Contractor. 240'h St. Pathway I mprovements/Ha I lock 5 - 1 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A Acceptance Sampling and Testing Acceptance Sampling and Testing shall be as follows: 1 . Asphalt Cement and Gradation: Extraction tests shall be taken every 500f tons as determined by the Engineer or each day whichever is less. 2. The Engineer is not precluded from taking more tests above if deemed necessary. 3. The Contractor is responsible to meet the required compacting asphalt cement content and gradation requirements. Averaging of test results will not be considered. Any deviation from the specification will be considered on a case-by-case basis by the Engineer and may require a credit to the City. The Engineer, however, is not obligated to accept out of specification work and has the authority to require the removal and repaving of material that does not meet the contract specifications at the Contractor's expense. SECTION 5-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing Asphalt concrete Class 1/2" shall be compacted in lifts not to exceed 3 inches except that the final lift shall not exceed 2 inches unless approved by the Engineer. The minimum compacted depth of Class B asphalt concrete shall be 1-1/2 inch. Reference Section 8-20.3(14)C of the Kent Special Provisions for the placement of traffic signal detection loops. SECTION 5-04.3(10) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(10) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. SECTION 5-04.3(10)B IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(10)B Control For Asphalt Concrete, where paving is in the traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum 92 percent of the maximum density as determined by WSDOT Test 240`"St. Pathway I mprovements/Hallock 5 - 2 July 5, 2017 Project Numbers; 17-3004 & 09-3006.2 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). HMA Class 3/8 inch PG 64-22 preleveling mix shall be compacted to 92 percent of the maximum density. In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot. SECTION 5-04.3(12) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.302) 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 planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. 240`"St. Pathway I mprovements/Hallock 5 - 3 July 5, 2017 Project Numbers; 17-3004 & 09-30061 SECTION 5-04.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 5-04.3(21) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. 5-04.3(22) Fabric Reinforcement The Contractor shall construct an approved fabric reinforcement consisting of a single coat of asphalt cement and one ply of polypropylene fabric over the existing pavement before the placement of the hot mix asphalt pavement overlay between the limits designated by the Engineer, in accordance with the WSDOT Standard Specifications, the affected plans and the following Kent Special Provisions: Materials Asphalt cement AR-4000W shall meet the requirements specified in Section 9-02 of the WSDOT Standard Specifications. The fabric shall be non-woven polypropylene material having the following properties: Weight ............................................. 3.5 oz. per sq. yd. Tensile strength, either direction .......... Min. 80 lbs. Minimum width.................................. 75 inches Construction Requirements All equipment, tools, and machines used in the performance of the work shall be subject to the approval of the Engineer and shall be maintained in satisfactory working condition at all times. Equipment for surface cleaning shall be capable of effectively removing oil, grease, dust, dirt or other objectionable materials from the pavement. Application equipment shall consist of suitable brooms and distributor as required. The distributor shall have a capacity of not less than 1,000 gallons and shall be so designed, equipped, maintained and operated that asphalt material of an even heat shall be uniformly applied at the required rate. It shall be insulated and equipped with an adequate heating device. It shall be equipped with a 10-foot spray bar with extensions, pressure pump and gauge, with a volume gauge so located as to be observed easily by the inspector from the ground, a tachometer to control accurately the speed and spread of asphalt, and two thermometers, one to be installed permanently in the tank to indicate temperature of the asphalt at all times. The power for operating the pressure pump shall be supplied by an independent power unit which will develop a minimum of 25 pounds per square inch pressure at the spray bar. 240`"St. Pathway I mprovements/Ha I lock 5 - 4 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 Surface Preparation Preleveling, if necessary, shall be done prior to placing fabric reinforcing. The pavement surface to be fabric reinforced shall be free of all foreign materials such as dirt, grease, etc. Prior to applying the asphalt, all dust and loose material shall be removed from the pavement surface with compressed air. Existing cracks shall be filled as specified elsewhere under "Crack Sealing." Holes shall be repaired with asphalt emulsion patching mix or hot mix. Application The asphalt must be sprayed uniformly over the area to be fabric covered at the rate of 0.25 to 0.30 gallons per square yard. To avoid laps and ridges at transverse junctions of separate applications of asphalt, the Contractor shall shield the preceding asphalt application in a manner satisfactory to the Engineer. Application of the asphalt should be accomplished with an asphalt distributor wherever possible. Inaccessible or small areas may be shot with a suitable hand sprayer. The asphalt shall be spread at a temperature of at least 290°F. The Contractor shall not begin application of the fabric reinforcement until he has demonstrated, to the satisfaction of the Engineer, that all labor, equipment, and materials necessary to apply the fabric are either on hand or readily available. Initial alignment of the fabric is very important, since the fabric direction cannot be changed appreciably without causing wrinkles. If the alignment of the fabric must be changed, the fabric shall be cut and realigned, overlapping the previous material and proceeding as before. All joints shall be overlapped a minimum of 6 inches and in the direction of traffic. For lapped joint, the top fabric shall be folded back to allow application of a light coat of asphalt (0.05 gallons per square yard should be adequate). The top fabric shall then be folded back onto the asphalt, broomed, and squeegeed out smoothly. Rolling and brooming of the fabric into the asphalt shall be accomplished in such a way that any air bubbles which form under the fabric will be removed. This can be accomplished best by brooming from the center of the fabric toward the outer edges. The fabric shall be neatly cut and contoured at all joints. Weather and Moisture Limitations Work shall not be done during wet weather conditions nor when the pavement and ambient air temperatures are below 607. The pavement shall be surface-dry at the time of the application of the asphalt. Membrane Curing The entire surface of the fabric shall be pneumatically rolled until the fabric is well embedded into the asphalt as approved by the Engineer. 2401"St. Pathway I mprovements/Ha I lock 5 - 5 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 Hot Mix Asphalt Overlay of Fabric A representative for the manufacturer of the fabric shall be on the project to work with the Contractor's personnel and to provide the necessary technical assistance to ensure the satisfactory placement of the fabric and HMA overlay. The representative shall not leave the project until the Engineer is satisfied that the Contractor has a full understanding of what is required to place the fabric satisfactorily. The Contractor shall not place more fabric on the traveled roadway than can be overlaid the same day with Hot Mix Asphalt. No fabric except that which is required for normal lapped joints shall be exposed to traffic. In the event of breakdown of the paving operation, the fabric which has not been overlaid shall be dusted with sand to break the tackiness of the sealant so traffic does not pick up the fabric. The application rate shall uniformly dust the roadway as approved by the Engineer. More than one application of sand may be required. Before placing the asphalt concrete, the fabric surface shall be broomed to remove the excess sand as directed by the Engineer. The sand shall meet the graduation requirements of the Section 9-03.1 (2)B of the WSDOT Standard Specifications. SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for "HMA Class 1/2", PG 64-22" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt for driveways, permanent utility patches, sidewalk ramps, and other areas at the locations shown on the plans, as specified herein and as directed by the Engineer. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. SECTIONS 5-04.5(1), 5-04.5(7)A AND 5-04.5(1)B ARE DELETED /N 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 240t"St. Pathway I mprovements/Ha I lock 5 - 6 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 D I V S I ON 7 - DRAINAGE STRUCTURES. STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7-12 VALVES FOR WATER MAINS SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 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. The center of each structure shall be relocated from previously referenced measurements, established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. SECTION 7-12.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Adjust Existing Valve Box Top Section and Lid to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the valve box top to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Any adjustments made prior to the final finished elevation shall be considered incidental to this bid item. Reference Kent Standard Plan 3-7. SECTION 7-15 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-15 SERVICE CONNECTIONS 7-15.1 Description This work consists of installing the service connections from the water main to the customer's service meter including meter setter; from the customer's service meter to the property or easement line; and where shown on the plans, from the service meter to the customer's service 2401'St. Pathway I mprovements/Ha I lock 7 - 1 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 line. Service connections for commercial users as well as residential users are included. This work also includes replacing existing service lines including new service connections, new pipe, new meter boxes and setters as required and relocating meters or combinations thereof. Also included is abandonment and disconnection of service lines being replaced at the City main line. 7-15.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Saddles ................................. 9-30.6(1) Corporation Stops................... 9-30.6(2) Polyethylene Pipe.................... 9-30.6(3)B Service Fittings....................... 9-30.6(4) Meter Setters ......................... 9-30.6(5) Meter Boxes........................... 9-30.6(7) Water Meters ......................... 9-30.7(8) 7-15.3 Construction Details 7-15.3(1) General Service lines from the water main to the meter setter and from the meter setter to the property or easement line shall be one piece and at least 1 inch in diameter iron pipe size (IPS). Meter setters shall be of the appropriate size for the size of the meter to be installed and reducing bushings shall be installed when the existing meter size is less than 1 inch. Pipe materials used for service lines shall be either Type K copper tubing without sweat joints, or ultra-high molecular weight, high density polyethylene (PE) plastic pipe, only. Pipe materials used for water service lines on private property, and installed by the customer shall conform to the Uniform Plumbing Code. It is the customer's responsibility to install and maintain the service line between the property or easement line and the facility being served. The Contractor shall notify all customers affected, the City Water Department, and the Engineer at least two working days prior to working on live services. The Contractor is responsible for planning and coordinating its work such that water service will be resumed with the least possible inconvenience to the water users. The location of existing water service laterals and service lines between the water main and the water meter shall be determined and marked in the field or otherwise located by the City Water Department. 240t"St. Pathway Improvements/HaIlock 7 - 2 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 Unless otherwise approved by the City Water Department, new service lines from the water main to the meter shall be perpendicular to the water main, i.e. the meter shall be located directly opposite the corporation stop. 7-15.3(2) Flushing, Disinfection and Testing All service pipe and appurtenances shall be prechlorinated prior to installation. After installation, the service connection shall be flushed prior to connecting the meter and tested after connection to the meter. 