Loading...
HomeMy WebLinkAboutPW18-348 - Original - R.W. Scott Construction Co. - 4th Ave & Meeker St Complete Streets Project - 08/31/2018 SENT Records Management Document i CONTRACT COVER SWEET This is to be completed by the Contract Manager prior to sn.ubrxnission to the City 0erlk's Office. A00 portions are to be completed, If you Ihave questions, please contact the City ClIerk's Office at 253-856-5725, ® Blue/Motion Sheet Attached ® Pink Sheet Attached Vendor Name: R. W. Scott Construction Co. Vendor Number (JDE): Contract Number (City Clerk): DVV 5 - ;WW Category: Contract Aareement Sub-Category (if applicable): C Y)Ym ,u Project Name: 4th Ave. and Meeker St. Complete Streets Project Contract Execution Date: Date of the Mayor's signature Termination Date: 45 working days Contract Manager: Ken Lanaholz Department: PW: Engineering Contract Amount: $454,316.00 Approval Authority: ❑ Director ❑ Mayor ® City Council Other Details: The existing s@dew adk,_crosswalks and ramps at to intersection, do not meet ADA requirements and need to be replaced. To meet ADA requirements, this compete streets project consists 6f removing and replacing existing cement concrete curb and gutter, curb rarnps and sidewalks and adding curb bulb outs," landscaping, and pedestrian push buttons. i I I i I � ➢rE � V � � � VI4 ry � 4eu �� 1 P i I( ( '�,;lu � � ,,, 'IfirYlwf � 1� r'1V)1, � .. �I, r�i wx •�. Ia prr�p O1�VIOIIlV1 b�ip1�G'���i ii�» Pu fi�r��iLl�tiiitU um igmiV �iiiiu �I 111 DIN(l�k`l �OVU�iip Ka �i�i 1� a � ICI ��aii�/ubmullm,rri'�ni mi&'�(�fiiiiU�ni I. �� 1� r �1V i4hI�U�V� ! NN '���/I U�IIU.II IIIIIII��/�PN$� ���II l,4Ji I IIJ�� IIUI �pli 1 li I I 1 1 1 ,l a�� lr � 1 i I �� 1 �r I 1 1 , � r 1 � r o , i I I y� I i I i 1 I I 1 i i I i PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. tE� Public Works Director i 6 400 West Gowe „""wiuwrrawuuio��'ll. N T Kent, WA 98032 w>s„,„IT.„ Fax: 253-856-6500 PHONE: 253-856-5500 ww�„.www ,.„,,irewweiivw.vm�iw�rrorre CITY OF KENT KING COUNTY, WASHINGTON 41h Ave. and Meeker St. Complete Streets Project Project dumber: 17-3019 ADDENDUM No. 1 August 13, 2018 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHAINGES ARE REN''LECTII:0 IN RED I •- BIDDER'S DOCUMENTS ALTERNATE II ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 00 500 Traffic Control Labor $ $ KSP HOURS Per HR 5017 1-10.5 810 160 Uniformed Off-Duty Police $ $ KSP HOURS Officer Per HR ($70.00 Min) 0 m d 3 C v Y o Mayor Dana Ralph,,,,T,,,,a� 11 — KENT SPECIAL PROVISIONS Page 1-7 — Section 1-04.9 — Use of Private Properties RICW'JE IE the first paragraph as follows: Staging and storage locations needed for the Project must be properly permitted for that use, 'The City 'will aflowwr ttm contractor to autil6ae op to 4 on-street parldng staigs on Meeker Street between 4"' Ave S and E"r` Ave® N. for staging purposes as directed Iby the IV.'ing'ineer. Page 1-21 - Section 1-07.23(1) — Construction Under Traffic REVISE. the third paragraph as follows: The Contractor shall ensure vehicles and pedestrian access through the intersection remains at all times. At least one travO lane in each wdiiirection slhaiV rennaiiun operl to 'tiraffic at aiV times. Dun-rig -non working Nwouw...-all shall r arn+ ffpe.n....ki, traffie„ Page 1-23 — Section 1-08.4 — Notice to Proceed, Prosecution and Hours of Work REVISE the second and third paragraphs as follows: 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 4 0 10�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 1.0c00 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 6 410 10„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. Page 7-6 — Section 7-05.5 — Payment REVISE the payment description for Trench Drainage Channel 6 Inch Wide with Frame and Variations Grate as follows: The unit bid per each for "Trench Drainages Channel 6 Inch Wide with Frame and Variations Grate" constitutes complete compensation for all materials, labor, tools and 2 equipment necessary to provide and install the trench drainage channel 6 inches wide with terrain heavy vehicle traffic frame and grate in accordance with the plans and detail in the Kent Special Provisions appendix. This item includes but is not limited to excavation, forms, concrete, Variations model heavy vehicular traffic trench drain grate and standard angle stock perimeter frame manufactured by Urban Accessories or approved eaM Uall, rebar and cleanup. III — APPENDIX 2 WSDOT Standard Plans and Miscellaneous Details AIG;ND the following new detail: fire.unch Draln Grate IPnarne IV — PLANS FZII:.'V'.ISE Sheet 5 and 9 as follows: Add bid (tern 4120 to the catch basin or the SW corner of the Iirutersectlion (S"VI'A 9+77.1.4). END OF ADDENDUM No. 1 Chad Bieren, P.E. Date Deputy Director/City Engineer Attachments: Miscellaneous Detail: Trench Drain Grate Frame 3 y U O Q a N O 1?0 N W m ¢ WO Si ZO a aB o 9' 8 : q (�O ' Q�"' ov ¢ ago mN Icgv aw o� �m ¢ � n9u q LL _ .. p 4yy2 _U v o ^+ m n � a� 33 f,Zn v t ? wIt Yi °i3 �a j U Y' va5 ca '. m [� o ` kcyoY" oSc � 3vwmv, c g fO v 7 0 mII ' W A N v m V i c m T 2 0 }o rG c'ct i.'° o Ei waua� ��+ ° nagv m /Ill � C spy x$ V1 a '" l3 fl gN NN; o � ° vaa ¢ o' j � m c f0 p Y W� rzae jx11 O ; LL000 JOODv '4 NL � v G3 6 2 m qb E v 'n 2 O W N L E N / d O v a N L p W H `m ?cE 'o u f— iDa a �� c� aw F g ¢ F ✓I m W n a ao� LLT s o > IQ �y z W wVU O r y... yy W rw:w fr`' w O M o v of uz LL a SS31 NO,6 30 SLN3W93S IVJIdd1 r 'J3dS SV H19N3I I1V83A0 r a ri LL I NDEX i Section 1 Bidder's Package Section 2 Payment and Performance Bond and Contract Section 3 Table of Contents Section 41 Kent Special Provisions Section 5 Kent Standard Plans Section 6 WSDOT Standard Plans and' Miscellaneous Details Section 7 Traffic Control Plans Section 8 Prevailing Wage Rates i f i CITY OF KENT" KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 4th Ave , and Meeker St. Complete Streets Project Project Number: 17-3019 i BIDS ACCEPTED UNTIL BID OPENING August 14, 2018 August 14; 2018 9:45 A.M. 10:00 A.M'. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR VAR } WAS H I N G T O N i SGoit O o S4ruc��cl 11 Iw�ttlrulr�ir"Ir�°S u�w�lr�ll�._.' ,�.a.