7-15.3(3) Service Connections This work shall consist solely of connecting 1 inch or greater diameter service lines to the water main pipe by installing new corporation stops and service line adaptors at the water main pipe and shall include saddles. Corporation stops and saddles shall be of the size shown on the plans and shall be installed with a 22 degree vertical angle from the water main pipe centerline as shown in the Kent Standard Plans. Direct taps shall not be allowed, a double strapped saddle must be used as shown in the Kent Standard Plans. Particular care shall be exercised to ensure that the main is not damaged by the installation of the service line. 7-15.3(4) Relocating Existing Water Meter Assembly This work shall consist solely of disconnecting and removing the existing meter, setter and meter box (the meter assembly) from their existing location, cleaning the meter assembly, relocating the meter assembly to the location shown on the plans, and reconnecting the used meter assembly to the service line pipe. 7-15.3(6) Water Meters Water meters 5/8 inch x 3/4 inch to 2 inch shall be provided and installed by the City Water Department. All water meters larger than 2 inch shall be provided and installed by the Contractor. The Contractor shall reinstall existing water meters where shown on the plans regardless of meter size, unless otherwise stated in the Kent Special Provisions. Water meters shall be located behind City sidewalks when sidewalks are present or scheduled for immediate construction. If in case the water meter must be located within the sidewalk, as determined by the Engineer, no portion of the water meter box shall be closer than 6 inches to any edge of the sidewalk. In the case when City sidewalks are not present or scheduled for immediate construction, new water meters shall be located 2 feet from the right-of-way or easement line and 2401h St. Pathway I mprovements/Ha I lock 7 - 3 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 inside the right-of-way or easement. In all cases the angle stop shall be installed 9 inches below finished grade. 7-15.3(8) Excavation, Bedding and Backfilling Excavating, bedding and backfilling for service connections shall be as specified in Section 7-09-3(10). Bedding of water service lines is omitted and backfill material shall consist of selected materials, as outlined in Section 2-03.3(10), unless otherwise specified in the Kent Special Provisions or directed by the Engineer. 7-15.3(9) Meter Boxes and Vaults Water meter boxes shall be installed directly opposite the main line connection; shall be generally perpendicular to the street; and shall be within City sidewalks when they are present. Meter boxes installed within City sidewalks shall be located so that no portion of the meter box is closer than 6 inches to any edge of the sidewalk. Water meter boxes installed outside of City sidewalks shall be located within the easement or right-of-way with the near edge of the box being 1 foot from the property or easement line and set to finished grade. Water meter boxes are specified for varying meter sizes and for varying locations. Water meter boxes within driveways or other traffic areas shall meet the requirement for a H-20 traffic loading. Water meter boxes within sidewalks shall be concrete or cast iron. Water meter boxes within planting or similar nontraffic areas may be plastic. Water meter boxes shall be of sufficient size to contain the water meter. With the exception of plastic lids for plastic meter boxes, all lids and covers of meter boxes shall be steel. Water meter vaults shall be adequately sized to contain the meter assembly; shall be set flush to the finished grade; and shall be rated for a H-20 traffic loading unless otherwise shown on the plans. SECTION 7-15.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-15.4 Measurement Measurement of service connections, relocating existing water meters, meter setters, compound meter assemblies, water meters, meter boxes and abandon water service will be made per each. Measurement of new water service line will be made per linear foot. SECTION 7-15.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-15.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: 240`" St. Pathway Improvements/Hallock 7 - 4 July 5, 2017 Project Numbers; 17-3004 & 09-3006.2 The unit contract price per each for "Relocating Water Meter Assembly" constitutes complete compensation for relocation of existing water meter assembly including, but not limited to, removing and cleaning the meter assembly, reinstalling the meter assembly at the location shown on the plans, reconnecting to the service line pipe, all excavation, backfill, restoration, pipe fittings or adaptors, testing, flushing, disinfection and testing of the service connection. The unit contract price per each for "Meter Box for Up to 1 Inch Diameter Service" constitutes complete compensation for all labor, materials, and equipment necessary or incidental to furnish and install new meter box and cover including, but not limited to excavation, backfill, and setting to grade. 2401h St. Pathway Improvements/Hallock 7 - 5 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.I 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 BYADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The Contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. 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. 2401"St. Pathway I mprovements/Ha I lock 8 - 1 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 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 BYADDING 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 BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1 . WAC 173-201 A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants in waters prohibited 2401"St. Pathway I mprovements/Ha I lock 8 - 2 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 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 B-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas 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. 2401"St. Pathway I mprovements/Hal lock 8 - 3 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas where hydroseeding is not practical, must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1 . Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified 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. 240t" St. Pathway Improvements/Hallock 8 - 4 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01 .3(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 Ibs/acre of "Mix A" unless otherwise directed by Engineer. Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION 8-07.3(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 240`h St. Pathway I m provements/Ha I lock 8 - 5 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. . SECTION 8-01.3(2)E IS SUPPLEMENTED 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 BY ADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or 24V'St. Pathway I mprovements/Ha I lock 8 - 6 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-01.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)H 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, re-mulch or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED 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 an 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 per acre for "Seeding, Fertilizing, and Mulching" shall be full pay for all labor, materials tools and equipment necessary 240`h St. Pathway I m provements/Ha[lock 8 - 7 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 1 . All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 4. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit bid price per lineal foot for "Filter Fabric Fence" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This bid item also includes: maintenance throughout the project; and removal and disposal of the fence and accumulated sediment as directed by the Engineer. The unit contract price per each for "Inlet Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The unit bid price per square yard for "Straw Mulch" constitutes complete compensation for all materials, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air-dried condition, and free of noxious weeds and other materials detrimental to plant life. The unit price per square yard for "Clear Plastic Covering" (6 mil polyethylene sheets) shall constitute complete compensation for furnishing, staking, maintaining and protecting, the material in place (including sand bags and stakes) on all exposed soils per the WSDOT Standard Specification and as directed by the Engineer. 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 I ON SECTION B-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2401" St. Pathway I m provements/Ha I lock 8 - 8 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 8-02.1 Descriptive Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.1(1) Submittals The Contractor shall submit within 20 days after Notice to Proceed date a list of all plant material indicating source of supply, order invoice, size and quantity for such species or variety. All plant materials shall meet requirements of State and Federal laws with respect to inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plant material and submitted to the Engineer. 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(9) Erosion Control Devices ............................. 9-14.5 Plant Materials.......................................... 9-14.6 Street Trees............................................. 9-14.6(1)A Stakes, Guys and Wrapping ....................... 9-14.7 Tree Ties ................................................. 9-14.7(1) Water for Plants........................................ 9-25.2 240'h St. Pathway Improvements/Hallock 8 - 9 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand. SECTION 8-02.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(5) Planting Area Preparation The Contractor shall excavate planting pits to a depth of three feet below the top of adjacent sidewalks, or adjacent ground if trees are not being planted in sidewalk cutouts. Tree pits shall be about three feet in diameter, and shall be neat and uniform basins around each tree. The Contractor shall then place special planting mixture into the tree basins, bringing to grade about one and one-half foot below the top of the planter by compaction by repeated watering. Refer to Section 8-02.3(4) of the WSDOT Standard Specifications, SECTION 8-02.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(7) Layout of Planting The location of plantings shall be according to the landscaping details, unless otherwise directed by the Engineer. The Contractor shall layout tree, shrub and herbaceous plant locations and receive the approval of the Engineer before planting begins. SECTION 8-02.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(8) Planting All plants shall be carefully placed in excavated holes to prevent damage to fibrous root systems during placement and backfilling operations, with burlap or container removed. Plants shall be set 240`h St. Pathway I mprovements/Ha[lock 8 - 10 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 vertically in the center of the pits, backfilled with native soil, watered and settled so that the crown of the root ball will have the same relation to finished grade as it bore to the grade of the ground from which it was dug. All street trees shall be planted in general conformance to Kent Standard Plan 6-55. SECTION 8-02.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(9) Pruning, Staking, Guying, and Wrapping Pruning shall be limited to the minimum amount necessary to remove injured twigs and branches. Only cut injured limbs to the nearest lateral bud. Do not apply tree wound paint or petroleum product to tree cuts. The Contractor shall use rootball bracing (triangle method) rather than staking or guying to support new trees. SECTION 8-02.3(11) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.3(11) Wood Chip Mulch Revise all references in this section from bark or wood chip mulch to "wood chip mulch." A sample of the wood chip mulch shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application. SECTION 5-02.3(13) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(13) Plant Establishment The Contractor is responsible for maintaining all trees and shrubs in a clean and thriving condition for a period of not less than two calendar years. The period of maintenance shall begin upon final installation and inspection of work, and subsequent written notification by the Engineer. Maintenance shall include all necessary cleaning, weeding, pruning, watering, and one supplemental feeding with approved fertilizer. The Contractor shall water all trees and shrubs a minimum of once per week during the months of June through September to establish the vegetation during the dry summer months. Maintenance of this watering schedule is critical to the survival of the trees and shrubs. SECTION 8-02.3(14) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(14) Plant Replacement The Contractor shall replace all trees and shrubs which, in the opinion of the City Nursery Supervisor, have failed to establish themselves during the maintenance period at its sole expense. All replacement planting shall be conducted in conformance to these specifications. 24e St. Pathway I mprovements/Ha I lock 8 - 11 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 SECTION 8-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.3(17) Plant and Site Protection During Entire Construction Period The Contractor shall: 1 . Protect existing trees to remain except trees adjacent to retaining wall as noted and new plants against injury and damage, including but not limited to: cutting, breaking, or skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines of all existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as approved by the Engineer. SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit lump sum price bid for "Trim Existing Trees Adjacent to Retaining Wall" constitutes complete compensation for all labor, materials, and equipment necessary to completely trim trees as needed to complete retaining wall improvements as directed by the Engineer. 8-04 CURBS, GUTTERS, AND SP I LLWAYS SECTION 8-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways The City will provide control staking in accordance with Section 1-05.5(6) of the Kent Special Provisions. If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new section meeting specifications. The removal and replacement shall be at no cost to the City. SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment The unit contract price per linear foot for the "Cement Concrete Extruded Curb" 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. 240`"St. Pathway Improvements/Hallock 8 - 12 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 8-09 RAISED PAVEMENT MARKERS SECTION 8-09.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.1 Description This work shall consist of furnishing, and installing new pavement markers of the type specified in the plans upon the roadway surface in accordance with applicable Kent Standard Plans and/or WSDOT Standard Plans at locations shown in the Contract or as directed by the Engineer. Removal of existing pavement markers shall be included in the unit bid price for this item unless otherwise specified. Unless otherwise noted, pavement markings shall be installed in strict conformance to Kent Standard Plans 6-73 and/or 6-74. SECTION 8-09.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.3(1) Preliminary Spotting The Engineer will provide control points at the locations and intervals determined necessary by the City to assist in preliminary spotting of the lines before the placement of raised pavement markers begins. The Contractor shall be responsible for preliminary spotting of the lines to be marked. Approval by the Engineer is required before the placement of raised pavement markers begins. Preliminary spotting to guide the placement of raised pavement markers is required for all longitudinal lines. Preliminary spotting for each lane of raised pavement markers shall be provided at transition points required by Kent Standard Plan 6- 73, RPM Substitution Patterns. SECTION B-09.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.3(2) Surface Preparation In removing raised pavement markers and plastic traffic buttons, the Contractor shall: 1 . Haul broken-up pieces of raised pavement markers, plastic traffic buttons and all waste material to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Remove all sand, or other waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. 3. Install temporary lane markings at their sole expense, unless the street is going to be remarked, or overlaid immediately after the completed removal of raised pavement markers and/or plastic traffic buttons. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, including the complete removal of all remaining adhesive, and fill any surface voids caused by the removal work. 240`h St. Pathway I mprovements/Ha I lock 8 - 13 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 SECTION 8-09.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.4 Measurement When shown as lump sum in the plans or in the Proposal as removal of raised pavement markers and plastic traffic markings, no specific unit of measurement will apply, but measurement will,be for the sum total of all items for a complete removal of the subject items. SECTION 8-09.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.5 Payment The lump sum contract price for "Removal of Raised Pavement Markers and Painted and/or Thermoplastic Traffic Markings" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove and dispose of the raised pavement markers and painted and/or thermoplastic traffic markings as described in the specifications or as directed by the Engineer. 8-1 O GU I DE POSTS SECTION 8-10.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-10.2 Materials The pylons shall be constructed of UV-stabilized thermo=plastic polyurethane (TPU). Pylons shall comply with Section 9-17.3 and conform to the dimension in the Plans. Reflective sheeting shall be one of the following preapproved products: 3M High Intensity Sheeting Reflexite PC 1 000 Dura-brite SECTION 8-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-10.3 Construction Requirements The pylon system shall be a surface mounted assembly that uses a separate base with a detachable pylon held in place by means of a locking device as shown in the Plans. Installation of the pylon devices shall be with a bituminous adhesive meeting the requirements of 9-02.1 (8) rather than the epoxy adhesive specified in Section 9-26. The bituminous adhesive shall not be heated above the maximum safe heating temperature recommended by the manufacturer and shall not be applied at temperature greater than 425 degrees F nor less than 375 degrees F. 2401"St. Pathway Improvements/Hallock 8 - 14 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 SECTION 8-10.4 IS SUPPLEMENTED WITH THE FOLLOWING: 8-10.4 Measurement Traffic pylon will be measured by the unit for each pylon furnished and installed. SECTION 8-10.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-10.5 Payment "Traffic Pylon," per each. 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.1 ►S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.1 Description This work shall also consist of constructing wheel chair ramps at all street intersections, curb return driveways, or other locations in accordance with these specifications and in reasonable close conformity to the dimensions and cross-sections shown in the plans and to the lines and grades as staked by the Engineer. SECTION 8-14.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-14.3(3) Placing and Finishing Concrete The concrete shall be placed in the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall be troweled smooth with a steel trowel. After trowling and before installing the contraction joints or perimeter edging, the walking surfaces of the sidewalk and ramps shall be brushed in a traverse direction with a stiff bristled broom. The curb face and top on the monolithic cement concrete curb and sidewalk and the cement concrete sidewalk with raised edge shall be smooth. Expansion and contraction joints shall be constructed as shown in the Standard plans. When the sidewalk abuts a cement concrete curb or curb and gutter, the expansion joints in the sidewalk shall have the same spacing as the curb. The expansion joint shall be filled to full cross-section of the sidewalk with 3/8-inch premolded joint filler. Sidewalk ramps shall be of the type specified in the plans. The detectable warning pattern shall have the truncated dome shape shown in the Standard Plans and may be formed by either embossing the wet concrete, adding a manufactured material after the concrete has cured, or installing masonry or ceramic tiles. When masonry or ceramic tiles are used, the Contractor shall block out the detectable warning pattern area to the depth required for installation of the tiles and finish the construction of the concrete ramp. After the concrete has set and the 240`"St. Pathway I m provements/Ha I lock 8 - 15 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 forms have been removed, the Contractor shall install the tiles using standard masonry practices. The two-foot wide detectable warning pattern area on the ramp shall be yellow and shall match the color of "Standard Interstate Yellow" paint as specified in Formula K-2-83. Yellow masonry paint for precast curbs, Formula H-3-83, may be used for truncated dome patterns embossed into the concrete surface. SECTION 8-14.5 IS SUPPLEMENTED 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 or for "Cement Concrete Sidewalk" constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk and wheelchair ramps as shown on the drawings and in accordance with the Kent Special Provisions. The unit price shall include but not be limited to: restoration of areas adjacent to sidewalks and ramps that are disturbed from sidewalk forms; and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation and Gravel Borrow as required shall be paid for under separate bid items. Unit price shall also include all work necessary to discontinue sidewalk panels at locations of existing power poles. Contractor shall note that some power poles will need to remain in- place until completion of the electrical conversion. This bid item shall include all costs associated with discontinuing sidewalk at pole locations, remobilization after pole removal, and completion of sidewalk system. 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(1) IS REVISED BY ADDING THE FOLLOWING TO PARAGRAPH 3, FOLLOWING ITEM 2: 8-20.2(1) Equipment List and Drawings 240`h St. Pathway Improvements/Hallock 8 - 16 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 3. Photometric curve data provided in electronic format I ES format files provided on a 3 112 inch diskette or CD-ROM disk. 4. Photometric calculations showing that the proposed luminaire meets the minimum street lighting requirements of the City. 5. Catalog Cuts and/or ordering information clearly showing selected luminaire options. 8-20.3 Construction Requirements SECTION 8-20.3(5) 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. 240`h St. Pathway Improvements/Hallock 8 - 17 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 SECTION 8-20.3(10) IS REVISED AS FOLLOWS: 8-20.300) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets THE LAST PARAGRAPH OF THIS SECTION IS DELETED IN ITS ENTIRETY. SECTION 8-20.3(14)C IS REVISED AS FOLLOWS: 8-20.3(14)C Induction Loop Vehicle Detectors THE LAST SENTENCE IN 1 TEM 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, LEAVING THEM BLANK SECTION 8-20.3(74)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 I nduction Loops and Lead-I n Cable SPECIFIED TESTS ARE REVISED AS FOLLOWS: Test B — A megger test at 500 volts DC shall be made between the cable shield and grounding, prior to connection to grounding. The resistance shall equal or exceed 200 megohms. Test C — A megger test shall be made between the loop circuit and grounding. The resistance shall equal or exceed 200 megohms. SECTION 8-20.3(14)E IS REVISED AS FOLLOWS. 8-20.3(14)E Signal Standards ITEM 8 IS REVISED AS FOLLOWS: 8. All tenons shall be field installed using Astro-BracTv AB-3008 Clamp Kits, or pre-approved equal. 240t" St. Pathway I mprovements/Ha I lock 8 - 18 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 SECTION 8-20.5 ►S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment The unit contract price per each for "Adjust Existing Junction Box to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Adjusting the grade by adding or removing risers, rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. Payment under this item shall include compensation for testing and miscellaneous items necessary to provide a complete and fully operational lighting system. 8-21 PERMANENT S 1 GN I NG SECTION 8-21.3(4) IS REVISED BY DELETING THE 4TH SENTENCE AND BY ADD►NG THE FOLLOWING: 8-21.3(4) Sign Removal Wood signs, wood sign posts, wood structures, metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. Aluminum signs shall remain the property of the City. The Contractor shall bundle and band the signs, and deliver the signs to the Sign Shop at the City Maintenance Facility located at 5821 South 240th Street (a.k.a. West James Street). All signs shall be delivered to the Sign Shop prior to physical completion of the project. The Contractor shall be charged $2.00 per square foot for any signs that are lost or are rendered unusable as signs by the Contractor's operation. Also see Section 2-02.3 of the Kent Special Provisions. SECTION 8-21.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3(5) Sign Relocation Relocated signs shall be installed on new wood posts unless otherwise specified on the plans, or by the Engineer. SECTION 8-21.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-21.5 Payment The unit contract price per lump sum for "Remove and Relocate Traffic Signs" constitutes complete compensation for all labor, materials, supplies and equipment necessary to remove, salvage, or deliver the 240'h St. Pathway I mprovements/Ha I lock 8 - 19 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 traffic signs shown on the plans and described in the specifications or as directed by the engineer. 8-22 PAVEMENT MARKING SECTION 8.22.2 1S DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Material for pavement and curb markings shall be white or yellow paint as noted in the Proposal and Bid Item Descriptions. All paint, including the paint for the concrete curbs, shall be described in the Qualified Products List as "Temporary Pavement Marking Paint — Low VOC Solvent Based." Paint and sprayed material shall be applied with a top dressing of glass beads. All Paint shall comply with the specifications for no heat, instant dry pavement markings. Glass beads shall be AC-110 Highway Street Spheres, or pre-approved equal. Material for pavement markings shall be paint, plastic or Raised Pavement Markings (RPMs) as noted in the bid item. Paint and plastic shall be selected from materials listed in the Qualified Products list (QPL). Material for RPMs shall meet the requirements for Section 8- 09.2. SECTION 8-22.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 8-22.3(2) Preparation of Roadway Surfaces The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. 240"'St. Pathway Improvements/Hallock 8 - 20 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. SECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(5) Installation Instructions RPMs shall be installed per the requirements of Section 8-09.3(4). SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8-09.3(1) of the Kent Special Provisions. The City has not shown the existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type of items to be removed. SECTION 8-22.