� W KENv II COUNTY, Ill-FUN TON WENTSPECIAL PROVISIONS FOR Coilriplet,e Streets Project a : . o ro 2204th Avenue S., Kent, WA 98032-5895 n""UImariiI,IIix j, III... IIPU:bll TE, P.II1:3. II III...UC III1IIK UIU Vf:: TOR E TT WA HI N GT,GN 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 Certification of Compliance with Wage Payment Statutes 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 and Miscellaneous Details Traffic Control Plans Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through August 14, 2018 up to 9:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated.time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 10:00 a.m. for the City of Kent project named as follows: 41h Ave, and Meeker St. Complete Streets Project Project Number: 17-3019 The project consists of removing existing cement concrete curb and gutter, concrete curb ramps, concrete crosswalks and constructing curb bulb outs, new concrete curb and gutter, new concrete crosswalks, landscaping, pedestrian push buttons, traffic loops and ADA improvements. The Engineer's estimated range for this project is approximately $250,000 to $350,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Ken Langholz at 253-856-5516, Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. 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 KII4. d1p/,f� .ln<-°atwlwfss/.OWc9zlralft�rerotrq_ . Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 50/o of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 251h day of July, 2018. I Kimberley fi{ '10moto, City Clark' Published in Daily Journal of Commerce on July 31 and August 7, 2018. CONTIRAc rOR COMPLIANCE STA U"111:."IHIENI" (President's Executive Order Date— This statement relates to a proposed contract with the City of Kerr named 4"' Ave.. and IMeelkelr St. Com1plete Streets Project project Nuimlber� 17 3019 I am the undersigned bidder or prospective contractor.. I represent that - 1. I < 4a-v�, participated in a previous contract or subcontract 52.jecit to the President's Executive Order #11246 (regardi ng equal employment opportunity) or a preceding similar Executive Order, 54, (foil 54rvc4fayl . .... ................ NAME OF BIDDER BY: SI NATURE/TITLE /0015 L,/ . ,6/dOc� Hu-4 A/ ............. ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 4"' & Meeker Cornpk,U! ';[i eets/L,ji jl ol., 1 July Z5, Mts Project Mjrnber: .1.7 30 11) I c;ll."FY OF IICEINII" IEE UAL IIE',M1P11... U`H"II'dIl=1I'+ T oilE IE�oipruN' .'ry IPoII...acy 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 tirne 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 prune contractor will provide a written statement to all new employees and subcontractors indicating cornmitrnent as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of wornei7 and minorities. 5. Before acceptance of this contract, an adherence statement ,will be signed by me, the Prinne 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. For: Title: Date: 4°i t! W, l ar (_rarn lotf� ^.t.wfjt,/kIlighol;. 2 July 25, 2018 ho)u t Nulntie.r 1/ i01 9 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. R°i `x(4�¢ k rr Cr.rrgitictr 3trri 1:/L.ziria holz. 3 July 25, 2018 lmji (t iNmber 17 3019 CE°'111 011E KIII IIL... Ilf:::iIY III III,...OYMEN r PIIF11 II ."'III'°I114����Ty COM111P41 11I s°rA IllI°'r "[his form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as 4ph Ave, and Meeker St, Complete Streets Project/Project Number: 17-3019 that was entered into on the (Date) between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1,2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By: ----------_____________-__... ._. Fo r: Title: Date: 11°1& Pii chvr C(wgr lnk! Sl !et /I mgholz 4 Ally 215, aGO W Projc.0 Phunber I/ M9 � | PROPOSAL To the City Clerk City Hal| Kent, Washington 98032 | heundersigned hereby certifies that v^ w'~' has examined the job site and construction details ofthe work asoutlined on the �� plans aoddcsc�bcdin the speci8cabonofor the project nanned ^� Ave. and Member St. Complete Streets Project/Project Nunml 17~3019 for the City uf Kent Washington, and has read and thoroughly undarstandxthe plans and specifications and contract governing the work embraced in this innppuvenoentand the method by which payment will be nnadc for that work and hereby Proposes to undertake and complete the v"urkembraced in this irnprovenncnLin accordance with the bid and contract, and at the following schedule of rates and prices: 11140TE TO BIlDl 1\ All bid items are described in the Kent Special Provisions (KSP) or the Standard Specificatiuns (YYSD0T). Reference the Section No. listed in this proposal, where the bid itcnoisdescribed. / 2) Proposal items are numbered in sequence but are non-continuous, J) Unit prices for all items, all extensions, and total amount ofbid must be shown, 4. The City will either award Alternate I or AUternatm2. ALTEKNyJEl - STREET O N�� 1006 2 83,5 108 Roadway Excavation, $14.80 $1,480.00 VV3D[7[ CU Yl Including Haul PcrCY Any bids not filled out properly may be considered non-responsive. > / 'I ^mmoeke'comv|cayre�e��aou|m�z � ]uy Zs' zo/: ALTERNATE I MPµmMMUNIT TOTAL __ NO, NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization i6410 0D$ 10,000-60 WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $ �rtab° •00 $ S C)o WSDOT LUMP SUM Per LS 1010 2-02.5 110 Remove Existing Asphalt $ 66 , $6r KSP SQ YDS Cement Concrete Pavement Per SY 1015 2-02.5 100 Remove Cement Concrete $ �� �° $ 00n i n KSP SQ YDS Pavement - 8 Inch Depth Per SY Reinforced 1020 2-02,5 94 Remove Cement Concrete $ L(a aC KSP 5Q YDS Sidewalk Per SY 1025 2-02.5 170 Remove Cement Concrete $ jS.00 $ 60, KSP LN FT Curb and Gutter Per LF 1.040 8 09.5 1 Removal of Raised Pavement $ $00-00 $ % 00-00 KSP LUMP SUM Markers and Painted and/or Per LS Thermoplastic Traffic Markings 1050 2-02.5 190 Saw Cut Existing Asphalt $ 1S-p0 $ KSP LN FT Concrete Pavement Per LF 1053 2-02,5 50 Saw Cut Existing Cement $ 7-0 .00 $ I)Qpp. 60 KSP LN FT Concrete Pavement -. 8 Inch Per LF Depth Reinforced 1,055 2-02.5 70 Saw Cut Existing Cement $ 16 60 $ -700 00 KSP LN FT Concrete Pavement or Per LF Sidewalk 4°i& Mceker Complete Strcets/Langholz 6 July 25, 2018 Project Number: 17.3019 ALTERNATE I _ __.. _ ..._ .____.....__..w_.........._ a"II"n 11� p Bblfmlf"62�ux. tt'IE11 tlAI�lY"u" r II"A4,11.. imo� imob Q UABNTKTY PRICE APnIMOIXDCkrll.. 1060 2 03.`I 50 Roadway Excavation Incl, $ o' c0 $ l-''oOt7, b0 WSDO"f CU YDS Haul Per CY 1075 4 03.5 80 Gravel Borrow, Including $ -7o'00 n$ �3 600, o KSP TONS Haul and Compaction Per TON 1080 4-04.5 60 Crushed Surfacing Top $ KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 10�35 4-04.5 15 Crushed Surfacing Base $ � tr 'o0 $ pa' OLI r7C� KSP TONS Course, 1-1/4 Inch Minus Per TON ------ - 6.00 Min- —) 1095 5-04.5 40 HMA Class 1/2", PG 58V-22 $ Lf3 ®` (70 $ I-7'200 p0 KSP TONS Per TON 1A10 5 04.5 190 Planing Bituminous Pavement $ 5��C' 60 $ KSP SQ YDS Per SY _ _... -- .... .- -- ..... 1125 5-04.5 10 Hot Plant Mix for Temporary $ /Z5,00 $ KSP TONS Pavement Patch Per TON �$- o.0d •�V,d70�.��>cr I14t) 5-05.5 75 Reinforced Lampblack Cement $ $ KSP SQ YDS Concrete Crosswalk, Per SY 8 Inch Depth 1142 8-14.5 60 Cement Concrete Sidewalk, $ /(e),00 $ ,COS?. " KS11 SQ YDS 8 Inch Depth Per SY 17.45 8-14.5 80 Cement Generate Sidewalk - $ )0 $ KSP SQ YDS 4 Inch Depth Per SY A°i P Maeker Crmiplct�:5tre.ul�/L.a rig hcriz 7 July 2., 20J8, F§ojer.,t: Number: 17-3019 - ALTERNATE \ ' iiEw SE CTT0�4 XFP4i6 AIMOUNT n8 1212 8-02.5 l Meeker Street 8|cyd ��o Rack, � /` � KSP EACH Type Per EA 1212 8-02.5 Z Meeker Skeet Bench $ ��` �9� »O� KSP EACH Type 1 /Back|essl Per EA �wL1� ~ �� 1214 8-02.5 1 Meeker Street Litter $ �»� $ 60e KSP EACH Receptacle, Type 1 Per EA � �1220 7-053 2 AdhustExisUng Catch Basin $ r��0' �� $ ^ / �dO OP KSP EACH Grate tu Finished Grade Per EA ) 12I3 7-05.5 1 AchustExisdngStorn1 $ �75000 $ �7 50,op KSP EACH ManhUk Lid to Fit Curb Per EA (Rotate) 1225 7-05.S 2 Adjust Existing �� ng Manhole � S 0 �8` $ it Soo, 0 ' KSP EACH tn Finished Grade Per EA ���� 1230 7-12.5 4 AdiustExiSting Valve Box $ 0�~� �$ KSP EACH Top Section and Lid to Per EA FioiuhedGrade 1315 8-28S 5 Pothole Utilities $ 11000 $ KSP EACH Per EA 1]28 8-30.6 1 Project Sign Fabrication and $ I/I-17dn0 $ //z'»u, 0 C) \ / KSP EACH Installation Per EA �wamee�� cvmp|nms,mcu/�anwhuh 8 M|yzs, zoz8 pojnc, momhec17 W c) ALTERNATE I, ..... .. . a.m_ti.�.......:....._-......a. ,m.. ._�._.. ...roe„,. .,,..fl, .IfW II:CTFOIN AIPN'yROX. T.."in:::',114 UNIT "II"U 11—All.. IfbNO, NO., 0.' UAII' T:Ifry PIFRIC11::: Ak1140U.UIIW"Ir _...m_... __. w. . .__. _. _.ww W .,.„ _._..,..... . .. ,....� ... _ ..M�... ............. CI C5 O "1 0.0 t:.) t31.`.y 2 C)7.`.:; 25 UWatering ^� Z,00 $ 'm' KSP HOURS Per FIR J...Y.)rY 1-04.4(1) 1. Minor Changes $7,000.00* $7,000.00 WSDOT CAI...C:: Per CALC "Coiunttnl pi is r I� 111 birlr(tarr 1360 8-03.5 1 Irrigation System $ 17,175 oz $ 51175 WSDOT LUMP SUM Per LS 1370 8-14.5 80 Detectable Warning $ % , . rn $ -7, nLI0. 00 KSP SQ Ff Installation Per SF OD 'is 00 2115 7 15.5 1 Service Connection KSP EACH 1 Inch Diameter Per EA 2145 7-15.5 10 Water Service Line $ .S.e.'. $ v6.) , KSP LN FT 1 Inch Diameter Per LF 2205 7-15.5 1 3/4Inch Meter Setter $ 'to,1O 00 $ >l6Cl0, 00 KSP EACH Per EA ...... .... 2220 7-15.5 1 Meter Box for Up to 1 Inch $ ��d' $ 1()r KSP EACH Diameter Service Per EA 4005 7-04,5 17 SDR 35 Storm Sewer Pipe, $ ; 7 ra g KSP LN FT 6 Inch Diameter Per LF _ _..._ 4080 7-05.5 1 Catch Basin, Type 1 �A)o f1r, $ KSP EACH Per EA 4" & MrI Fr 51 7uly 2 a, 20YF3 F5'gietd: INumbor: :1.7 1019 ALTERNATE I w ... � .....„...„ ��w If.TU'II� "�N::U�ttUUbll'� ,IaIPIfTII��D%. A,1fN"U� UUIWI]CT TR�N",FUII.. . _ . ................. 4'1 :I TV I:xiII�AC'll::: .IX�th' OUNIM1N..�.. N��.^ . .. . IIdCD. t564... ............._......._. .............................. ............ _.._ W. _.�_... 4107 7-05,5 65 Trench Drainage Channel '� i s 0 $ 1?1'? KSP LN FT 6 Inch Wide with Frame and Per LF Variations Grate 1 IU 7-05.5 1 Circular Frame (Ring) and $ $ y)0 KSP lii'rACH Cover, Type 2 Per EA _..........._ 47 20 7 05.5 1 Vaned Catch Basin $ CI c a Q o$ KSP EACH Frame and Grate Per EA 4155 7-08.5 7 Foundation Material, . $ TOA90 $ 560,00 KSP TONS Class I and II Per TON cro 5005 1-10.5 300 Traffic Control Labor $ c�6, $ tG; V)0-0 P KSP HOURS Per HR ............................. . ... . .................. ------__......._.._.._...._....__........_.- --— ......._......_-. 5010 1-10.5 420 Construction Signs Class A $ S' 0 ? $ C' 3®o. 00 WSDOT SQ FT Per SF 5015 1-10,5 300 Traffic Control Supervisor $ c= <00 $ KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Control $ At%N 000 '110$ /0" C. CIO n 0 KSP LUMP SUM Devices Per LS 5030 1-10.5 25 Portable Changeable Message $ '35,o D $ KSP DAYS Sign (PC'MS) Per DAY 5075 8-22,5 1 Permanent Channelization $ 5° �7S.r-a $ KSP LUMP SUM Per LS 4°' lA kl(xikei Compk�h 4tre(ts/angholz 10 July 75, 2 '13 FIiojc(A Nionlwi II 1019 ALTERNATE I { ..........,. ..._._..........�xIL '11'1f�911�.... ......a'•b,:V�ll"h I'N)C..... ...�...,�._»......,....... .,.,..,...............,. 1r"U"IIm IEU NO., No., QUUAN'I':II:TY _ _ _ PRICE _ AlMODUII'�"U. 6008 w_.�.8-20 W5��. 6.,,Y�Mnnm�wW�nPedestrian Pushbutton .. KSP EACH Assemblies with Post and Per EA Foundation 601..`7 8-20.5 9 Induction Loops - KSP EACH 6 Foot Diarneter Per EA 6030 8-20.5 2 Junction Box, Type 1 $ toa- se $ 0 7p KSP EACH Per EA 6040 8-20,5 3 Junction Box, Type 8 $ ), to 9.00 $ 5 19 ,g o oq KSP EACH Per EA 7015 8-01,5 5 Inlet Protection KSP EACH Per EA 7055 8-015 1 Erosion/Water Pollution $4,000.00* $4,O00.00 WSDOT FORCE Control Per FA ACCOUNT *Common price to all bidders 7070 8-01.5 100 Street Cleaning $ a o ® $ WSDOT HOUR Per HR 3000 8-02.5 1 Street Tree Planting and $ 6Ce $ KSP EACH Staking Per EA 8003 8-02.5 1 Landscaping �, B �) / a ° ' PO KSP LUMP SUM Per LS Alternate I Total $..._..,,.. _._...._............ ._.... — ------ 4"'74,.Nloeker July ,'S, 20 PF Project Numbor: I17-3019 ALTERNATE II ' --ITEM SECTION APPR0.X---- . ....N' .�--- ----------- _-._�...... �ITE M UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT C r9d:00 3�,ry+J� .�9 1000 1-09.7 1 Mobilization $ '� $ WSDOT LUMP SUM Per LS 1005 2 01.5 1 Clearing and Grubbing $6, 'J'a"19 $cjo � n WSDOT LUMP SUM Per LS 1010 2-02.5 140 Remove Existing Asphalt $ Go • oQ $ -S KSP SQ YDS Cement Concrete Pavement Per SY 1.015 2-02.5 245 Remove Cement Concrete $ *b° '9" $ " ' KSP SQ YDS Pavement - 8 Inch Depth Per SY Reinforced 1020 2-02.5 11.2 Remove Cement Concrete $ 170,°o $ L1,ci t KSP SQ YDS Sidewalk Per SY 1 1025 2-02.5 246 Remove Cement Concrete $ 11,0" $ KSP LN FT Curb and Gutter Per LF 1040 8-09.5 1 Removal of Raised Pavement $ 30o 'o $ KSP LUMP SUM Markers and Painted and/or Per LS Thermoplastic Traffic Markings 1050 2-02.5 220 Saw Cut Existing Asphalt KSP LN FT Concrete Pavement Per LF _... ..... ....1053 2 02.5 142 Saw Cut Existing Cement $ 'C.o, 9 $ 2,4 �o, o KSP LN FT Concrete Pavement - 8 Inch Per LF Depth Reinforced 1.055 2-02.5 95 Saw Cut Existing Cement $ KSP LN FT Concrete Pavement or Per LF Sidewalk 4"' &Meeker Complete Streets/Langholz 12 July 25, 20_8 Project Number, 17-3019 ALTERNATE II dA,IPIrkr'qox. U114;1.11' "Ir'o"IFAIL ..................._....NO,, .._..,,,,...��.un�il�°ra r�r � ... ...... .__.......,.._..w. ......_w ......._........ _..,.,... ._.. _..ir I�it.��. . _..........Aumagu�.N!I:_...... (_ g n 1060 2-03.5 60 Roadway Excavation Incl, $ 0 4? $ � ' WSDOT CU YDS Haul Per CY 1075 4-03.5 90 Gravel Borrow, Including KSP TONS Haul and Compaction Per TON 1080 4-04.5 70 Crushed Surfacing Top $ 4,0v $ S.v60a,� � KSP TONS Course, 5/8 Inch Minus Per TON ($6,OU Min) 1.085 4-04.5 20 Crushed Surfacing Base $ aJ 99 $ 1)60 '� 69 KSP TONS Course, 1-1/4 Inch Minus Per TON 1.095 5-04.5 45 HMA Class 1/2", PG 58V-22 KSP TONS Per TON 11.10 5-04.5 189 Planing Bituminous Pavement $ SS• 11 n $ Pry'" ' P KSP SQ YDS Per SY 1125 5-04.5 10 Hot Plant Mix for Temporary $ � z S= � ' $ Y KSP TONS Pavement Patch Per TON D _ a4 1141 5-05.5 200 Reinforced Cement Concrete $t 70. ao $ ' KSP SQ YDS Crosswalk, 8 Inch Depth Per SY 1,1112 8-14.5 80 Cement Concrete Sidewalk, $ r3r.00 $ f'e KSP SQ YDS 8 Inch Depth Per SY 114 8-14.5 96 Cement Concrete Sidewalk - $17a,o o $ all S zP,o KSP SQ YDS 4 Inch Depth Per SY 4"' R, Ir9rAei Comjp� iar 54f:rri t,/I mgholz 13 July 2.