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement Painted yellow curb, white edge line paint stripe, double yellow center paint stripe, and two way left turn stripe shall be measured by the completed linear foot. The measurement for all painted stripes will be based upon a marking system capable of simultaneous application of two 4-inch lines with one 4-inch space between the two lines. No deduction will be made for the unmarked area when the pavement marking includes a skip stripe; and no additional measurement will be allowed when more than one line can be installed on a single pass of the marking system. Measurement of raised pavement markers will be units of one hundred for each type of marker furnished and set in place. 240t' St. Pathway Improvements/Hallock 8 - 21 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 SECTION 8-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the Proposal: "White Edge Line Paint Stripe." per linear foot. DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-26 PEDESTRIAN TRAIL CONNECTION 8-26.1 Description This work shall include constructing the pedestrian trail connection as shown on the plans and described in these specifications. 8-26.2 Materials The pedestrian trail connection shall be composed of gravel borrow as described in KSP 9-03.14(1). The topsoil and seed used shall be as described in KSP 9-14. 8-26.3 Construction Requirements Contractor shall first remove existing grass and topsoil from the surface and scarify the existing side slope prior to placing and compacting gravel borrow. 8-26.4 Measurement Payment shall be per lump sum for completion of the pedestrian trail connection. 8-26.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when included in the proposal: The unit contract price per lump sum for "Pedestrian Trail Connection" constitutes complete compensation for furnishing all labor and materials to remove grass and topsoil; scarify the existing side slope; haul, place and compact gravel borrow; haul, place and roll topsoil; seed and water the site as shown on the plans and described in the specifications. 8-27 HANDRAILS 8-27.1 Description Handrails shall be constructed as shown on Kent Standard Plan 6-41 . 240"'St. Pathway Improvements/Hallock 8 - 22 July 5, 2017 Project Numbers: 17-3004 & 09-30M2 8-27.2 Materials The handrail shall be constructed as described in Kent Standard Plan 6- 41 . 8-27.3 Construction Requirements The handrail posts shall be placed in a vertical position and shall be in accordance with Kent Standard Plan 6-41 . The foundation shall be of 5 sack Cement Concrete mix (Class 3000) and the diameter shall not be smaller than a post-hole digger and at least two feet deep. The 2 inch I.D. barrel shall be cast at the center of the foundation. 8-27.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: "Handrail" "Handrail for Ramp" The unit contract price per lineal foot for the above items shall be full compensation to furnish all labor, materials, tools, supplies, and equipment necessary to install the handrail as shown on the plans and described in the specifications. Reference Kent Standard Plans 6-41. 8-28 POTHOLE UT I LIT I ES 8-28.1 Description This work shall consist of potholing utilities at the locations shown on the plans and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel barrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with 2401h St. Pathway I mprovements/Ha I lock 8 - 23 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: The contract price per each for "Pothole Utilities" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. 8-30 PROJECT SIGNSM 8-30.1 Description This work shall consist of furnishing (based on the project sign proof in the Appendix), installing and maintaining project sign(s) and where shown in the plans or where directed by the Engineer. All project sign(s) become property of the City and the Contractor shall return project sign(s) to the City Maintenance Shop at 5821 S. 240t" Street, telephone 253-856-5600 at the end of the project. 8-30.2 Materials Sign shall be 4 feet high by 8 feet wide laminated vinyl face and securely mounted on Dibond aluminum panel or approved equal. Sign posts shall be 4 inch x 4 inch Fir. 8-30.3 Construction Requirements 8-30.3(1) Erection of Posts All posts shall be set reasonably vertical and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-30.3(2) Design A Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top, the bottom, and in the middle. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.3 1 nstallation Fasten two (2) horizontal 4 inch x 2 inch Fir boards evenly spaced at the back of the sign board. Posts shall be of break-away design with no more than 12.25 square inches of drilled shear area at a point 2 inches 240`" St. Pathway Improvements/Hallock 8 - 24 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 above the ground, or as directed by the Engineer. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.4 Measurement Project sign(s) will be measured per each sign installed. Failure of the Contractor to adequately maintain the project sign(s), as determined by the Engineer, shall be deemed noncompliance with this Specification. 8-30.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid item when it is included in the Proposal: The unit contract price per each for "Project Sign" constitutes complete compensation for furnishing all sign(s), labor and materials, installing and maintaining project sign(s) for the life of the project and removal and delivery of sign(s) to the City Shops. Failure to adequately maintain and return project sign(s) to the City Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer's discretion. 240`h St. Pathway Improvements/Hallock 8 - 25 July 5, 2017 Project Numbers: 17-3004 &09-3006,2 DIVISION 9 - MATERIALS 9-03 AGGREGATES SECTION 9-03.12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING: 9-03.12(3) Gravel Backfill for Pipe Zone Bedding Pipe bedding shall be 5/8 inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: Sieve Size Passing 3/4 Inch 100% 5/8 Inch 95 - 100% 1/4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. % % Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. SECTION 9-03.14(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.14(l) 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. 2401h St. Pathway I mprovements/Ha I lock 9 - 1 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 * 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 9-03.21(1)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-03.21 (1)D Recycled Steel Furnace Slag Steel Furnace Slag shall not be used for any purposes. 9-13 R I PRAP. QUARRY SPALLS, SLOPE PROTECTION, AND ROCK FOR EROSION AND SCOUR PROTECTION AND ROCK WALLS SECTION 9-13 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-13.8 Rock for Ditches Rocks for ditches shall meet the following requirements for grading: Sieve Size Percent Passing 12" 95 to 100 6" 40 to 60 3" 10 to 20 3/4" 0 to 5 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.1 (1) Topsoil Type A Topsoil Type A (Compost Amended Planting Soil) shall consist of 50 — 67% sand and/or sandy loam and 33 — 50% composted organic material by volume. Total organic matter shall be at least 5% by dry weight for areas where turf will be installed, and at least 10% by dry weight for all other landscape areas. Organic matter shall be determined by Loss-on-Ignition test. Acceptable tests include the most current version of ASTM D2974 "Test Methods for Moisture, Ash, and Organic Matter of Peat and Other Organic Soils," and TMECC 05.07A "Lass-On-Ignition Organic Matter Method." Compost-Amended Planting soil shall not contain any viable seeds or roots capable of sprouting any State-listed noxious weed, or invasive root-propagating plants including but not limited to horsetail, ivy, clematis, knotweed, Scot's broom, reed canary grass, Himalayan blackberry, etc. Soil found to contain these prohibited viable plant materials shall be removed and replaced at the Contractor's expense. A. The soil shall meet the following requirements. 1 . The mixed soil shall meet the following gradation: 240`h St. Pathway I m provements/Ha I lock 9 - 2 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 Screen Percent Size * Passing 2 inch 100 1 inch 99-100 5/8" 90 — 100 1/4" 75-100 *Maximum particle length of 6 inches B. Shall have a pH range between 5.5 and 8.5. The pH shall be determined by soil test. C. Organic material shall consist of composted yard debris or organic waste material composted for a minimum of 3 months. Compost shall consist of 100% recycled content and meet all requirements for compost in section 9-14.4(8) of the Standard Specifications. D. Submit a certified laboratory analysis from an accredited soils testing laboratory indicating the Material source and compliance with all planting soil and compost specifications to the Engineer or project Ecologist for approval no less than seven (7) days before delivery to the Project Site. The analysis shall be with a sample size of no less than 2 pounds. E. Site specific soil testing (after placement of material) may be required for projects requiring more than 50 cubic yards of compost- amended planting soil A Contractor provided accredited laboratory approved by the Engineer shall make recommendations for amendments required for optimum growth at no cost to the owner. The Contractor will be allowed five (5) Working Days to complete the testing from the time of written notice given by the Engineer. F. A sample of the compost amended planting soil shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application. SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 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 240"'St. Pathway I mprovements/Ha I lock 9 - 3 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 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 B (Landscaped Area Grass): Weight Seed Mix "B" Min. % Min. % Max. % Proportion I n redient Pure Seed Germination Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewin s Fescue 95% 90% 0.5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual R e rass 95% 90% 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: 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: 2401'St. Pathway Improvements/Ha[lock 9 - 4 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 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 SECTION: 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 SIGNING MATERIALS AND FABRICATION SECTION 9-28. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 240'h St. Pathway I mprovements/Ha I lock 9 - 5 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 9-28.1 General All signs shall be reflectorized except for City Project Signs. ALL PERMANENT SIGNS, EXCEPT "NO PARKING ANYTIME" SIGNS SHALL HAVE VIP SIGNS AND CLASS A TEMPORARY DIAMOND GRADE RETRO- REFLECTORIZED SHEETING, UNLESS NOTED OTHERWISE IN THE PLANS. "NO PARKING ANYTIME" signs shall have engineer grade retro- reflectorized sheeting. SECTION 9-28.14(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-28.14(2) Steel Structures and Posts Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall thickness shall be as specified in the plans or Standard Plans. All other structural steel for sign bridge structures and cantilever sign structures shall conform to ASTM A 36. Truss member connection hardware shall conform to Section 9-06.5(3). Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural steel for bridge mounted sign brackets shall conform to ASTM A 36. U bolts, and associated nuts and washers, shall be stainless steel conforming to Section 9-28.11, and shall be fabricated hot. Anchor rods, nuts and washers for sign bridge structure foundations shall conform to Section 9-06.5(4). Anchor rods for cantilever sign structure foundations shall conform to ASTM F 1554 Grade 104, including the appropriate supplemental requirements for grade and manufacturer's identification, and charpy impact testing (15 foot- pounds minimum at 40F). Nuts and washers for cantilever sign structure foundations shall conform to AASHTO M 291 Grade DH and AASHTO M 293, respectively. Anchor rods for sign bridge structures and cantilever sign structures shall be galvanized after fabrication a minimum of 1'-0" at the exposed end in accordance with AASHTO M 232. Anchor rod templates shall conform to ASTM A 36, but need not be galvanized. Steel sign structures and posts shall be galvanized after fabrication in accordance with AASHTO M 111 , unless noted otherwise in the plans. All bolts, nuts, and washers shall be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise specified in the plans or Kent Special Provisions, metal surfaces shall not be painted. Minor fabricating and modifications necessary for galvanizing will be allowed if not detrimental to the end product as determined by the Engineer. If such modifications are contemplated, the Contractor shall submit to the Engineer, for approval six copies of the proposed modifications, prior to fabrication. 240`"St. Pathway I mprovements/Ha I lock 9 - 6 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 9-30 WATER DISTRIBUTION MATERIALS SECTION 9-30.5(6) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.5(6) Guard Posts Guard posts shall be constructed of Class 3000 cement concrete; shall be 6-feet long and 9-inches in diameter; shall have 5 equally spaced number 3 reinforcement bars with a minimum of 1-1/2 inch cover; and shall otherwise conform to Kent Standard Plan 3-3. The FOG-TITE hydrant guard post is the pre-approved guard post. All other posts require the approval of the Engineer. SECTION 9-30.