>, 201Fi I'roi C(A Nurnlnerr, 1T-J019 AL"I"'ERNATE 11 1"IfIEIMU E�1iff4SII'� All�lf>II1�ay�, IC'11"UmM flUNII"ll" rOTAIL PRICE AIh O UNT 1205 8" 0/1.5 270 Cement Concrete Curb and $ � I� ° � $ KSP LN FT Gutter Per LF 1.21`.' 8-D2.5 1. Meeker Street Bicycle Rack, $ 1 J 39. 00 $ a 'MS' "4 o KSP EACH Type 1 Per EA 1213 8-02.5 2 Meeker Street Bench $ T,Sr1y KSP EACH Type 1 (Backless) Per EA 1214 8-02.5 1 Meeker Street Litter $ o�r q`2 $ KSP EACH Receptacle, Type 1 Per EA 1220 7 05.5 2 Adjust Existing Catch Basin $ $ t KSP EACH Grate to Finished Grade Per EA 1223 7-05,5 2 Adjust Existing Storm $ KSP EACH Manhole Lid to Fit Curb Per EA (Rotate) .... ............ .... .............. ...... ....... . .. ........... .............., ......... ..... .. .. . .... 1225 7-05.5 2 Adjust Existing Manhole Cover o � KSP EACH to Finished Grade Per EA .0 9 1230 7-12.5 4" Adjust Existing Valve Box $ C101' �0 $ � ,6 9� KSP EACH Top Section and Lid to Per EA Finished Grade -..-... .........._..-.. 1315 8-2&5 5 Pothole Utilities $ 1ZS ° $ KSP EACH Per EA 1320 8-30.5 1 Project Sign Fabrication and $ 7Y4�.o, $ l,.Z KSP EACH Installation Per EA 4°' & Clef°ker Ct mplF hr. Streot5(Langholz 7.4 Ally 25, 20,18 Project Number: 17-3019 ALTERNATE 11 ar�Irl�u��� uI�� Ilf.�aireun.�, �usl�i��a�X�..mm�.. _. ... ir.'Ir�u�� �II�Ir.T IrO•li�.�... Au... 40. NO. QUUAII19 l Ir B N' PIRIECIE AIMO UllN If I345 1 07.!:I 25 Watering $ 'Z.0' 00 $ 'D KSIr'� HOURS Per HR ll355 1-04.4(1) 1. Minor Changes $7,000.00* $7,000,00 WSDO-I CAI Per CALL "C o nrroon pEice to all biddersmm a o 1. 3E;CU 0-03.5 1 Irrigation System $�, r15'n 175 ..g WSDOT LUMP SUM Per LS _. .. ... 1370 0-14.5 105 Detectable Warning $ '� $ KSP SQ FT Installation Per SF 2115 7-15.5 1 Service Connection $ vro .U, $ V'O- 4 J KSP EACH 1 Inch Diameter Per EA 2145 7-15.5 10 Water Service Line $ 30,00 S$ ao,o.o KSP LN FT 1 Inch Diameter Per LF .,. .. 2205 7-15.5 1 3/4 Inch Meter Setter $ 400'7.94- $ KSP EACH Per EA 2220 7-15.5 1 Meter Box for Up to 1 Inch KSP EACH Diameter Service Per EA ..........,,, ,,._........ 4005 7-04.5 17 SDR 35 Storm Sewer.Pipe, $ ��," � ® $ 5�^`v 9 KSP LIN FT 6 Inch Diameter Per LF 4080 7-05.5 1 Catch Basin, Type 1 $ 11%317. 99 $ P'VOO° a'`1 KSP EACH Per EA 4'�' Rt Mrr ker Complete 5kr€r is/Lar'iy Yiiulz 1S ➢ily Prniect Rlu mGer: 17 3019 ALTERNATE II SECTION._... . ,......,. ........ ._. _ E_.M.. UNI. �—U14..T ._ .. .__ .. � ITEM APPROX, IT TOTAL.. �.. NO. NO. QUANTITY PRICE AMOUNT 4107 7-05.5 65 Trench Drainage Channel $ X% "q $ q�'7' KSP LN FT 6 Inch Wide with Frame and Per LF Variations Grate ' 4110 7-05.5 1 Circular Frame (Ring) and $ g.10a ) $ KSP EACH Cover, Type 2 Per EA 4120 7 05.5 1 Vaned Catch Basin KSP EACH Frame and Grate Per EA 4155 7-08.5 7 Foundation Material, $ KSP TONS Class I and II Per TON '1a7�.o ? 5005 1-10.5 300 Traffic Control Labor 6 0 $ I<SP HOURS Per HR 5ao6 Ql.a = 5m _..........._ ._......._........._._ ..... __-.. ..........._.__............. . _._._.-....-. _.,w._-__. .... 5010 1-10.5 420 Construction Signs Class A $ Is, ' ,> $ G WSDOT SQ FT Per SF _. .... .................................. ..... .... ...... ....................... ...... ........ ........ 5015 1-10.5 300 Traffic Control Supervisor $ 50- 0'0 $� (1) a 'j,, ao KSP HOURS Per HR 5017 1 10,5 80 Uniformed Off-Duty Police mill 9 KSP HOURS Officer Per HR ($70.00 Mini 5020 1-10 5 1 Temporary Traffic Control KSP LUMP SUM Devices Per LS ....... .. .. ._,_ _ .._ . ....... ...... „ . _............... 5030 1-10 5 25 Portable Changeable Message $ f �� $ s�S KSP DAYS Sign (PCMS) Per DAY 41°b Meeker Complete Streets/Langholz 16 July 25, 2018 Project NuMberr, 17-3019 ALTERNATE 11 1�r ups 76 aalr�u>k6T ntru u Ti TO"n-; N... NO, NO, i�WTITY I�I�.ICE �01�d�'9N.UVmN'q' 5075 8-22.5 1 Permanent Channelization $517SV_01 KSP LUMP SUM Per LS 6008 8-20.5 B Pedestrian Pushbutton $L�1 ?de''n KSP EACH Assemblies with Post and Per EA Foundation 6015 8-20.5 ....,_11 Induction Loops - KSP EACH 6 Foot Diameter Per EA ......... ....... 6030 8-20.5 2 Junction Box, Type 1 $ $ KSP EACH Per EA ,.�� 6032 8-ZOS 1 Junction Box, Type 2 $ 7> $ )000'" KSP EACH Per EA 6040 8-20.5 3 Junction Box, Type B $ t� c<'.�o $ 5'C dclm•ryn KSP EACH Per EA 701.5 B-01.5 5 Inlet Protection KSP EACH Per EA 7055 8-01.5 1 Erosion/Water Pollution $4,000.00* $4,000.00 WSDOT FORCE Control Per FA ACCOUNT *Cornrrion ririce to all bidders 7070 8-01,5 100 Street Cleaning $ )7_6'00 $ WSDOT HOUR Per HR 8000 8-02.5 1 Street Tree Planting and $a>O, 00 $ 6Sa, zr KSP EACH Staking Per EA 1"i& 1�IeclCu congrla'Le Strpctvl amghol2 '17 July 25, 2018 Project Number: '17-3019 ALTERNATE: II ttIIP: fl IIMN;L'll Io'1AL ...._ .._ .� .. . ... ...... .. �... ..., �. . ,woes.��w ,.. ,PIKE II::: IM �,....11 . FdO. F1C3. ®&J�fdTL"TY IPII�hll Allti��&9.'IIIgN�.. . 8003 8-02.5 1. Landscaping K`iP LUMP SUM Per L S SC Alternate I1 Total $ m r_ , , t try C7 4"'ya 1 C1rnuoPle Y�.2 f5t:r�'a•t,/0��:ew�,�hnlZ III July 25,20 W Project Number: I1.7 30t9 I1II SUMMARY AReirrate I ,,,...,.._.._........... ...._..........................w.... 1011 AB... 11:3111.) AMOUJIU'C1 Alternate II TOTAL BID APNOI!(Vf .._..._._.. _ .._..........ww_.._ ............... ..__....w_..._..................:__ mceked Cornplr n ;>tre„r p /I Jngholz 19 July 25, 2912 Pro)rct NurMwr, ➢7-3019 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier Of Subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: 4."'. Ave. A l 1M.peke r St Cowl p Project Number: IT-3 0 19------------------- JJ Subcontractor Name i Item Numbers kvM, (" I L4 I Liz ............................... ... .................. Subcontractor Name Item Numbers ............ . .......................... ............. ---------- ------ .............. ................... ........ Subcontractor Name Item Numbers —- --------- -------- Subcontractor Name Item Numbers ................ ...... Subcontractor Name Item Numbers ----------------------------------------------- ............... ............... Subcontractor Name Item Numbers ----------- Subcontractor Name Item Numbers ZV CONTRACTOR'S SIGNATURE . ....6e,,eo .......... -----------—----------—------------------------- T1` o. r�looi<cir ,'oii pl� (,, �aie,Avl w uiliio,, 20 July 25, 21)IS I,[oJ e(t N I I[I I b,IV P 7 A0 1 1) � � SU113CON r1RAcraik ��s"T" (Contracts over1 million doUars) Nammemf Mdeir� 9 - W. � * ������ ���mm�: Avu� and P roject Miummber: Pursuant to RCYV 39.30.060, Bidder shall list the names of the subcontractors with p/h000 the Bidder, if awarded the contract, will subcontract for performance ufthe 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 tuper{orrntheuarneworkuha|| rendertheDidder/sDidnVn-responsiveand' thereh>re, void. Hcadoy/ Ventilation, and Air Conditioning Subcontractor Name: \ Plumbing Subcontractor Name: Electrical Subcontractor Name: Signature of Bidder Date , 4m�Mneke, 1omp|eLesueea/[aou:o|z )ul' zs, zVz$ Fro ec Ill umbecz7 11 010 CON�•,rIlRAC " ' QUA.III,,.'�?��Ilf,r'�1�� �"'�ION S��„1•. �'IICI MI:..:.:IN 1•. TI-IIw CITY WILL fa°I:'V.I0M THE CONTRACTORS TORS RFSI ON,S ,S TO 'T THIS FORM TO DETERMINE WHET14ER THE IIIIDIDI`4@G CONTRACTOR IS IIE'slONSZftl..lk TO PC'IIITcARM THE CONTRACT Ndhd'CARK. THIS FORM INCI UDES C I'T"I" I'A I.STABLIS14E D BY STATE LAW T"IIAT"MU'�s"T BE I+llrI.. 70 BE CONSIDERED A RESPONSIBLE BIDDERAND QUALIFIED 'k"CD BE AWARDED 'T-HIS PUBLIC WORKSPROJECT AS WELL AS SI9PPL MI:NTAL CRITERIA ESTABLISHED B THE Cr7 D TTI" AT ARE APPL.ICABI....E TO 'T'ITI..S I•nIIBLrC WORKS PROJECT. CT.. THE BIDDER Sliffdgldl.lD READ AND RESPOND 'T0 'I"IIIS FORM 42A1aE"FULLY. 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 perfonTi 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 clays after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single rernedy 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. 4"i 8, 22 July 25, 2018 Pro,�i l INumbel I/ }m 9 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETEI`AND STGN THIS FORM AS PART OF YOUR BID. FAILURE 71') PROPERLY COMPLETE THIS FORM MAY ALSO RESUL 7 IN A DETERMINA Hcm THAT YOUR BID IS NON-RESPONSIVF AND rHER�...`FORE riMOID, THIS DOCLIKEIN'll' HAS ][impoiR.'rAINT ILIEGAIL COINSEQUIEINCIES: COINSUIL-li-A-11014 WYTIH AIN All'TOIRII'411: Y IS EINCOUIRAGII.-EID WIT11-1 RIESPEECTTO ITS COMPILETIOIN 011R. IMOIDICIFICAT1Ef.WII4. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not 'o 1,10 MISICNIC1,111q. SUBMITTED BY: .................................. NAME: ........ ADDRESS: PRINCIPAL OFFICE: —---------............... ADDRESS: PHONE: FAX: .......... STATUTORY REQUIREMENTS ® Per state law a bidder Mug meet the following responsibility criteria 1. Required Responsibility Criteria 1,1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW, 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under 4"' K Meeker Complete Streuts/Lanyholz 23 July 25, 2018 Project NuMber: 17-3019 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). 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. SUUP: PLE61EfvrAL CRITERIA — Established by Hwe Cully to au .-Aewrunine bidder reg3onMbiliIty 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names ,has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of /4W 2.3.2 State of incorporation:poration: A/A 910'W-,11e 2.3.4 \Air I)ra.��t odr nt » nor;171 s F/-f*n .��n+^1 2.3.5 5 cua,9rmy nairw: 2.3.6 fre-a ure name: f/ri�a a �u✓J 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicator; liccn<,e numbers, if applicable. 4`' E, Meeker Complete Streets/Langholz 24 OA 54*AtZ. July 25, 2018 Project Number: 17-3019 _ r2-7 4f 0 \ ` 3.2 List jurisdictions in which youropganizatioU'n partnership ortrade name is filed. ��"� ��� 4. EXPE0!ILEyNCIE 4.1 Ust ,hacnhoqoriesv[ �nrk that o ra0i�utiun with its own |�orc �^&���rW�m��� ���m���*~� �~m���� �~~ � ~~ ~'~ v ~'-�� &� ^��A � ��- 4.2 UasaodS `t�� (Ifi�� 'no0/erhVony $y the questions below isyes, please attach dctai|s.) 4.2.1 Has your organization ever failed to cnnop|cte any work awarded to it7 00 4�2.3Are there any judgments, dainns, arbitration proceedings orsuits �� peoding urnutsianding agafnot your nryanizabon or its noicers? �°«v 4.2.3 Has your organization filed any law suits orro( ucstWdnrbitrahon ^ 0 vvithregard to construction contracts vviihinth8last U°eyears? m�-0 4.3 Within the last five years, has any officer orprincipal o[ your organization ever been an officer or principal ofanotherorganization when it failed 10 cornp|etca construction contract? (If the answer is yes, please atta-ch detai|c.) A)d 4.4 0na separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, arcWiect0rdesign engineer t un\, percent complete and scheduled completion date. �� ,��m nwo4 �� ' 4.^�.1 State total worth nfvvorkin progress and under contract: "4�4� a—=� 4.5 Oil u separate sheet, list the major projects your organization has completed in the past five years/ giving the nanoe o[ project, owner, architect urdesign eng}8e(. �, contractaoo6Vm(/ date of completion and percentage of the cost ofthc work perfnrrned with Your ownforccs� � ���°F���" ~- 4.5^1 State average annual anonuntof construction work perfornoed during the past five years: (G74- /D *v, 4.6 On a separate sheet, list the constru d c000no|tnoentsofthe key individuals nf your wrganizmti 4.7 On a separate sheet, list you r rnajorequipmmpot 5 R I F I IR I IN C I S 5.1. Trade References: 5�2 Bank References: 53 6urcty� � 5.3.1 Name o[ bonding company: 5.3.2 Name and oddreusofagent: ^* ~ � v~wwm»rv� *o meckmrconvIeL, suaeu/moo|�o|, 25 ' ozo prx]ect Nun brr1/-3o/x FINANCING 6.1 Financial Statenuent. 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 inforration. The City's request for this. information shall riot be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Narne and address of firm preparing attached financial statement, and elate thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.114 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 e day of .. .. 2018, Narne of Organization:JGK/ .. ...... ... .... cez.......,... By: _ _. ..,, ... .........--- Title: ..... __.... li11,K McekcI (uinhk [i• 3tI /I ]1i)holz 26 July 25, 2018 Rroje l Number 1/ 3019 7.2 `��� T being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and vvt before ay of _ ..., 2018. :.. r .... Notary Publicme thus �d'� � My Commission Expires ? » d :February 15 2021 �'A t , 4"' &Meeker complete Streets/Langholz 27 7uly 25, 209.8 Project Number: 17-3019 C.Y F i" C 00 Y ( � - �" 0 a" C1 � 0 w' v � n r no)tq 1 0 Lu P9 5643-1 R. W. SCOTT CONSTRUCTION CO. 4005 VV VALLEY HWY IN STE A AUBURN WA 98001-2442 DETACH BEFORE POSTING P BUSINESS LICENSE STATE OF WASHINGTON Unified Business ID 4: 600298242 It 1, Corporation Business ID #: 001 Location: 0003 R. W. SCOTT CONSTRUCTION CO. Expires: Jul 31, 2019 77 4005 W VALLEY HWY N STE A AUBURN, WA 98001-2442 UNEMPLOYMENT INSURANCE - ACTIVE INDUSTRIAL INSURANCE -ACTIVE yr MINOR WORK PERMIT-ACTIVE TAX REGISTRATION #600-298-242 -ACTIVE DUTIES OF MINORS: SHOP DUTIES, WASHING VEHICLES, GETTING PARTS, ASSISTING MECHANIC, GET TOOLS, YARD WORK. LICENSING RESTRICTIONS: It All work performed more than ten feet above ground or floor level is prohibited under the age of 18. WAC MI 296-125-030(28) It is the business's responsibility to comply with minor work permit requirements. See WAC 296-125-030 and WAC 296-125-033 for non-Agriculural and WAC 296-131-125 for Agricultural guidelines and restricted activities. p A j TI, named j This document lists the registrations,endorsements,and licenses authorized for the business .., above.By accepting this document,the licensee certifies the information on the application was complete,true,and accurate to the best of his or her knowledge,and that business will he conducted in compliance with all applicable Washington state,county,and city regulations. Director,DepariWnt of Revenue N, R. W. SCOTT CONSTRUCTION CO. General Contractors—223.01-RWSC0C*229MU 4005 WEST VALLEY HIGHWAY NORTH, S=A,A013URN,RrMMGTON 90001 PHONE: (253) 351.0001 FAY.: (253)351.0055 R W. Scott Construction Co. 