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6 Service Connections 9-30.60) Saddles The body casting of saddles for service connections shall be of malleable or ductile iron, extending at least 160 degrees around the circumference of the pipe at the maximum range and at least 180 degrees when the saddle is tightened on the water main. The saddle body and/or straps shall be stamped with the size range of the saddle. The saddle shall have a groove for the neoprene or nitril gasket in order to prevent gasket movement. The saddle is to be tapped with an I.P. thread. The "U" straps shall conform to the outside diameter of the range stamped on the saddle. The service saddle shall be manufactured by Smith Blair, Romac, or Mueller. Service saddles shall be either double strapped or stainless steel full circumference band. 240`"St. Pathway Improvements/Hallock 9 - 7 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 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 3-7 Valve Box and Operating Nut Extender 3-10 Service Connection 1" Service SEWER 4-1 Manhole Type 1 48" & 54" STREET 6-41 Handrails 6-82 Sign Installation 2401"St. Pathway I mprovements/Ha I lock A - 1 July 5, 2017 Project Numbers: 17-3004 &09-3006.2 G wUddY '1nN 9NLLV43dO 3dvnbs„Z L r.£ 3iva 03MHO HMO O3d31N30 39 IIVHS X09 3AIVA 'S rmd OMNvls 3NO —TMS " an ��c��1� WNO&S.Mho .� �cao"W"m � flWPM-alslo � �d0�' SNOIlV0IdI03dS'O1S 100SM 335 3sn 2134N31X3 lf'1N 9NI1V213d0 CNV X08 3AIVA 3 ONV S1N3W3dmb3d IVNOIlI00V d0d 'b .LNawlevd3a ON1MaaNlONB R'+ % - H 'MOIJ S31VM d0 NO1103dI0 HIM ILN HN 30 A LID may,Y y 03N9nV 39 IIVHS b3A00 NO SM3a0S 'JSMAN NOdn 03NIV190 39 AVW Ad00 V'1N3M dO KUD 3H1 6a �'`�NgVp, dV0 SS3lNIV1S b0 SJnI'S21V3 'E IV 31IJ NO J.d3X SI NOim l9nd dOj O3AOdddV ONV d33NI9N3 rr,, 3H1 A03N9IS IVNIE)MO 3H1'31VJndn0 3INOd13313 NV `Td�S�� 1 lVJ 3W S1V00 1n91N3Wn000 9NId33N19N31V991 V ION SI NVId SIHl--310N CZ)OMl HUM O91NIvd ONV'03033N d30NMX3 J11N 9NLLV83dO SV 03ZIS 99 lIVHS SNOISN3JX3 'Z '9NOl 100d(T)3NO d0 WnWINIW V 3911VHS SNOISN31XR 'T S91ON OOd 1331S OIIOS„O/E--•^ r omlX31nN 9NIlVd3dO z M m z HIIM X09 3AIVA m rn = v XOIHl'NIW 8/1 'VI0„tl/T i 'Qddn9)food NOI103S d01 HEM oN 31SUVdW00 39 IIVHS 9NIlVd3dO ONV lvnb3 03AOdddV-3dd 3dvnbs„Z7 d0 0I9A'ON OIdWAIO 'WOJ-LO9 Xo9 3AIVA NVId .bZ H3Id :NOLL03S 3SV9 Sv3dv 03AvdNn NI 113A00 3AIVA QNAOW 0Vd USd OWE)313d0N00>10IH1„bX,£X,£ m I � rn F ^ p p a Ln I F w A p P A p AP 3 ( I FA z p p C, A 03033N SV NOISN31X3 A p A p O p p P F a a F A P a. a p O VI 33 uti y v P P a F a '„d3iVM„Q3XdVW 99 IIVHS d3A03 3H1 'd3A00„1dIXS d330„HONI(Z)OAL HEM Ob6 9A Ad0Nn0d OIdWAlO 1 emrnaw 03AONddV 0 6—2 3tva m>133 )NMtl Sd o 5S IS30 NV"W OWaWiS —3iWJ6 ��- 30 ,`��� mNa mNJ �1� -A3 pj11Sto� 301A83S «t 40ADMINSYM � O £81kz � tY N01133NNOO 33IAMS �N3� E- 1N3ALVWd3O OHM33NION3 .LNHX .90 AM13 0� �1 y 'is"anb3ld NOdn 03NIV19O 39,kVW Ad00 V'1N3513O AlIO 3H1 ��ySVM 30 1V 31Id NO ld3)l SI NOI1tl0I and'dOd 03AOdddV ONV U3NIJN3 d,F so S S v 3H1 A9 03N9IS 1VNI91b0 3Hi'31V0Ildna OINOW0913 NV ins m3Wf1000 9NIV99NI9N31V931 V 10N SI NVId SIHl:31ON � a -9 Co �5z O O w N O a 21 O S �M 70orn m O >-- rn am mm ;a V- tnAsn in [nz ^ vC � m� 3m w2 rn rn �m m T Z Prn� m Armc' rr�� 9A�w, DpO3j0nC b3 Ov O 3'- Z� x O 0tnQQ to 0. 7ov m0 mbg C) ; a a 2!0 4 Z n m Ln;a � �1-n a 0 � Z a r+-n-I r -o 0> Z� Z� � mvrnotzp� 3w tmii� to ay �a� z ma w _ �m rn� �� mm =n x a:° X 03 'v O s mEn O M m co 3 r-0 0o mr- X m a 00,- O� p m 0 a 0 m �rn�P rn p O { C NN Z p D O rn Z m r a n A a t1 Lnn r n� m 3 �m� ^ � z N t�nOrn 3 N a r r rJT O 0 o -0 n t� X Fn 03 0 8"TO 10" X o n c m n =D v zo X rn F_ Ln -I m mn� v3 * ptan rma Ln z a 0m o T.rn m p^ m �1 vro7n �' z0 Z i PROPERTY OR Ln 0 o X m -a z -j rn m c c EASEMENT Z Z m to 0 r Ll O co m LINE Za o� o �� O -I o �-+ C mN-,2v 3D in 0m 0 Nam Z G� r . Z;4 W � 00 nm �� � �r pvm 0 n m o o� Fn m� 03 O � �m m oz rnm D m >c z X v mn j°- t7 vn , O�m F m m 3 C z v X m n � 2 D 0 m 0 n r 0 fib. -I < 3 A �vm nn � p0 to m m m S a = C a p O z m me nZ xc O m m m z 0 o to O m h � P O MANHOLE FRAME AND LOCKING COVER(SEE STANDARD PLAN 4.3 OR 4-4) ADJUSTMENT GRADE RINGS(SEE STANDARD PLAN 4-5)(LEVELING BRICKS MAY BE USED ON TOP RING) (C=7)3/8"GROUT,INSIDE,OUTSIDE AND IN BETWEEN GRADE RINGS N 4 W a 24" ` HANDHOLD(TYP.)-(SEE STANDARD PLAN 4-5) FOR SEPARATE + ,+--- PRECAST CONE(ECCENTRIC UNLESS OTHERWISE SPECIFIED) CAST IN PLACE ONLY a = DROP RUNG SAFETY STEPS(SEE STANDARD PLAN 4-5) PRECAST RISER SECTIONS.GROUT SECTION JOINTS AND PICKHOLES(TYP) 48"OR 54" LADDER(SEE STANDARD PLAN 4-5) SLOPE=2%(TYP,) x W En _ CONSTRUCT IN FIELD CHANNEL&SHELF TO THE CROWN OF s I THE PIPE } REINFORCING STEEL(FOR PRECAST BASE WITH INTEGRAL RISER)0.15 SQ. * MORTA ! IN./FT.IN EACH DIRECTION FOR 48"DIA 0.19 SQ.IN./FT,IN EACH FILLET DIRECTION FOR 54"DIA, M A 48' -6- PRECAST BASE W/INTEGRAL RISER 54"0-8" a, ✓ GRAVEL BACKFILL FOR PIPE BEDDING,6"MIN.COMPACTED ' a DEPTH.FOR PRECAST BASES ONLY '6„ SEPARATE CAST IN PLACE OR " REINFORCING STEEL(FOR SEPARATE BASE ONLY)0.23 SQ.IN./FT.IN EACH DIRECTION FOR 48 DCA SEPARATE PRECAST BASE 0.19 SQ.IN./FT.IN EACH DIRECTION FOR 54"DIA. "0"RING DESIGN ASSUMPTIONS HEIGHT: 8'TO 12';SOIL BEARING VALUE EQUALS 3300#/FT. (MIN.)HEIGHT: OVER 12'TO 25';SOIL BEARING VALUE EQUALS 3800#/FT. (MIN.) PRECAST BASE JOINT NOTES: 1. MANHOLES TO BE CONSTRUCTED IN ACCORDANCE W/AASHTO M-199& 5. ALL BASE REINFORCING STEEL SHALL HAVE A MIN.YIELD STRENGTH (ASTM C 478)UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE OF 60,000 PSI&BE PLACED IN THE UPPER HALF OF THE BASE WITH WSDOT STD,SPECS. 1"MIN.CLEARANCE, 2. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR KNOCKOUTS. 6, ALL SANITARY SEWER MANHOLES SHALL BE VACUUM TESTED. KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2"MINIMUM. 7, MORTAR 3/8"LINING OUTSIDE,INSIDE,AND IN BETWEEN THE 3. KNOCKOUT OR CUTOUT HOLE SIZE IS EQUAL TO PIPE OUTER DIAMETER ADJUSTMENT SECTION TO FORM A SMOOTH WATERTIGHT FINISH. PLUS MANHOLE WALL THICKNESS.MAX.HOLE SIZE IS 36"FOR 48" MANHOLE,42"FOR 54"MANHOLE.MIN.DISTANCE BETWEEN HOLES I5 8". 8. GROUT ALL MANHOLE SECTION JOINTS AND PICKHOLES OUTSIDE AND INSIDE TO A SMOOTH FINISH. 4. MANHOLE RINGS&COVERS SHALL BE IN ACCORDANCE WITH WSDOT NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT STANDARD SPECIFICATIONS&MEET BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY THE STRENGTH REQUIREMENTS OF THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FEDERAL SPECIFICATION RR-F-621D. S - S Eptj FILE AT THE CITY OF KENT, A COPY MAY BE OBTAINED UPON MATING SURFACES SHALL BE FINISHED y WAS. REQUEST. TO ASSURE NON-ROCKING FIT WITH �' �f �� ANY COVER POSITION. AP �; D CITY NG KENT y P� Z � ENOINEERt DEPARTMENT L KEMT MANHOLE �O ,P 21403 p 4 WA*mldov*Y TYPE 1 48" & 54" uE5lrmEo Dmvr F t SCALE NONE STANDARD PLAN ' ��G oaAwH._-._.�fis TONAL CHECKED DATE A 4-1 APPROVED *F 1 j. 4"CENTERS TOP RAIL SECTION ----BALUSTER a o POST ih 1O TOP OF SIDEWALK BOTTOM RAIL 4 . { 6'MAX. SLEEVE NON-SHRINK PIPE SCHEDULE GROUT PANEL HEIGHT TOP RAWPOST BOTTOM RAIL BALUSTER 3' 1.90" 1.90" 0.840" NOTES: 4' 2.50" 2.00" 0.840" 1. RAILING SHALL BE CV PIPE RAIL,GALVANIZED STEEL OR APPROVED EQUIVALENT.INSTALLATION PER MANUFACTURER'S RECOMMENDATIONS. 2. SHOP DRAWINGS OF RAILING SHALL BE SUBMITTED TO THE ENGINEER FOR APPROVAL SHOWING COMPLETE DIMENSIONS AND DETAILS OF FABRICATION AND INCLUDING AN ERECTION DIAGRAM, MATERIALS BEING USED SHALL BE SPECIFIED IN THE SHOP DRAWINGS. 3. ALL GALVANIZED STEEL PARTS SHALL BE GIVEN A CLEAR ANODIC COATING AT LEAST 0.0006 INCH THICK AND BE HOT WATER SEALED AND SHALL HAVE A UNIFORM FINISH. 4. PIPE RAILING AND PIPE RAILING SPLICES MAY BE HEATED TO NOT MORE THAN 400OF FOR A PERIOD NOT TO EXCEED 30 MINUTES TO FACILITATE FORMING OR BENDING. 5. CUTTING SHALL BE DONE BY SAWING OR MILLING AND ALL CUTS SHALL BE TRUE AND SMOOTH.FLAME CUTTING WILL NOT BE PERMITTED. 6. PIPE RAILING,PIPE BALUSTERS AND PIPE RAILING SPLICES SHALL BE ADEQUATELY WRAPPED TO ENSURE SURFACE PROTECTION DURING HANDLING AND TRANSPORTATION TO THE 308 SITE, 7, WELDING OF GALVANIZED STEEL SHALL BE IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION 6-03.3(25) 8. ALLOW FOR EXPANSION AT APPROXIMATELY EVERY FOURTH POST. Qs 14 P RAILS, POSTS AND FORMED ELBOWS NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT SHALL BE ASTM A53. BRACKETS,END WASy, AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE �S' �� CAPS AND OTHER FITTINGS SHALL BE v � ENGINEER AND APPROVED FOR PUBLICATION 15 KEPT ON FILE AT O +- 0 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. ASTM AB65,SPLICES AND REPAIRS + �+ SHALL BE GALVANIZED PER ASTM A780. H H CITY OF KENT SLEEVE I.D.SHALL BE 1"GREATER ENGINEERING DEPARTMENT THAN POST O.D. 21493 0 �ectsTe HANDRAILS 10. PANEL HEIGHT: FONRtN�'\� KEtT 3 FEET FOR PEDESTRIAN USES DESIGNED DWN 4 FEET FOR COMBINED BICYCLE AND DRAWN se SCALE_ ttQpt£ STANDARD PUN PEDESTRIAN USES. CNECKEo DATE - 6-41 APPROVED J � W LL to q LL W -_ X r �W Q_ Z d tiJ>wcn cnQ Z a Sava N F O LL Nor VQ W u,l N Y w W EL n- Q Q ol W `�" iJ o�W �CC m O —> �� coo Nowa s Lu aZ F-. a ` a 2 CL `_ ` `E xZt.7 to QO w z o ^� -i w N m O ce z a s u) nmQ m COu w �a in O p 0 v F- w co w 4 --- x x JJJ d H n. F z J N F- V7 O �j Y (.n Q uOh MO r. �m n . > N O z K a uuj F¢- H 4 xw W W Z VI QZ > > r0 0 O LW a E O O O Ot Y/Y/ q zuj N LiJ J 0 co tu �w uj Lx4o 0 o LLJ m N = r.L in O = O O' S n I S P 4 Z Z Z q N Z }r x 13Q g m W J C Z J Z C-4� J .-gy m of Lu Q J x O O N U. w C f.X L9 a 9 uN 0 O WQ Ly. ZN Q N� tLJ Q f- Q > O'l.� � J Z O N O a O p v ccQ W O O v z 'i \ rl o Wi w nJ=L- = m ja 2tuLw z 20 auj Zz QO O 0ow Lj..-�nIN- 2� Y JJ LLI Ln9O CZ7 �U .0 SQ WY NC cn O' ���` O O• NZ O xLn NZ ` Q OW ZZ O ° m a /i a 0-w aS O OZ W 14 ° l{ n� � ~ l� w0000 000 0*000000000 ^J c � U zJ � ° u, Vl {F- ° LLLI LH wLn �.—... Y L '�w 0 �N-L iY N°n _j10 Jp Ln z a s 0 m a n cf Q Q n. - W J 7 W ONOuj O �` ul „6Z a� tAM Jnv) xtu �5 Z N K V NN O n J LLJ J W -a J p Q> wd N �N a Of O EO m$ 20 a0Lxnin F LLI K Q U ZI .4 N ri m ()s u I l NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT sJF WAS/�+�ry ` AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT V A� ?�?sT��` �� KENT SIGN INSTALLATION [�\] S` 4NAL LNG DESIGNED OWH SCALE NONE STANDARD PLAN DRAWN- B CHECKED DATE - 6—SZ PPPROWD ° � WSDOT STANDARD PLANS CURBS, SIDEWALKS AND DR I VWAYS F-10.42-00 Extruded Curb SITE PRESERVATION AND EROSION CONTROL 1-40.20-00 Storm Drain Inlet Protection 240'h St. Pathway Improvements/Hallock A - 2 July 5, 2017 Project Numbers: 17-3004 & 09-3006.2 uxxww.wavnru sr+ r ,a.w p 15N41OLlMIkYd'1Vi.I qt Ix141.bnRl+M:,tivvJv. ^ ��� ":eIIL111S)111'k1Y'11 W,ON� Vr anmov�r arixn"�"�'vi aaau�o ius+r N 3 �wnoo � i LL w � � o a CT �6• �p IL zT ri L7 U [L 41 Q t is g � m� 0 Qo W . . a Z b ' 'tr/r' 1 w'r r t .fl .t z 4 r m to �� � is �� b � �►S 6 to i 7F a as a c SN3tl381�48 �A8 NMMJO |�| § z �44 I I lilt �� � � � ° � | nlq g■ \ § ! § |�, ©o § k| IL ` t z z % ?| a $ r b § ||§ ( / ` k ■ ! � § § ) k ƒ! ) § o . u z k K| | 9 �k § § � 2 q | 2 ( § � § B f � ` }�. ® y� $ � y | m k | ■ § § _JAD_ :__ MISCELLANEOUS DETAIL Project Sign (sample) 2401'St. Pathway Improvements/Hallock A - 3 July 5, 2017 Project Numbers: 17-3004&09-3006.2 » » k \ *: 4/� f� � / Tom ° t » L# cm OwnCD. / ^ . . 6 . ! k .0 0 < � 0 E E , 0 » LP) ■ :k. \ \ . \: . \ E *a , � �) � \/, (D .y. \amm . a ^` 0 0 LM PREVA I L i SIG WAGE RATES 2401" St. Pathway Improvements/Hallock A - 4 July 5, 2017 Project Numbers; 17-3004 & 09-3006.2 Page 1ot17 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: 07/25/2017 county Trade Job Classification Wa a Holida Overtime Note', King Asbestos Abatement Workers Journey Level $45.25 5D 1 H King Boilermakers Journey Level $64.54 5N 1C `King Brick Mason Journey Level $54.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $54.32 5A 1M King Building Service Employees Janitor $22.84 5S 2F King Building Service Employees Traveling Waxer/Shampooer $23.29 5S 2F King Building Service Employees Window Cleaner (Non- $24.54 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $27.33 5S 2F King Cabinet Makers (In Shop} Journey Level $22.74 1 King Carpenters Acoustical Worker $55.511 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 $55.611 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 $108.771 5D 4C 8A King Divers Et Tenders Diver On Standby $66.051 5D 4C King Divers Et Tenders Diver Tender $59.88 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator $59.88 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator $55.76 5A 4C Tender King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F k f+MC- //TArTY1MCC 1Af7 MA\l II r%;/l A I-_N 1aIAA1/I t!'1,­AA I-IAAI/1 tY1 1f+Y'.