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: RCVV 39.06.0M No agency of the state or any of Its outlast subdivisions may execute a contract: "I tNdt any Convector who Is not registered or licensed as maybe required by the laws of this state other than contractors on highway projects who have bean pfoquapflad es required by RCw47.28 0_70,with the department oftranspordalkin to perform highway construction,reconstractlon,of malatenancs;or (2)For IM years from the dale that a violation is finally deermined,win any parson orenlity who has been determined by the respective administering agency to have violated RCiN b8.9^.D7D(ij(b),St.iB 17t(1)(b),.or`82.32.07t(1)(b),During this two-year period,the person or entity may not be parmlted to bfd,or have a bid considered,on any public wads contract. Dr RCVV 39, 2.065(3): (i) Ltpoh complaint an Inlerested parry,the dlrectoroflator and Industries shall cause an investigation to be made to determine whether there has hash comple r with this chapter and Itre hulas adapted hereunder,and t lire Nvestlgstlon Indicates that a violation may have oocursd, a.hearing shati be he In aocnrdanCa wth Clraplar d ,yt5 ROM The director she issue a wrfh rn dedannlnaton Including his or her findings agar lire headngi A judiClaI appeal from fro d➢raders deteermination may be Won In accordance with chapter 34 S ROW,with the pevaging . party an ttad to cover reaso�nabl'e reels and sriomsys fees, A perm Wintcdnasm8ng nonpa,Man'ofthra peava ing rate of wage shall be led with the department of labor Industries no later than thldy days from the socaptance data of the publlcwaflis project.The failure to tknely file such a complaint shalt not prohibit a claimant from pursuing a on vets right of action against a conb orpr orsubDontrec(or for unpaid prevaiing wages.The remedy provided by this section is not exWustva and Is concurrent with any other ramedy provided by law. (2yTo the ease dint that a convaC shah subcbntaCtor has notpeld'the prevailing rate of wage under a datanninallan Issued as provided in subaadton(1)of ktis saotoph, he diraatarshad'natltythe apasay awarding the public woft contract of the amount of the violation founds and lhaavrazding.apaiticy.shsllwltthotdrordattrstasetrfabaad;thedVvactorahatpr¢roaadegalnstihatramd'tn`accorrJarice�l(h r p➢ieab9e statute to mCoverh soot amount from li a fo➢lowing�ouc�s the following order of piorr`ty,un fl the total of such amount is withheld: (a)The raisins®a or bond In tau of reiainaga as provided In RGN 01 (b)If the clahnanlwes employed by,the contractor d subcontractor on the public works project,the bond filed by the contractor or aubcantrador vdtlN the depardmsnE.of tabor eruct induevhs as provided in RCW�04,�and 1 .2t3 04 (o)A surety 6deld,or at tire.aordraCiofs br subCaataClats began an espacw account,,running to the director In the amount of the violation found„and ' (d)That portion of the progress payments which Is property atocabts to the contractor or subcontractor who Is found to be in violation of this chapter.Under no circumstances shah any portion of the progress paymands be vahhheld that are property allocable to a ohmmeter, subcontractor,or supplier,that Is net found to be in violation of this chapter. The amount withheld shaft be released to the director to distribute In acconceno;with the dimciar"s rlpier inatioe (3)A contractor or subcontractor that Is found,In aoaardancs with subsection(1)of this sectlan,to have violated the requirement to pay the ,pravat➢ng rate ofwuge shall be subject to a civil penally of mat less than one thousand dollars or an arctount equal to tvranty percent aline total pravalling wage violation found on the contract whichever Is greater,and shell not be permfled to bid,or have a bid considered,on any public works Contract until such civil penalty has been paid In futi to the director,Ifs contractor or subcontractor Is found to have partcipaled in a ufalaton of the ragdl amsnt to pay the pravatdng rats afv age for a second time wittdn a five-yaor period,firs contg dot orsubcontractor shag ba subject fir tits sAnatone p ascrfcad!n Phis subsection and as an additional sanCton shag not be allowed to bid on any public i vorks contract for two years CMf�Se tadties shall to degas Cad In fie works administration account If a previous or subsequent violation of a regnPrament Io pays prevaiPrrng rate of wags under fedarad or other stale law is found against the contractor or subaenhacter wlthtn five years from a vdolatlon undarthls saCllan,.,tto-a contmCtor or trader shall act be allows to bid on any public wadrs contract for two years.A contractor or au6aolttracdor shall not tie barred from bind ng on.any public works contract If the contraeDf or subcontadarmHad upon written Infomnaton from the daps tnant to pey a prevePling rats o wage that Is later determined in be In violation of this phsplar,The cBv#psnally and sanCtfons under tttnsubsoCtan stall not apply to a viodatisn determined by the director to be an Inadvertent filing or sparing error.To the extsrtt that a contactor ar suhCantactar has notpeld the p walling wage rile under datsnninaton Issued as provided to subsection(1)of Uds asoton„the unphid wagon shad ConsPltute a tan egaimt the bonds and ratalnega as provided herein and In RCW 18 7.D4 ,19 &D4 Bg.DCSAtD,aid 0 ''Dt6„ Dated this day of 2D i9 ?eff Scott, President P� W. Scott Construction Company 0 00 00 0 N N N N a) a m Ca m N E Y O tC U � . 000 0000 o o o o 0000 � inoo �i ui �irom L w � � 0 O U V3 FA f9 d1 dj f9 E9 M c0 (O V V m vein v 1� N N V O m �n-in ui a Z 2 Z N N N m $ m E N N L ON A A o 0 0 0 � `o 0 0 0 •,�-,% � U UUU � UUU U > m o E V O o > V . .. o42 tea` m y E c « E ¢' m c ` m m{{ E E 0 m > E o b �m � E E °c' m E E > minas 0E`> y a m 0 0 � o ma a mo` a G 'S M v 0 J N z T ¢ T Q >m m a 1 a m t 0 a m � Nmmm OmmcNi O �n u� Numi � vNi �n u� c to o 0 0 0 o Ln ri a Lri o a u? o^ �° � m Q Q U ¢. 