\/ -7 7 r%1 -7 Nagezorii King Dredge Workers Leverman, Hydraulic $58.671 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $55.51 5D 1 H King Drywatl Tapers Journey Level $55.66 5P 1E King Electrical Fixture Maintenance Journey Level $27.99 5L 1 E Workers King Electricians - Inside Cable Splicer $73.20 7C 4E King Electricians - Inside Cable Splicer (tunnel) $78.59 7C 4E King Electricians - Inside Certified Welder $70.75 7C 4E King Electricians - Inside Certified Welder (tunnel) $75.89 7C 4E King Electricians - Inside Construction Stock Person $38.69 7C 4E King Electricians - Inside Journey Level $68.30 7C 4E 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 - Powertine 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 1 R Products Work Only King Fence Erectors Fence Erector $15.18 1 King ELMers Journey Level $38.361 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 1 K • //fr.e-F rocc %AIM nrw in tr% mcrw 7/2/7(11 7 Page 3of17 King Inland Boatmen Deckhand $56.181 5B 1 K King Inland Boatmen Deckhand Engineer $57.26 5B 1 K King Inland Boatmen Launch Operator $58.59 5B 1 K King Inland Boatmen Mate $58.59 56 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 Et Water Systems By Remote Control King Insulation Applicators Journey Level $55.51 5D 4C King Ironworkers Journeyman $65.48 7N 10 King Laborers Air, Gas Or Electric Vibrating $45.25 7A 31 Screed King Laborers Airtrac Drill Operator $46.66 7A 31 King Laborers Ballast Regular Machine $45.25 7A 31 King Laborers Batch Weighman $38.36 7A 31 King Laborers Brick Pavers $45.25 7A 31 King Laborers Brush Cutter $45.25 7A 31 King Laborers Brush Hog Feeder $45.25 7A 31 King Laborers Burner $45.25 7A 31 King Laborers Caisson Worker $46.66 7A 31 King Laborers Carpenter Tender $45.25 7A 31 King Laborers Caulker $45.25 7A 31 King Laborers Cement Dumper-paving $46.09 7A 31 King Laborers Cement Finisher Tender $45.25 7A 31 King Laborers Change House Or Dry Shack $45.25 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $45.25 7A 31 King Laborers Chipping Gun(30 Lbs. And $46.09 7A 31 Over) King Laborers Choker Setter $45.25 7A 31 King Laborers Chuck Tender $45.25 7A 31 King Laborers Clary Power Spreader $46.09 7A 31 King Laborers C(ean-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 hftnc• //fnrf-recc iu7 ncrw 7/-1/ )n17 Page 4 of 1 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 Et 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 $46.09 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 8t Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker 1 $46.091 7A 31 kf+r%c• //fnrtrocc inrm nnv/InihArnnolnnLiin/nr%AA1=nolnnLiin. ncnv 7/74PIM7 Page 5of17 'King Laborers Pilot Car $38.361 7A 31 King Laborers Pipe Layer Lead $46.661 7A 31 King Laborers Pipe Layer/tailor $46.09 7A 31 King Laborers Pipe Pot Tender $46.09 7A 31 King Laborers Pipe Reliner $46.09 7A 31 King Laborers Pipe Wrapper $46.09 7A 31 King Laborers Pot Tender $45.25 7A 31 King Laborers Powderman $46.66 7A 31 King Laborers Powderman's Helper $45.25 7A 31 King Laborers Power Jacks $46.09 7A 31 King Laborers Railroad Spike Puller - Power $46.09 7A 31 King Laborers Raker- Asphalt $46.66 7A 31 King Laborers Re-timberman $46.66 7A 31 King Laborers Remote Equipment Operator $46.09 7A 31 King Laborers Rigger/signal Person $46.09 7A 31 King Laborers Rip Rap Person $45.25 7A 31 King Laborers Rivet Buster $46.09 7A 31 King Laborers Rodder $46.09 7A 31 King Laborers Scaffold Erector $45.25 7A 31 King Laborers Scale Person $45.25 7A 31 King Laborers Sloper (over 20") $46.09 7A 31 King Laborers Sloper Sprayer $45.25 7A 31 King Laborers Spreader (concrete) $46.09 7A 31 King Laborers Stake Hopper $45.25 7A 31 King Laborers Stock Piler $45.25 7A 31 "King Laborers Tamper 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 LQ Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $88.15 7A 31 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $91.83 7A 31 8�( Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $97.53 7A 31 8Q Worker 54.01-60.00 psi Page 6of17 King Laborers Tunnel Work-Compressed Air $99.65 7A 31 8� Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $104.75 7A Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $106.65 7A 31 Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $108.65 7A Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $110.65 7A 31 EQ 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 8� 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 It Topman $45.25 7A 31 & 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 $15.861 1 King Metal Fabrication (In Shop} Laborer $11.00 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop} Painter $11.10 1 King Metal Fabrication (In Shop} Welder $15.48 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 $11.561 1 King Painters Journey Level $40.60 6Z 2B King Pile Driver Journey Level $55.76 5D 4C King IPlasterers Journey Level $53.20 LQ 1 R httre• //fnrhrecc inrn ncnv 7PI rl17 Page 7 of 17 King Ptav�round Et Park Equipment Journey Level $11.00 1 IInstaLters King Plumbers Et Pipefitters Journey Level $76.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $58.69 7A 3C 8P King Power Equipment Operators Assistant Engineer $55.21 7A I 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 $55.211 7A 3C 8P ' King Power Equipment Operators Concrete Pump: Truck Mount $58.69 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $55.21 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $57.72 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $58.17 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $57.72 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and $60.47 7A 3C 8P ' over King Power Equipment Operators Cranes: 20 Tons Through 44 $58.17 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $59.28 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $59.88 7A 3C 8P 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $60.47 7A 3C 8P 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $58.69 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $55.21 7A 3C 8P Under King Power Equipment Operators Cranes: Friction cranes $59.88 7A 3C 8P through 199 tons King Power Equipment Operators $57.72 7A 3C 8P k+-+^n .. .,.,.,/1—;/..,., ,.,I...,L..../.,.^..tnr-....,1....1... 719 ^fn-1 -f Page 8ot17 Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $58.17 7A 3C 813 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 Ft 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 88P 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 $58.17 7A 3C 8P King Power Equipment Operators Material Transfer Device $58.17 7A 3C 8P King Power Equipment Operators $59.28 7A 3C 8P hf-i-nc• //Fnrf rccc %.ram nr.v/Ini/%er l^MXI IM/r-1 AAA/'nrieile% [.,I lr% 'mcrw -7 1')r)1 7 Page 9of17 Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $58.69 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, $58.69 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $55.21 7A 3C 8P Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $57.72 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $58.17 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $59.28 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $58.69 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $55.21 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $58.17 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $57.721 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $55.211 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 $58.17 7A 3C 8P King Power Equipment Operators Saws - Concrete $57.72 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $58.17 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry $57.72 7A 3C 8P All King Power Equipment Operators Scrapers, Self-propelled: 45 $58.69 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $57.72 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $55.21 7A 3C 8P King Power Equipment Operators $57.72 7A 3C 8P hi-fnc•//fnrfracc tiara mcnv 7/q/)nl7 Page lU or 1/ 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 813 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 E ui ment 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 Equipment Operators Wheel Tractors, Farmall 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 Ft 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 Et Water Page 11of17 King Power Equipment Operators- Bump Cutter $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cableways $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount $58.69 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $55.21 7A 3C 8P Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump -Mounted Or $57.72 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $58.17 7A 3C 8P Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $60.47 7A 3C 8P Underground Sewer Et Water over King Power Equipment Operators- Cranes: 20 Tons Through 44 $58.17 7A 3C 8P Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $59.28 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $59.88 7A 3C 8P Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $60.47 7A 3C 8P Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $58.69 7A 3C 8P Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $55.21 7A 3C 8P Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes $59.88 7A 3C 8P Underground Sewer Et Water through 199 tons King Power Equipment Operators- Cranes: Through 19 Tons With $57.72 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $58.17 7A 3C 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $58.69 7A 3C 8P Underground Sewer Et Water ��-�ne • //��rl-r�r-r a � ��.i/�r�i/.u-�.-.�1.-.wli..r./r.....LAL.....1....1...... 7/^f /'1AI Page 12 of 17 King Power Equipment Operators- Dozers D-9 Et Under $57.72 7A 3C 8P lUnderground 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 Et 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 & 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 a 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 8t Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $57.72 7A 3C 8P Underground Sewer &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. 8: $59.28 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $58.69 7A 3C 8P Underground Sewer ft Water But Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $58.17 7A 3C 8P Underground Sewer Et 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 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $58.17 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Material Transfer Device $58.17 7A 3C 8P Underground Sewer £t Water King Power Equipment Operators- Mechanics, All (leadmen - $59.28 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) /—AA/-1-1- 7/2 P)n1 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 813 Underground Sewer St 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£t 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 8t 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 &t Water King Power Equipment Operators- Saws - Concrete $57.72 7A 3C 8P Underground Sewer Et Water King $58.17 7A 3C 8P Page 14 of 17 Power Equipment Operators- Scraper, Self Propelled Under Underground Sewer a 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 King Power Equipment Operators- Wheel Tractors, Farman Type $55.21 7A 3C 8P Underground Sewer tt Water Page 15 of 17 King Power Equipment Operators- Yo Yo Pay Dozer $58.17 7A 3C 813 Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $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 Refrigeration Et Air Journey Level $75.36 6Z 1 G 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 $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $75.36 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $45.99 7F 1R 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 $54.321 5A 1M King Residential Terrazzo Workers Journey Level $50.26 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $47.51 5A 3H King Roofers Using Irritable Bituminous $50.51 5A 3H Materials ".King Sheet Metal Workers Journey Level (Field or Shop) $75.46 7F 1 E King Shipbuilding it Ship Repair Boilermaker $41.72 7M 1 H King Shipbuilding Et Ship Repair Carpenter $41.06 7T 213 King Shipbuilding Et Ship Repair Electrician $41.09 7T 4B 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 4B King Shipbuilding, Et Ship Repair Machinist $41.32 7T 4B King Shipbuilding, k Ship Repair Operator $41.03 7T 4B King Shipbuilding, Et Ship Repair Painter $41.05 7T 4B King Shipbuilding, Et Ship Repair Pipefitter $41.05 7T 4B Et King . Shipbuilding, Ship Repair Rigger $41.12 7T 4B King Shipbuilding Et Ship Repair Sheet Metal $41.04 7T 4B King Shipbuilding Et Ship Repair Shipfitter $41.12 7T 4B King Shipbuilding Et Ship Repair Trucker $41.26 7T 4B King Shipbuilding Et Ship Repair Warehouse $41.02 7T 4B King Shipbuilding Et Ship Repair Welder/Burner $41.12 7T 4B King Sign Makers Et Installers Sign Installer $22.92 1 (Electrical) King Sign Makers Et Installers Sign Maker $21.36 1 (Electrical) King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical King Sign Makers Et Installers (Non- Sign Maker $33.25 1 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 Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) 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 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $38.84 5A 2B 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) hi+nc• //fnri•rocc wn ncnv 7/1/1)r)l 7 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 Et Terrazzo Finisher $41.09 5A 1B Finishers King Traffic Control Stripers Journey Level $44.85 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards (W. $52.70 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $51.86 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Et 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 lrriQation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers 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. 1. 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 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. 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'/z)times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and 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. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and 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 Faggers 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 / / r � / r r / i r / / / / / r t / / / / /O / / / v/ r / / / J / r / // r y / r � / / r / / / r% 1/ l / / / / t / / / r f / r , / 1 / / / / / / / / / f / I / / / / / / / / / / / , / r J y � , /J r / r / / / / / r / / / / / / / J / / / / r a / / i / // r / . +cord �, 90 1 &,, m ��,. KENT it ` w = Document G// / r gal4/'i/, one CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Fenix Earthworks LLC Vendor Number: JD Edwards Number Contract Number: PW 17-262 —W 2— This is assigned by City Clerk's Office Project Name: S. 240`" St. Pathway Improvements Description: ❑ Interlocal Agreement M Change Order ❑ Amendment ❑ Contract ❑ Other: Contract Effective Date: 08/22/2017 Termination Date: 30 working Days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Toby Hallock Department: PW Engineering Contract Amount: $282.315.00 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Change Order #1 As of: 08/27/14 d " T W auin c.run CHANCE ORDER NO. # 1 NAME OF CONTRACTOR: Fenix Earthwork, LLC ("Contractor") CONTRACT NAME & PROJECT NUMBER: S. 240`" St. Pathway Improvements ORIGINAL CONTRACT DATE: August 22, 2017. 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: Install six gates along the Lakes Community levee to provide security and privacy. The gates prevent people from peering down into the community's windows and backyards. 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, $282,315.00 (including applicable alternates and WSST) Net Change by Previous Change Orders $0.00 (incl. applicable WSST) Current Contract Amount $282,315.00 (incl. Previous Change Orders) Current Change Order $8,997.94 Applicable WSST Tax on this Change Order Revised Contract Sum $291,312.94 CHANGE ORDER - 1 OF 3 Original Time for Completion 30 working days (insert date) Revised Time for Completion under 0 prior Change Orders (insert date) Days Required (f) for this Change 20 calendar days Order ._........................................_..._...................... Revised Time for Completion 50 working days (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent 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 F KENT: By: ci' :52 r' By: (signature) +D (signature) Print Name: (a�sz)ol j E ,M L— Print Name: Timothv J. LaPorte. P.E. Its F hle - Its Public Works Director f tle) r� MP DATE: LI_/. '/iS DATE: `7 � CHANGE ORDER - 2 OF 3 APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department [In this field,you may enter the electronic repath where the contract has been saved] CHANGE ORDER - 3 OF 3 \�•Io`� K .NT FILE NO: 200.2 CHANGE ORDER WORKSHEET NO. CONSTRUCTION ENGINEERING DIVISION — PUBLIC WORKS Project: S240th St PathwayImprovement Project No.: 17-3004&09-3006.2 Project Engineer: TOBIAS HALLOCK Fed-Aid No.: Capital Projects MAZIN GHANIM Contractor: FENIX EARTHWORKS Manager: Date: 04/12/2018 I. PROPOSED CHANGE Install six ates along the Lakes Community Levee, N. REASON AND BACKGROUND FOR CHANGE Necessary to provide the Lakes Comminty security and privacy, The levee overlooks community homes, The ates prevent people from peerinq down into their windows and backyards, III. METHOD OF PAYMENT NEW PAY ITEM(S) Not Applicable Change Order No. _ FOR ACCOUNTING USE ONLY SOH, ITEM DESCRIPTION TOTAL : QTY UNIT UNIT PRICE TOTAL ESTIMATED No. EST. THIS PE COST OF ITEM QTY j INSTALL 6X16' GATES 1 FA $8,997.94 $8,997.94 _ _ Independent Estimate Attached , CREfate PA:'Y I7 n, completion - Payment to be made PAY THIS PAY ESTIMATE -REQWSREb, ",Lek d later date upon c©mplt Cwovro of work �. Material SubMjUalR Real ired r`�- construction Cpgrdlnawr New Sub Regrd? No -... , DELETE EXISTING PAY ITEMS) per 1-09.5 ❑ Not Applicable Change Order No. _ FOR ACCOUNTING U7ONLYDERw ..ITEM DESCRIPTION TY Q UNIT NITPRICE No. IndependentEsbmateAttached -REQUIRFD INCREASE/DECREASE TO EXISTING PAY ITEM(S) [] Not Applicable Change Order No. I _ . FOR ACCOUNTING USE ONLY No. ITEM DESCRIPTION QTY UNIT UNIT PRICE COST DF ITEM ."." N o. 1 REV. DATE: 3/27/18 FILE NO: 200.2 . n de endent Estimate Attached _---REQUIRED . --- . _ J.__ TOTAL ESTIMATED COST OF CHANGE ORDER * $8,997.94 *Total of the Cost of Item Columns THIS PAY ESTIMATE $8,997.94 IV. WORKING DAYS rD riginal Contract 30 Due This Change Order* Zp Previous Total 30 ATE: j DATE -.. _ ......... ... EX We nation ZjustlLicalion BggulrelL TOTAL WORKING DAYS* *This Change Order + Previous Total All work, materials and measurements to be in accordance with the Standard Specifications and Contract Special Provisions for the type of work described. CawftaJ Pro ajt tlhlaraagerz A1144 Z i r Date: Construction Engineering Date: '�/1 LV Supervisor: a I Construction Manager: Date: 2 REV, DATE: 3/27/18 FA Sheet No.:, REPORT ENGINEERING ESTAMATEKENT Project Name: S 240 TH ST PATH WAY Project No: 17-3004& 09-3006.2 Item No.: INSTALL 6 X16'GATES Date: 12/20/2017 Description of Work: Work by Subcontractor? Prime Contractor: Sub-Contractor: LABOR STRAIGHT TIME OVERTIME DOLLAR NAME CODE OCCUPATION Hrs Hourly Rate Hrs OT Rate AMOUNT ,LABOR CONCRETE 16 60 $ 960.00 LABOR CONCRETE 16 60 $ 960.00 $ SUBTOTAL-LABOR. $ 1,920.00 LABOR OVERHEAD&PROFIT @ 29% $ 556.80 LABOR TOTAL !§� 2,476.8p EQUIPMENT EQUIPMENT OR ATTACHMENTS OPERATED STANDBY DOLLAR Equipment# Equipment Descnption Hrs Hourly Rate Hrs Standby Rate AMOUNT TRUCK 16 85.00 is 1 360.00 SMALL EXCAVATOR 8 50 00' $ 4D0.00 $ SUBTOTAL-EQUIPMENT $ 1,760.00 EQUIPMENT OVERHEAD 8,PROFIT @ 21% $ 369.60 EQUIPMENT TOTAL $ 2,129.60 MATTERIALSISERVICI SIRENTALS MATERIALS!SERVICES Quantity Units Unit Price DOLLAR AMOUNT GATES 6 each $ 220,00 $ 1,320,00 20'X6"POST BAND CAP AND SAND BLAST AND POWDER COAT 6 each $ 540.00 $ 3,240.00 CHAIN AND PAD LOCK 6 each $ 100.00 $ 600,00 FITTING AND SERVICES 6 each $ 100.00 $ 600.00 CONCRETE 24'sack $ 10.25 $ 246.00 SUBTOTAL $ 6,006,00 OVERHEAD&PROFIT @ 21% $ 1,261.26 TOTAL $ 7,267.26 Verification of Hours Worked: TOTAL $ 11,873.66 12% MARKUP (for prime when subcontract work) $ Contractors RepresgnPativv Date SHEET TOTAL:J 11.,873.66 .w� w Ownefs RapwpSpntplive "2Yti ",Iq,.ln Date Comments Ghanim, Mazin From: Gordon Fenixearthworks <gordon@fenixearthworks.com> Sent: Friday, March 16, 2018 4:33 PM To: Ghanim, Mazin Subject: Re: review force account Mazin Will do thank you. Gordon Juhl Fenix Earthworks mobile: 253-259-5993 �Q fax: 360 893-2093 ��ordotn(�%;fcnixetnthwork s.cotn P.O. Box 677 Btocfcicw 1,�NA 9832I On Mar 16, 2018, at 3:44 PM, Ghanim, Mazin NC!)aniinLd�en¢wa.t ov> wrote: hi Gordon, please review force account,accept or comment .thanks Mazin Ghanim, construction Inspector Construction Management I Public Works Department 220 4th Avenue South, Kent, WA 98032 Cell 206-552-4460 vavgh rr n�.a4,uKem$WA.9__2 CITY OF KENT, WASHINGTON kentWA.u4lu Facebook YouTebe <Force Account Daily - l.xls><Force Account Daily- 2.xls><force account Daily - 3.xls> I FASummaryForm FA Sheet No.: 1 DAILY REPORT OF ORCE ACCOUNT WORKED ► voty Project Name 240TH ST PATHWAY Project No 17-3004&09-3006.2 Item No,: INSTALL 6X16 GATES Date. 2/1l16 Description of Work Work by Subco,t-.Qt rl. Prime Contractor. FENIX EART1JIWORKS Sub-Contractor SITAIGHT'TIME OVERTIME DOLLAR NAME CODE OCCUPATION Hits Ficuni. Rate Hrs OT Rate AMOUNT FORMAN 7 69 4B3 LABOR 7 53.77 376.39 LABOR ] 53.77 37639 TRUCK DRIVER 4 6126 0 24504 0 0 U SUBTOTAL-LAEOR: 1,480 62 LV.BOR OVERHEAD&PROFITV 291% 429.Mi LABOR TOTAL 1,910.26. ET EQUIPMENT OR ATTACHMENTS OPERATED STANDBY DOLLAR Pr'do•QPr+Aar'1 C U.411 o"v, II He Meetly Rate Hrs Sardbv Rare AMOUNT Flalbed TRUCK 4 21.41 65 64 0 0 000 000 0 o,00 coo 9 SUBTOTAL EQUIPMENT 8554 i, -'o EQUIPMENT OVERHEAD&PROF IT@21% 1798 ,4•��'��> w EQUIPMENT TOTAL 10362 � K 1{h,'Ox lNo�j4V'w ,: N�TB��t�Al�#`�rFP �`.EB�t�gVt/LL� .' •:. D� r f 1 MATER IALS'l SERVICES p1a001v Unite UOItPrlce DOLLAR AMOUNT CNL GATE TUBE 16FT UTILITY 3 131 989 1597 CNL GATE TUBE 16FT UTILITY 3 131.989 395 97 CUT POST 12 92576 111091 _ POST CAP 12 2,80§ 33 66 PADLOCK 1 1366 13.86 SUB TOTAI 1,95037 - OVERHEAD&PROFIT a'21% 40958 TOTAL 2,359.95 is Verification of Hours Worked' To ILL 4.373 83 12%MARKUP (for prfrne when subcontract work) 0 r%• .;o vec ols Warh<awnamewyd, r i 8 SHEET TOTAL 4,373.83 0—rY rCe w D�11Ti1 ,Q}._........... '� . /'i r�✓4/jr°� //Ir1}// �y�1,Jfi1%/11�1�d1 u' )!i, �I (l�r/ 'i r r� jrj(�/✓��I'���( f✓���������fk!( ..rr alp /1"n rl/r D t D lee ,a �, 1 /rr 141 p/ r,f/✓ / r�l c l !✓r � '/ �f� yy� 11 i;�� .° Irr'd l�rr� I'�t� ; +�✓R ' / rf�%�✓ 1�/✓pF^ r ri r, � 1 � ,/ J r r ir���ir�r�� �!�r � rauir��Jlh�l�(;'�i of � ,i. ' ✓>�', o/t h / Il�v ,/��/r�✓r9 � ) "� r r r � r �r %`( 1/rl�� r///nf/ ✓i a /✓ ' y'✓°rrr '�r�✓ rx' ✓ 9 , / rrr ,r � r/% r'r9P , rl 1 ' , � ✓ � �l1/rcl �' r'$r r�l�y�?yr✓����1 /�l r✓✓ or q ' r/Ir '/ , r r A ✓, I fry/H ��! I /Ip �/ 6�✓�r�I1�rU i' ' Me�; ... it rfA!r„f, r, „ oar/u ! ;✓ r l� r,r '�✓/✓,,; ,, „�; // G � /rl r��} ��19i� � (YI B rl `�✓i � f I/� %� r�l� �' pe/ Y �i�,✓f ri, 7 1 r, r� r 1 mr� fo r %✓ lGrr ✓, rJ r ll/'I ° rd/r '! r �F Al yy" � j�w(y r r( r !✓ f r �j 11 tg,ifl r All y� , r� �A�,/ lrl r �r r� of T r � � G y J � 1 b 01 �fl rrr7 ` n, 2'S 3 ,5'L,� / � �y✓���l��yh % 11 ? 1 / iv r l i'7 � l�,ln.//I �". r i T i,cite t 20727 Dae 1111 ` 2/l % 189 ` , T 'm� 9 c 96 AM N Sto°re 2455 °`� Register Slr✓ C, sr : Karen ` , r Ttm Qt Prim Amount GRTE t U '`Ei GF " ' IY °%fG 6Y'6'4329 T ° '7 3' 19 . 99 359 , 917 0 � MA 15 Subtotal 359 , 97 a 0 1r1`�� /���ir/j ✓ u 1 �� � ;� /i � � %�� �Y j xul 19v✓1ji 'f r //i� r/ � % ' ' �iirnH/'� 4 ✓ i' r / ! Vfm + n Wlwvl MW 'A ✓ rI DV'>If r 711f M� 1 �� //�� 1''✓'�7� I v r%✓�� 7gd �/1 , /!rrr/' 'Jo,ll rr l liijmir,ee �r ✓rr '� ! ry, ! rr rl,✓ r �/ /� 1�1)� /�r / ✓ J l� 1 i��l'j n✓j, / �,�r 1`�� !eji �f a `� ��/�✓ti ✓;-rp✓ s� I ' � ✓ r 1 ' r i /� r WTHACTCW SUPPLY(;. TractorSuppiy.comp, 911 GRIFFIN AVE ENUMCLAW, WR 98022-3416 360-825-2002 Ticket: 87896 --- ._. .. Date 2FIf18 Time: 8:22 AM Store 1945 Register: 1 Cash'tler 1 O Item �Ot�j 'fir Ice Amount - .__._. t.NB. �UfdTL OIIBk IuM I GN 3603297 9,99 359.97 d Subtotal 359.97 Tax 31 32 �.xk Total 391 .29 Visa - SALE 391 ,29 **#*********9206 - EMU Chip Authorization p: 002531 Terminal ID : 001791946000100 Cryptogram 7BBBOB14737CR99B AID : A0000000980840 PEP : US DEBIT CVM Signature Required / 1F0002 TVR 8080088000 / TSI : 6800 Change 0.00 I agree to pay the above amount according to mg card issuer agreement For our Returns Pollcw, vlalt TractorSupply.com/returns BUY ONLINE PICKUP IN STORE is now available at this location. Go to TractorSupply.com to learn Morel Join Neishbor's Club Go to www.nelshboraclub.com Earn more rewards when you use a TSC Personal Card to make a purchase. APPIg I www.applyfgrTSCcard.com- Go to telltraciorsupplw.com: or Call 1-800-541-4429 with to 7 days to complete a survey and:.be entered in a monthly drewlns 6r .a chance to win a $2500`shoppins spree. (Awarded as Gift Cards) Ends 12/31/2018 Click on "Sweepstakes Rules" for complete details or to Participate without purchase or survey. ##########s############################# Enter Survey Code k; 1945-01-087896-020119-0822-3 SOLD ITEM COUNT 3 . IIIIIIIIIIIIIIIIIIIIIIIIII T4TR31911L4AQHOC Please call 1-877-718-6750 for Customer Solutions, Sign up now for ads, news, and more at TractorSupplg.com Customer Copw Fence Specialists ORDER 10708 Golden Given Rd E CONFIRMATION i P.O. Box 44606 Tacoma, WA 98445 253.531 .5452 Fax: 253.531 .5457 Order #' 0037817 www.fencespecialists.com Order Date 02/Ol/18 Customer 06950 —.—... - Ship CASH SALE CUSTOMER To: PHOENIX EARTHWORKS EDDIE 00000-0000 Customer PO Terms Sales Person Ship Via Est. Dates Jab Desc. KENT LEVY DUE, AT RECEIPT DAWN WILL CALL hip 02/01/18 __...---------- Delvey Line Oder Item Description Price UM Extended 005 12 51-40080 411 X 8 ' PF-40 CUT POST 84 . 16/EA 1, 009 . 92 010 12 PC-PS400 4 " P .S . POST CAP 2 . 55/EA 30 . 60 Subtotal : 1 , 040521 Tax: 103 .. 01. "- Order Totals' 1 , 143 . 53 "7ONSTANDARD ITEMS SUCH AS POWDERCOATE➢ iR IRON MATERIALS ARE NON RETURNABLE. IOODS RETURNED ARE SUBJECT TO A 15% FENCE SPECIALISTS .ESTOCKING CHARGE. E APPRECIATE THE OPPORTUNITY TO SERVE 10708 GOLDEN GIVEN RD E OU i TACOMA, WA. 98445-1852 IGNATURE; �..� 253-531-5452 ATE : " SALE REF#: 000OW03 Batch #: 753 02I01l18 12:23:49 CVV2: M APPR CODE: 042356 Trace: 3 VISA Manual CNP AMOUNT $1,143.53 APPROVED THAW( YOU _ �.w. � .. Y .�...,........L2'34 rta G........ .or maYertlalMalorYar as lass ar aaara oas mast he made within Notice: A finance charge of 1 112% per month .. added ..«y:, Printed lhursdn 02/01/I8 g p his added to AS a s all race t'a �0 s. accounts not paid within 30 days from the date of invoice ansianc ar r ems,Inc u Ing powrlercoeuri and ornamental iroo rare which Is an ANNUAL PERCENTAGE RATE of 18%. The not returnalea. Goods returned subject to 15% restocking charge. NO finance charge commences 30 days after date of invoice. If GOODS ACCEPTED FOR RETURN WITHOUT OUR CONSENT, the services of an attorney, or agency are required for Minimum invoice sale $10 OC collection, all such fees will be chargeable to purchaser, ............ .... ... .. ....._ _ .,...___... _ .... ...._,- ORIGINAL McLENDON HARDWARE - KENT PAGE NO 1 23662 104TH AVE SE KENT, WA 98031 PHONE: (253) 850-2722 Ask about our Price Matching Guarantee C4JdCT NO- JOB NO, PUIIOlIYLE OBOeR: PLEFOi�'.kCMc _.. _ 1p 00 V150 KENTLEVI PO#KENTLEM T® ,UETARP STD TERMS MERCEDES �re118 2 00 ......-. . . TERMINAL: 702 BdL6 TClr @WIdN r..... _... . ....¢ FENIX EARTHWORKS LLC PO BOX 677 BUMEY WA 96321 m.-,�_.._......,.,.�_____...__._;_ - l.-_..._...�......., . .._:._......._ _.__,.,....,..___.� rAx:667 TAXABLE-KENT 360-893-1621 IN ORCE: 110507/7 LINE' NAPPED JORDEREC UM Wu DESCRIPTION SUC,G UNITS PRIOEI P EXTENSION 1 1 1 EA 11612500 PADLOCK'.MAG 3/4 12.99 1 12.60 /EA 12.60 C 2 XXXXXXXXXXXX 1530$13.86 3 AUTH:681851 REF:810507 REMIT PAYMENT TO BLUETARP" 13.86 TAXABLE 12.60 NON-TAXABLE 0.00 (EDDY ELEY) SUBTOTAL 12.60 TAX AMOUNT . 