'kD co N n N (h M ti l0 N N fU om U M O 9 �m ru Ei77 Y Ca W [h W Q� .0 a '3 N O 0 C N O V" C V• 17C7 O Ln f'U Ln O C Ll n Ol `� a C i L�1 La7 Lf) C _L IUD Q f N � � (n Ln > MY6 Jlp d ^ (n Nd00Lp^j W V..V) N L W C'C7"P '= Ln m>. C Y -Y +� .-. W c ° LMn ~ Yocov ° Ln4 � � LMr a� f- N LU 9 ry r 1l F y r1 N Q L U CO O u •—�' O f1 OM y°• N v on L~6 (v m2t _c r6 O (o "D V) C a) > Y j w w ° w DA c j o a 4 a o ° ° ° ° UU U U "Jr•" N o N ti LD No 2 c •�-° k co v '0. a [� C'] fyp �7 4 Y w U O N v Y am. ffp Ln OL >V m M Ln .N E2 > 'D O � C z Lu, a o Jq Ln > o � c cu Ln °� o a a o o o �,. E a m aQ7 ��,-� S a>a o in t „ E ACM _ a� ray ro ° omo c °- qy as -) (v N ¢. ¢ ra a) yam, w rc O CM. Ln f1 Ln M U Y E O H CD C a✓ N O \ LD lD LJ") r ti O N N - C) a ,-+ N •-� .-i i U .M (b W i o �r co Ln LOco CD 6 n Ln O O O •� O N O OM1 M .-; fA lD O �Y � CD (T N (T m OVA M ^ O O N N O U Ln y () l7 Ln .--I Ln .may �- E rn o N co 0 o � o N N U fb p fn N N N d p Cl O �--I •-I C .--1 'y OLo H c O ko f0 pLn � C4�6 c00 CO 0) 0 y Ln — � 0Ln O N s- O � a cN c a� vim! goy cN -yam y `O 0Ln Ln E " ro �N rco w OM lD otp o9' L71 yL+1 C 7 CLn p6„ �o (\, U Ln XM > c n Lf] m CTy m CL� d cU N N Ol,..1 aQ y> CO Ln o ca o of Ln min m� mLn Orn y ULLrN, Via) c NYco.,f N d- = OD M LO Y M -7� M '� fu LD•' L(} > ^ '>_ coO J coO. LD m E fp imp W O � I;n.CL Ln im U� O f0 L Lo i M' E M Ln M .O >� U N L N Ln Lr) N TJ '�'".^ M tea. U � ro N F- U) Ln y.',D a N y N '� N N fn fn q•..Y fU0 m > > �' Y ro 0 � y ii F- y y m c c U c fa y m o ° II o 0 0 o ; o m m a w Lj m o Lo 3 o z fn w o 0 y ro .27' .Z' .�_' v... � O O O u ° r4 w z ¢ i U ° y GI o U U U U a U U U le(o Ile as Y y 0) �, .c > ro p ma °j ° 'rcc-i a 0 v �a V) ro N C N Ln E y N CL! "tj .--I y (O V) y Y' C cu C Ln LLI 'D Lf) (n - f'- \ fR� .0 (1J yEn`a0 � (V o � L � U � Efn � � � yv �noc a pc z E.L c N B Ln > o ° +� L LL � � y o cn y ¢ > > y vy yf � cy `� y � Lt" yo c:cLy . yaE = W E o > v a Q m a v Y � fn Ln O) o c > o ¢ y L N E m ,o v c Ln Cj > y a [L- E L> �` r �}• '�' f-,,L J fl7 t'' y Q: C (U E (U f0 (n +- >. a. cc 0, � Y 0 LU V) a¢ io � QQ +w o E m ¢ v v cc sr � � yo �Wo ' 3 Ln M p.. .O N' 7 � z Ln U N 2 Oy f/9 J E rN-+ M LO � N M N O U co \ 7 i I rl o Ln U .o„+ O ,--� l0 ,-a .y (T re) Ln O O p lD cc,:) IZI- C C Oi r'V N tD ct M N C) C) N N� O U �- �D .ti ! OUQ rn n o ri o cc',)') { Vf ffT b4 - tN4 bN4 -b+fu CD a) .--1 - Ln Ln Lf) E O N M \ �'' ` \ CDO NO NO NO U co C) O p LO C> = O O o C O C ( i O C77..,l y N LC) 00 i' O M C Q1 O N i O ON fz r_ Ln CCtXJ N V'.ap-� O � � Y "'� OLf1 � O n No N C i U �' L L�] 7 COCQ N O O b C f� IT N LD Ln U) Lr E .-q w0 O M C to p O _)' r aJ i C Ln V' In Lr) O I� U Lr) X rh > a` r. > Lnmra m ew ao YLrNi o) itf atD000 v ,flLQN ' CO N C h Ob V' (O Ln U CO M 7 C}) LnCA NYCQ fu U O �' N V' = t]p.J o� Cn o0 (n `�° wo � L mLrynogL o MLn Ln iM EM � MLora am Lo U NmN N N V"'.nM � ,a. U � � N �. It7 � tRS � LD ,Y tr"L NV' > U C U LO a..� (U � j Q C C Uco U') ° o ° z m m a w U °° ca n°M Cr 3 w 4 ro .Z' .�' `0 �- o o � o f Z v U U U o ° U v �_ ° o U U U CJ a U V f6 Y -14 a) L > _ r0 C 3 .Y Q U C' Y N Y Y aJ cu Ln v C ai in ,N, ' Ln 0 in E W v Ln cn 'p F 0 � p a o Ln > E O a +� r0 -p M .U-i (E6 ~ !] m .p ra fl7. Ln LU C Z Q 0) d- � (n (v '.i C r� Ln m >•+O J C C CS LLI +� E LJl C7 .O p:. p CV aL-� > r6 m .O C N m W LU N p CJ O N p/ --L W E O 2 O N > q CL N d C KU Y Ln L) cn i0 .D C .7 +� v > Ln y. r� O d'" Q C tY L L.- N E J rO �'' O 'E C rp Ln > v. O Y O W '(••' L1 0 > > LL1 C m Q of _> co i �D f V7 O. Q f0 E t6 Q a..� p E i E L +p-' >i Z .-y M' � � a) Ln Ln W HUB (v LL-' H.. M d � . � N z IOl1 U �,N p�j V1 J •� ti Ln Ln Ln \ Ln .Ln -i ti 7 Iq C O O •-•� N t71 M M M � U W t\ ! N co i I I 0 Ln u ,.+ N O N O� 7 O O O Ln � Lf'I 01 C O C M O ON Lr1 Lf1 CY f� pM M L 7 ,.a M N M Ln M IT O p 7 M O N 0? n N L''1 C ` Qu l0 n N (\ c+ O U ¢ M �o m LLr) LfM'1 O rn R 01 W lMp Obi h3^ � fPr iff (71 a a M aa+ N O~ .M-1 .�-I �M-I .�•1 ,M-i .M-i .N-i .M-1 fO d N N NO O O O O O O O O O� CD CD E .,\..i '�r1i \ \ \ N N N N N O ,-q �-•� ri \ \ \ \ U O ,N-i O ti O) C fu E Crn C � M C CLn 09 O1 M Ln 6101 Lf1 O O O m cc aLn on a a � L cLn LM o � L L.f'3 L O U 7 .� a C O O N O M C ,--� O O d•• C O �O .SC + U O M 01 ro , t i U 'tj' Vi C `�i j Lfl Lt"1 LA o _UO CO. L... n 7 "p' N 0LO pM d' OM � O O `w` > ti COaN f1NLo U-Ln LO LN O LN OLO ,� M UC) = m a .o U > ^ U ) �. � M f•-, LN a0) mco d0 d0 Ln �, rb ON � N a � U cu LO '"' N W O ate' NM OLP 'C t,�7 O (K1.... tl7 � M OMLMF" > U � N L�) v NY7L4n.1N ^ `�N-' W N oL•,- WNaN N UN N N O LO n r C6 L N a V) L E f0 N O C U C ro yy �O i a C 7 O O O O ¢¢-LO uO-. a •_ aiEa¢ E n roCn ¢ -Ilefp z 'a4- t O ¢ U) 0 O raLL4 O0p p °° z' O o o U o U paci u a U U U U c �° o a i $i L-° Z c co > � a E I c sa _0 aaaaa >� oa a rn a v, U > Ln n a n � . ro E a 3 ' p a yl- E c N o L } fo 0 o a o 9 -c o a > . CO E Ica � � >' y a > � C: 0. ac t m n°. u° S > > ro " aka - Eati " c °' E � +� = at 2 .,+�3 ,� a Ya a"iCL •f° ° oS z •oE � • � auapv = ava > c a a Wpao — EEW L U L Lo C ✓°. E ro 0> m 'O 2.. c > a N' aL-+ >' L E y v p L I:L. E O C3. LL, a d L fo O -O CLY. U) ro a Lo U a V) fTS > C �, cn Eo ( � " � E � •- � N E > p - E i� coa > @ (n y r-1 M °'" O f0.� 'L �--i Ln L Ln H J.-i 1 r6 W L r En � .a) 010 �O a C C J a C' a ¢ W C zy jti.W � rCr O "'� '� Y raj OG1.. LLaL-- U r In W U 7 O a Z N U .M-� M M rN N ,-f -r-1 ,y O fDLOco Ln U) O ,^\, co N M l\D O\ U 0 0 0 \ co N M N W D N I I I O p O O p U .1.y O O Li f O Lf1 00 00 O 00 lN0 C Llj Ltt rn L d N O �-' d f� CO O r+�j n rn ^ m � N O C v W T OJ N O O U ¢ M N O N Ld1 m M M N O M - � bM4 '~ N M � � � d- � 40, N 4!} 4Pr Ln 4!} C� Ln 4fT . a a CT CT CT 01 *' O O O O Cl O O O O O ClO O _ LD fo Cl. N N N N Q p '"� n l\O L\ f D M M .\i - \ -m- \ Z \ O O O O O O Or-i O O O p N ti C O C E NO Y_ N _YN 7 �O CO, f00 .00 CLn � Ln a V' ON Cep N 470 ..,pN a (v� Ln Lf1 a O if) LPI Lfl ° I� 'n M N Ln L co a CO C 4CY N r-i i r O r 7 r Vl ^ > Lo -C Ln D)o " "N Cld- LLB ° O i0 83 LO ry 2 N M �, i c r Lp r N i E r a r r C3" O M C aM Ln Ln � Ll7 � �. •L` � LO Ln CM � n.� M v)Lrj (O Lf7 LO C v ° .� u � co ,acc� maL N ON3 °' vT � MON = cUl ccn co ra ¢ rn u ,� QLf3 � N ON CLLLn U) m CN > LP7 UM h" m >,Lo M. � tt'A CM.. Ln OC ''ONc7" � N � N JNLO � � gN-'W N L6N � N rLOO rlj � N .L QC'i n L L ^ C a a O in 'D Y .0 C > > > f0 C C E E d J +� �O i a d a 2 a ,' d d 3 Q C C O O a ¢ m m aL w VY E E Y c o y � v- u- U O O m O m C ° O O a 0 Ln Ln — Lnm Uo U du u Z. 0 U Y LL1 �cl) +-r L w 06 p L +Y,7' M >, Q L!1 E � a Y a m a a E (n E 0 � _J a L ° m a a 3 ' '� F ro a •N Q c m ¢' a a o (v 3 3 B a L-0 ry 3 a r(o � c s a c o c�n °N Lo a a a r fu r`ca a c w ° o o z ua cnin a � ca ' a � 0 � WCx � -� � ar- � o L w ¢ o � > _ ° N E' = L a c �wr E N Z L LO C ro 2 L17 ,-� Irl x O U .... vl rn a co..