1.26 IIIIINII'�IIIIIiIIIIIIIIIIIIIIIIiI�III�II��IIIIIN�� , TOTAL 13.86 TOT WT: 0.00 yy _ MID: 9107 APP:681851 XR:810507 FASummaryForm m m w ® a FA Sheet No, 2 DAILY REPORT OF Idi ORCE ACCOUNT WORKED 5 Project Name 240TH ST PATH WAY Project No 17-3004&09-3006.2 Item No. INSTALL 6 X16'GATES Date: 212118 Description of Work. Work by Subcontractor?. Prime Contractor: FENIX EARTHWORKS Sub-Contractor: STRAIGHTTIME OVERTIME DOLLAR NAME CODE OCCUPATION Hrs Hourly Ra[e Hun C Rale AMOUNT EORMAN 8 69 552 OPERATOR 9 6Z9 5432 LABOR 0 53]7 43D.16 WELDER 5 4s,Ds. 0 24545 SUBTOTAL-LABOR. 1,77081 LABOR OVERHEAD&PROFr1 L2 51353 LABOR TOTAL 2,28134 EQUIPMENT EQUIPMENT OR ATTACHMENTS OPERATED STANDBY DOLLAR E1galpnr 9 Equlpir mat l envii thin Hrs OVuurOg Rale Hrs Straevb'p Rele AMOUNT truck for welder 51 21 411 107.05 MINI EXCAVATOR 3025 mini excavator auger power unil 1925 ' SKID STEER AUGER BIT 9" 0,00 a 001 11 SUBTOTAL-EQUIPMENT 60315 EQUIPMENT OVERHEAD&PROFIT@21Y 1266 N18: eti. Inelr"' {{ EQUIPMENT TOTAL 92987 x'^A ji'" �t7� MATEtiIAL819ERk1f9C RENTAL' , ,- f i `b L 1 MATERIALS SERVICES Quantity Units Unit? DOLLAR AMOUNT BUCKET MCLENDON GRAY 5 GAL 4 ,�A4,169 12 51 CONCRETE MIX BASALITE 60 18 3,628 689 CONCRETE MIX RAPID POST 1B 745E 13424 CUT-OFF WHEEL 41/2K1116X7M RE1 10 ✓I a �4A$7 4037 s42r PFINTINO 736 +1t -- NEYBLANK MASTER. 16 2 t23 3,197 t^' PADLOCKY5 21NCH 2PK 1 21 7[9 21 33 x 11 PADL0005 UNIV PIN 2INCH 4 15,99/ 639E SUBTOTAL 4489 OVFRHEAD 5 PROFIT�,21 or 9427 - TOTAL 543.17 " 'Verification of Hours Worked TOTAL. 3,557 32 m 7 12"1 MARKUP hen b (forprirna w sucnntrem woix) 0 Cortodr,,Ao,beer, b . �"��"� Dn1e4 ax 18 SHEET TOTAL: 3,55732 Denier's NmuuasarNnLwe .i'"�� Dale L .. .. .. 'ty'Gfilreleh5 1+- McLENDON HARDWARE - KENT PAGE NO 1 23662 104TH AVE SE KENT, WA 98031 PHONE: (253) 850-2722 Ask about our Price Matching Guarantee ------------ COST NO: JOB NO: PURCHASE ORDER: REFERENCE: TERNS: CLERK: DATE/TIME: 109600 000 KENT LEVY PO S KENT LEVY BLU€TARP STC TERMS BG5186 2/2116 245 TERMINAL: 1713 SOLD TO: SHW TO: FENIX EARTHWORKS LLC PO BOX 677 BUCKLEY WA 98321 TAX:867 TAXABLE-KENT 360-893-1821 - . ..... . .. . ... ..... INVOICE: /1104517 LINE SHIPPED ORDERED UM SKU DESCRIPTION SUGG UNITS PRICEY PEH EXTENSION 1 16 16 EA 5073523 KEYBLANK MASTER Mt 1,99 16 1.93 /EA 30,88 C 2 1 1 EA 11006100 'PADLOCK#5 2inch 2PK 19.99 1 1939, /EA 19.39 C 3 4 4 EA 11006110 PADLOCK#5 UNIV PIN 2inch 14.99 4 14,54 /EA 58.16 C 4 10 10 EA 10008110 cuT-OFF WHEEL 41/2X1/16X7/8 REI. 3.79 10 3.67 /EA 36.76 C 5 XXXXXXXXXXXX 1530$159.71 6 AUTH:761591 REF:811045 "REMIT PAYMENT TO BLUETARP" 159.71 TAXABLE 145.19 NON-TAXABLE 0.00 (EDDY ELEY) SUBTOTAL 145.19 II qq IIII TAX AMOUNT 14.52 II� Il�llllllllllllltllll �I�IIIII�I ���IIIII�II� ...TOTAL 159.71 TOT WT:6.22 MID: 9107 APP: 761591 XR: 811045 �' �celv �y . MCLENDO", HARDWARE - KENT PAGE NO 1 236l�2 104TH AVE SE KENT, WA 98031 PHONE'; (253) 850-2722 Ask ahejl I .;,.r -iah'di;3 Oil.antee L;JV'WWb JOB VWJ Ilru M1114..4UnmCi R..._. RUERENCe: . . CLERK: DATE Time: 109600 UX) 411ANT II EIVVEY PC'0 IIKEVMN d II V 4 FI;°V" BLUEI A P S7 TERMS MELANIE C 2/2118 8:18 _.. .. ,. .. ... TERMINAL; 1711 sDLu TO; ."NIP'Pt7: FENIX EARTHWORKS LLC PO BOX 677 , BUCKLEY WA 98321 _...___._ ._....._ .._ ......... .,,.,. _ ; TM 867 TAXABLE-KENT 360-893-1821 INVOICE: I90731 i.iIE SHIPPED ORDERED UM SKU DESCRIPTION SUGG UNITS PRICE/ PEF EXTENSfON 3 3 EA 11485090 BUCKET MCLENDON GRAY 5 GAL 3.79 3 3.67 ;EA 11.03 C 'I 2 1 1 EA E1487 RACHAELD 1 lEA NIC 3 helped you today. Please call 4 me with any questions. 5 18 18 EA 61029790 CONCRETE MIX BASA.LITE 60t BAG 3,59 18 3.48 /EA 62.68 C 6 18 18 EA 11316210 CONCRETE MIX RAPID POST 55LB 6.99 18 6.78 /EA 122.04 C 7 XXXXXX'XXXXXX1530$215,33 8 AUTH148738 REF 810731 i i P I i pI A REMIT PAYMENT TO BLUETARP" 215.33 TAXABLE 195.76 NON—TAXABLE 0.00 (EDDY ELE`) SUBTOTAL 195.75 TAX AMOUNT 1958 TOT WT:IIIIII�IIININIillllllllllllulill�I�i�ll��lllillllll T//OT�A,L 215.331 MID:9107 2D77.50 APP: 748738 XR'. 810731 .'✓w�—//%"L V y° . .__ N �r to-', �M �4VIi IG rn4diir�\ti xP. 1 rl h 41N t�ab a1 ! t rvJNr�uryM�'� ��� q wlP ul „r✓�ru aOwjIu"Mo" wt1 f jog troi �nik l 41 A 40+,W..9 (a,Ic"2/1 �AMTADirdeo f0di� Rwlt m"mrA,0041 atYj,4 kisHr _ �I f�ntx ��>�'rrxwAraaa,+ 'atiataw AN „.rv�% 177D7 1277w AVE URAN.. wn �egsB e 136—[ 4 &AtI.�N� t,'M tlL1Rl 1 ,00 a 51 . 19 51 .19 Color: SM7020 BLACK FOX IR➢D Blod-d-CUlpf -. 9 N 44 Ull 01 White - 39 - - ®I ®lark 2 33 - - N1 Raw Usiber 32 - - R2 Maraan 4 1 1 V3 Deep Sold �� 1 6he���01' 11G (p1 fir 18-49 2 ,77 , 66,9I Ifs; ' f 73.bO e ,. ire;, %jwvnnea nenirars ���� ��������������������M��� ������N�������������� KEN IAL AGREEMENT BRANCH BBS TUNWI A WRA VALLEY H1CHwAY 154242511 425W15 wA vales 425-251-6561 _..._... „ @25-251-6561 FAX COG 9 t016Gi # 2748007 ' Agreement Date 02/02/18 ai m GREEN RIVER TRAIL Rental out : 02/02/18 09:00 AM Scheduled In ; D2/09/18 09:00 AM 23998 RUSSEL RD y y UR Job Lee 23998 RUSSEL RD, KEN x: JAMES ST@RUSSEL RD vR sob # 9 Ctias tomer Job ID: KENT WA 98030 a.o. # KENT TRAIL h Office: 360-893-1821 Cell: 253-259-5993 Ordered By : GORDON JU}HL Reserved By KEVIN WICKES j Salesperson c BRAD STOCKTON FENIX EARTHWORKS LLC PO BOX 677 j BUCKLEY WA 98321-0677 This is not an invoice Please do not pay from this document,"" dE,ELAt 1LENQ:1.._ ......._.___. .. _.-_...... ........_.�......_-..,.... _—........_.,. „_ ... .rw.,�.............iasc_, r {rr_y 3:au i13:n3nL ..DE (.riptron ---. .. - M11A1m4Y1I1 .,,.Dav Week 4 Week Ew{;inla Lied Amt, 1 I0679412 MINI EXCAVATOR 7400-9199k � 275.00 273.D0 950.00 2_400.00 9S0 0U Make: BOBCAT Model: E35I r J se,c,d,xPi : B3W211J1''Ill Met,,, ou0 75.60 _ .. 1 I0651610 MINA, PXCAVFtrbl7 ANGER ROWER UNIT 175.00 175.00 375.00 35C.00 375.00 Make: PALADIN - 1" bT Scyial.: 479162 - - 903/5609 , D STERR AOGER BIT ho 1.D0 1.00 1.00 1.00 1.00 Rental Subtotal: 1,326.00 SALES/MISCELLANEOUS/MISCELLANEOUS ITEMS: '„Py Item Lilco Unit of Measure Extendeo Amt. ... . ---.._._ ,.., ............ -....... 1 ENVSRONMLNTAL SERVICE CHARGE [ENV/MCI] tr7.220 EACH ] 7 22 Sales/Miss Subtotal: I?= Agreement Subtotal: 1,343.29 Tax: 134 32 COMMENTS/NOTES: Estimated Total: 1,477.54 CONTACT: GORDON JUHL CELL#: 253-259-5993 A CLjoAS;iTNC CHARGE III APPLY TO LOUIRRyFNT RETURNED WTTA EXCESSIVE DL➢7 CON(REI'R, ANLO✓UR SAINT CU TOMLUN 7S BESRONSd7aLE 6)R ALL tl dAMA(;G INrp CDING IFIRES. THEN:1 WILL BE AN ADG1ITT NAN CF3ARCOE FOR MISSING KEYS, A R3.FIIIIy N(, SERVICE f,`.PIARG111 BILL BE APPLIED TO ALL UNITS NOT RETURNED FULL OF' FUEL SEE BELOW FOR EXPLANATION OF REFUELING SERVICE CHARGE ESaIN LL*OF OREATORd A!R YOU OR YRUP EMPLOYE NE & (LRTI'FICATION 'TRAINING? VONT'ACT UNITED ACADEMY TODAY R44-222-2345 UR WWW,4ADT;➢.'%TInACADEMY.UR.COM TRAINING IS NOT AVAILA.ALF. ON CERTAIN EQUIPMENT IN CANA,DA. RieTIRNA65ENIAL!'64LEF.S,IQd+ PIAHLIRC Ankh^W YFtCFTCn TtlGN hdAMr}NMtyy 0.1RnRCk. ThUR InIP 1 Y' !0 ly Intvin Eb! i :al at er 0(!I Vl E1 Mld IR IRet 5 FI C r n sr" 11Y r N IsoL ,}pry Htll0 rospol aor"Isorso,.@. Fq d rP'. S Is1,ph.Aso,hpi Vam 4u M 0 r so,"'O ","phoI1 it.ORno,Ro (anus:" 0 11 Iw do'..III +xal d mnp In M E1 o 4 0,1 Oanssewd nR r, pI A eSr Ir so I I,tl n,ork,sell cs,000.,por I so,jofor ot abeh morsoopo 40 soA pool ill ON polostion, filloro Ill Owunenn I It A 44,m WeulYi A 1, NQII.�i 'QB..RtnRI@YE Qf__dA'L4LQR.YET{dS^L , 4% 1 A ..RT o 'E 61.E too b M Kf nl( FN UAMYKJ I HFI "0. Ci CP RkA@ RM. Y W1YAiNNNr@M.UG so, 4 YoksoiI 4W '_JApJYM 6 o,IsF4NWk }MF bl VIYh J9 MAC G,WAM p 6lWl ql wLfl M 4 NH i3M ANp N MfM A G4EA&l uq�yy➢MgYyG. �.,n alew rxncr, ueo alto v�rx ua o�u rcw m la ttir Wrilosern [�y CW F 4 N {WE, ! MY 1 Y IWAn p t 4 IN T AIIII.I.011 f1 � R.IF RMI'by tom.9HARGF C 1 p I R. 1 m k b 1 E."I i sh Ilk I l n (I R O.{ 1 I y E M1IN I Ill. eE. I W tm X r E 1,c 1 tlU to t p A.1 B RI v Iy9 aI, oNd e 'whois YV! Pobl, fl➢✓ru W era sk rv,k Errfr ERuaorAN1 tbo n.. r4nl star, w XVNlorao InOr,Ehr.rsi 11s,hrur tool Cnx 6,aP!one I'll,arlIM Iartal ookol'r4s.lr.n1 Ton 110M tl,ul tr➢ too Lho,,t ul on Ifim.no,pill reon tor(r I orOr's:o ERR]RQWIiN1ALS1%AlE,t.4NhFtQ& n x,.T n na 1 rw E rry Ir w L . IN Trawl Pura tisno 61 X nw Is, 1 s ^ b I n to n l Wg..) t U TRIO F Onxnmm 1 orsn ChOO,em'e rol ohok,asto it r5 mores rlaa Yoe era k.l Jamn at ulnf 1'®dosor'on Ceain nei nkUotyln9n X�l Io rs wfirw4a1 elvouvm t, r1"mno.b , rti So,.t`ol W I......EN 06r ool Not'. {➢IgNesmi GO Colorrorhnm.1lr Erpud n1lilmd Ai luY.rvl Poor"r,nor Y nrrokkai.C"llovrmr on,son III kor p oervo9 Yna hoo,Javoa clmHa For eatlaoml rploor _.ea lle Tum_r era Gositoro PRESS 6EFORE SIGNING.6q N p heart t t 6 I01 Oi 1 d r Sn4 b4 d Ito help d book IRO (11 I "pooh♦. nl r d rvy 11 b n or Wk pl wfilGh e 1 1. G aodd'roJ IXV{IM 1 M Eq er 1 I h Ilt'.: 9 1 l Y 01 altf P V,1{Idl7 t IM1 u tl k9h III,11 YII V R V 1 Ph um FI „EA I k1Y bE- r 1 d f 11 aimed i 16 p e,,ilsk Va" In told told Op x Wo itrou'rhRisew,RON I,,lospolil roJesirs is.any 11ifi Y epipplorbo,Goo.,soI f st p,.plopoolo'IsIr ffill or seld rollifillarrIp.1 Oba Riellip Hp E Gpoot,kr lollk roRk Iq a tire, g111 to furry Isk,op,or nm tAtarerreo a n."..{cline broAppe ispold.1a .h)11.ro,arholk lu b,p-0adrmnrkog slap;pll ondG.pie �Iran rnseleed nbn dead xl4 ARRpeabk}aarNy bubMbnt aprrarmem Ygla sold beba4lon do,.look lM EryYlp+nrwri llxmu X u ab v __CUSTOMER SIGNATURE DATE CUSTOMER NAME PRINTED UNITED RENTALS REPRESENTATIVE/DELIVERED BY DATE NOTICE SV dceneslo,g emlldwry ui Mq Eduhraeert IbY9nl abOoke Ut takInq dayrutua(6) to Un 1td for the Wlsted :dhows, Customer agrees to me bound by this F oroal Aga-I rrtl purhuding One terms and clundlt Gns' con(arnrd on the, Rona and back p ?6S of this ReelarW Agreement and ul'Iq' attached pages, even if the Rem.1 } :ernw,nt Rare riot berm fully ex(,K uiery, A LARGER NCRNT COPY OF THE TERMS AND CONDI PIONS' IS AVAILABLE. UPON REQUEST. ...—._ —.. ._ ...._ .. Page: I 0 United Rentals FORM 1524- 000 GENERAL SAFETY 09/00 Any piece of equipment can be dangerous if not operated properly. You are responsible for the safe operation of this equipment. The operator must carefully read and follow any warnings , safety signs and instructions provided with or located on the equipment. Do not remove, defeat, deface or render inoperable any of the safety devices or warnings on this equipment. If any safety devices or warnings have been removed, defeated, defaced or rendered inoperable, DO NOT USE THE EQUIPMENT! ! ! ! The use and operation of this equipment, accessories, and its component parts contain a chemical (s) known, t.c cause cancer, birth defects, and other reproductive harm. 1., Only operate if you have been authorized and are trained in equipment' s safe operation. 2. Check with rental yard on correct operating procedures. Call if you have any questions! 3 . Only use equipment for its intended purpose. 4 . Always wear proper safety glasses/shield, hard hat, safety shoes and ear protection. 5. Obey all state and local laws when driving, towing, and operating equipment. 6. Always maintain total control of the equipment you are operating. 7. Never fuel equipment while engine is hot or running. Do not smoke. 8. Always keep equipment away from wet or damp locations. water is an electrical hazard which could cause serious electrical shock. 9. DO NOT OPERATE DAMAGED OR FAULTY EQUIPMENT! CALL RENTAL LOCATION IMMEDIATELY FOR A REPLACEMENT. STOP USING UNTIL REPLACEMENT ARRIVES. 10. Always inspect your work area for hazards that may cause an accident. Remove debris and obstacles. if digging, always call all available services to locate underground cables, pipes, gas and water lines, and electrical wiring. Only operate equipment where it should be operated. Do not operate equipment on slopes of more than 20 degrees. 11. Always wear safety belt located on equipment. If the person receiving this handout will not be the user of the equipment, forward these instructions to the operator. If there is any doubt as to the operation or safety of the equipment, DO NOT USE ! ! ! CALL US IMMEDIATLY! ! ! FAILURE TO FOLLOW THESE INSTRUCTIONS COULD RESULT IN INJURY OR DEATH FASummaryForm m 6 FA Sheet No., 3 DAILY REPORT OF ORCE ACCOUNT WORKED ,�E NT Project Name 240TH ST PATHWAY Project No. 17-3004&09-3006.2 Item No. INSTALL 6X16'GATES Dale: 2/9118 Description of Work Work by SubconlraclorP: Prime Contractor: FENIX EARTH WORK Sub-Contractor: ,. .� `" , v LAW TI STR& NI TIME OVERTIME DOLLAR NAME CODE OCCUPATION Hrs I Hwdry Rate Hrs OT 11.1n AMOUNT Paintaf ourney level) S 30 22 24176 LABOR B 5377 43D 16 0 D 0' 0 0 0 SUBTOTAL LABOR'. 671.92 LABOR OVERHEAD&PROFI F,V 29% 194.86 LABOR TOTAL 866,78 EQUIPMENT EQUIPMENT OR ATTACHMENTS OPERATED STANDBY DOLLAR Equipment Fri pOvenl Ness flan Hrs fOotlly Re1e Nrs "ah"91by Rate AMOUNT flap bed Lmd 8 21,411 17128 0 0 np0 000 0 00o D00 0 SUBTOTAL-EOUIPMENT 17128 EQUIPMENT OVERHEAD 6 PRCEIT 21°/ 3597 EQUIPMENT TOTAL 207.25 MATERIALSdSEIR`WICIEWRENTALS MATERIALS,SERVICES Wantay Units UntPrice DOLLAR AMOUNT D 0 0 D 0 SUBTOTAL 0 OVERHEAD&TROT V 0 21% 0 TOTAL 0 Verification of HAWS Worked. To TAT 1,074,03 12%MARKUP (for Pirne when subcorlLacl work) N orl lor's pi&Ihrb[w0lnlvwWl "� P7y hale SHEET TOTAL. 1,07403 O.niers l4koNfC.wOnIHVen GI„2JTIF17Ca41 ........... ..-------- ....... .. r I' r y,y r , I i II , � r 00 12 ev lb r 't: l � rr c bb Y b �I i U Y r r ci co r j m C t, d i � V W x 04 00 �P s a (yi ; co CV) J r'�l%fir ,� � rr /✓//rf�����✓ r1 Will ffi co r' era rr N Jto " It U , r r N � J Q > j i N tYC O O U U) O U N co � � ✓ �r i f/� r r r " J r / /✓' Ijv n r :1/fi 1p r /,,, r li '(v//ir� d / ✓ / '"'F/ l% r/1 � ��.�m r, i'rr/i f A5 ✓ ' i r f ✓ r / y 'I� r, f�J/ A✓rrrr�. � r /r / �j0� rr r 0 / r r,., �rz 0/y i/ rl ? � �L�i r�ry r✓r % t�� r �0'„ � V 141 C6 '; a ' ,✓ j � J I� �l,r� na �fr;� �I; y� r ; j r r l ridi�'���jj �`" r I ' /. �„ '�'✓d� r r i(,Alj 'r01�� ���/!0�/'�N �, I;A �i/ (/Y % ✓ � rJ� J � Yr i hl 1 r I�' I ll�/�l'�1�'171>�Y�Ji � /i e� �r' 1 �„�� '"'N N� %0, r 9 irr✓ 111 Off / r /