� NLn LoYa � a N a w N a w Y w Ln to a) 0O O � OOrl o o° ou CD O NOcoN0 rj O D d O O p 0 0 ccrn ' .N CDO I� O N O o 0) CD c j o o p a) # o CO o a co � ' o rn M n O 0 < N o rn tx ' 0 U Q O1 C:) +�+ N L.f) Ln to Lo Ln lD l(� Lo aj v 00 00 C) 00 C) C) CD C)C) O CD CD CD0- N N N N N N N N N C E M N N O �` O O ,--i ""� .-i C' O C) C) O U c 0 N O t0 _ � r1i m ro > N c o Ln of m = a- a) N ca G00 vN xLo NN 0Ln O i 'Y N � ,--i, � O� 1 . " N 000 i Ln i Ln .0 m yLn �O 7In C co " 4 N u %0 O0) CO 0 � v � _C co m 49 U Ln � O) ro 0) O Ln m Q) Ltd +, C ,ON > V' ON UN �— co co�`0) N (!) i .� ,� N.p Ln 0 o N u a E mQ)) V) `-�° LO a) Lmn N N N 59" N. � CWaN N aN U A 0 U O A i C v Y _ u _ ro U N co O C 7 C Q 'v0 O m= v m 0 '7 i U- ,� O '� O@ w 0 w 0 ro u.-. O 0 •0 0 0 30 Q U L) U V U U U I7 U v m V) 0 'm O C ++ r V v 0 4 -0 ro C 0)C`' U) Ln C C ,v+ V) C L9 0 aL+ C L7 J fo U 3 N C7 i d � CCl E 70 + N i o � o 0 Y Y E � Era Ln E � ,� Q Ln C:=0 0 � ro u o fo Ln 20 Ln -0 a °� m cc U N E U O O O O C) O p p p O O C) C)a; N N N N N C) N CD N N Ln 00 L) O O O O U 7 N a)) 0\1 CxF~' n In M O •--� O O O O 0 O O RW Scott Construction Supervisory/ Management Experience Rodney Scott Field Supervisor p 25 Years Mark Hall Field Supervisor 30 Years Mike , 6VIel Project Manager 35 Years Tyler Scott Field Supervisor 10 Years R.W. SCOTT CONSTRUCTION Co. General Contractors— 223-01-RWSCOC*229MV 40DS WEST VAI,L,6y�ZGHWA7 NORTH,SUM A,AUBURN,WASHINGTON 980D1 PHONE:(253)351-0001 FAX:(253)351-0055 R.W,Scott Construction Co. Em to ee Phone List F-m to ea' Phone'Number Mobile Breland, Leona 206 246-2083 (253)251-1655 Hall, Mark 253 631-6371 253)261.1651 Hausman,Aneka 253 931-1116 253 876-5049 Helbe ,Alfred 253 847-6B82 253 261-1652 Klllin -worth, Dlane (369 490 4815 lane, R an' (253 334-4349 McDowell,John (253 905-0594 Morgan, Elizabeth 253 269-2203 Peralfa, Fallen' 253 737.6348 Peterson arec_ 2D6 423=2503 5aenz Evefte 253 261.2488 Scott Jeff (253 630-3806 (253 261-1642 Scott, Derek Scott, Rod 253 63D-7645 253 261-1643 Scott, Ron (253 833-1994 253 261-1641 Scott, Tyler 253 830.38o6 253 261-1653 Ska en, Mlke 253 862-8968 253 261-1647 VGkloh,Nicholas , 253 561 4025 Winschell, Scot (425 891 4' 2µ ,R W SCOTT CONSTRUCTION CO VEHICLE LIST UPDATED AT$/19/2015 RENT vEH LICENSEISERLAL - RA7@ # IYEAP,IF CESCRIPTION I NUMSER NUMBER i 12 i 8 Toyota Sequoia P.DUS 5TDSY66A58S0173DS 12 I 3 07 GMC Sierra B69347G 20TEK13M471505543 j 13 I 5 00 GMC Light Duty Siena 629706H 1 GTEC14VSYE900569 20 6 91 1991 Chevrolet Kodiak Flstbed fAttenuafer) B307BDN 1 G6JBH1J3fvLII2031 55 I 7 06 Freiahtllner M21 D6 w/Cane(Mzchanie Truek) t B896020 1FVACKDCSBhNJ45282 12 8 07 Toyots Tundra Llmhed(Mike Skagen) I C74516B.6TFBVSS137XD26193 12 9 07" 'Toyota Tundra SIRE(Mark Hall) I C496596 5TFCV54177XDD4921 11 11 08 GM0 Sierra(Fred) B75D67F1GTEK19J68Z1D6275 22- 13 81' C1 OKEE30-YDDEMOfTRASHTRAILER 0373RG 1C91EFF23131095100 60 14 98 FoN LT850 Dump Truck A76735M 1FDMSEBWVA3p990 13 116 93 FORD-17451)Fietbed Dump 691B52P 2FDLF47G3PCA2725'9 10 17 97 GMO Sonoma S10 PN(Shop B21122X 1GTC51442V85p7842 40 18 97 ChavarBatDump•5 arel CD1267A1GBJ7H1J3VJ100556 36' 119' ' 95" FORD'FSDD'WA'TERTRUCK(Tbtaledl 803364D 16'rDPF80C4S1JA0'7489: 65 20 72 D MACK 300D GAL WATER TRUCK 67172T R795S20DS 65/80 22 98 PETERBILT TRUCK WISIDE DUMP A3S447N 1XPA'D80X9WN47958p 65/85 22 W/LOW BOY 26 03 SINNERFLATBED TILT TRAILER 5942UJ 1S9S2CE1DDSD18134 13 29 99 FORD F450 gas powered 666629X 1FDXF46S4XE066620 " 131 93 GMCLUBETRUCK A13927X 1GDJ7H1J3PJ500794 20 _ 33 95 FordF45DSuper Flatbedw/Liftgafe 826500W 1FO1F47F2SEA54480 25 35 93 TRAIL KING 50T 1•RIAXLE LOWBOY TRL 626SL0 1TKJ05113SPM022740 18 36 07 Pioneer Truckweld 4 Axle Millennium Trailer 617DTX 1 BN1 P21457SD04548 37 06 STURDYWELD DUMP TRAILER I 8963YT 5REMD4856SOBS03D 15 4D 05 TaallMsxTRd54-TBpul man1Trailer B533PY.1091<8373X5A055207 40 41 01 Keworth T300(Roll Deck) A55099X 2NKMHD7X71M86B293 42� BD EVERGREEN TRAIL.ER(1DX32) M38KH2DO107GR 600 43 99 KENWORTH T-800 DUMP A65784E 1NKDXB0X&M27765 SDI80 44 00 KENWORTH T-800 DUMP A74061G 1NKDXSEXBYR859792 6D/60 45 05 KENWORTH T-600 DUMP C97963A 1NKOXS0X46R119419 13_,. -51A ..97 KEN Fue!-�a d¢ 855477JJ 3FELF 7.F9VMA60951- 20 52B 73 FORDFLATBED-ATTENUATOR TRUCK P600 ASS703K,FBI DVQ6D282 10 63 99 Ford Explorer ANJ9524 1'FMw'JJ34E1XZB3D959 12 65 02 GMC Light Duty 2WD Regular Cab B13922R 1GTEC14V12Z900507 12 65 02 GMC Light Duly 2WD Regular Cab I 813921R 1GTEC14V4=D0606 12 67 10 Ford F150-Red Scott 6773DBP 1FTFW1EV4AFA25179 13 68 D4 Ford F450 Service Truck CD1226A 1FDXF46P44EC20013 70 02 Comm ardal Trailer(Job Shack TlrJNoIn&.) 1UYVS24MUF796202 15 71 05 raHMax T-12-UT Equipment Trailer 9990XN 1G9KS26285A065371 13 73 01 F450 Super Duty Service Truck B35150Y IFDXF48FSIEA28013 18 75 05 SeaWinrckweld custom bullt4-axle•Tradler 1236SQ'.. 1BN1P49478K004360 76 08 Circle R 4 Axle Side Dump TrsOar 4853UF 1T9SS45498T627287 45180 77 90 Mack RD638 Tractor A97297D IM2P27OCS M908583° 78 92 BlazerlroduetrlesI= JobSheTraller OSI=-AT923267 12 79 04 GMC NKt 4C K1PU Mike Skagen 371734Z 2GTEKlOT741203481 ED 95 Ford FBOD A31774V 1FDNF80CaSVAwas 81 73 .Mack RS70DL Dump imdr A47029R 'RS796LST16250 82 1919 Great Dane41'ReferJobTrailer 5260XZ 1GRAA832393010404 Vehicle 042-Insurance coverage is under the personal property RW SCOTT CONSTRUCTION CO EQUIPMENT LIST RENTAL ' RATE EQ# YR DESCRIPTION SERfAL NUMBER 50/80 109 1998 JD 310SE LoaderBackhoe (HoepacBreaker) TOSIOSE851205 t' 115 1996 Komatsu P0200-6(totalled)(NO INSURANCE) J20011 70 124 1996 Komatsu Hydraulic Excavator, PC 200.6 193279 P r 70 126 1995 Komatsu Exc.PC2D0-6E 192470 35 127 1991 JD 40DGLT CrawledDozer TD4DOGC772596 z� 50 128 1999 JD 650H Crawler/Dozer TD65DHX676233 Var able Message Board Uc#6689PF Vin#1A9H12107YIv1157379 15 136 2001 Serial#566451 136 JD425 Disk (NO INSURANCE) P0D425X013422 20 162 '2002 Laymore SweeperBHC 21NOD176 Sedal#28766-005 20 153 2001 tl aymora SwaeparBHC 21ND0175 Serial#26352-005 155 2003 TC91S Hydraulic Compactor (NO INSURANCE) 2002133.3 460/6 158 EW/2800 Generator (NO INSURANCE) 48D/6 158A Yamaha Generator (NO INSURANCE) Wacker Reversible Plate DPU5045H Compactor (NO 20 159 INSURANC 743046408 185 1973 Trailmobile 45'Van Semi Trailer (NO INSURANCE) J34627 168 1996 6DDD Gal Model D MH Supervault Fuel Tank MDH4600052 'Trench Box (1!2 bought from Ritchie Bros,112 from Rhine) (NO 175DI22 16t INSURANCE) 416DW&W9601195 2000 Gallon Fuel Tank and Pump on Skids (NO 166 1978 iINSURANCE) 169 1978 'HM Fuel Tank on Wheels-Lic#JD1476 (NO INSURANCE) WA7652693 60 176 1993 fngersolt Rand S0100D Smooth Roller 9112 15 181 1999 Wacker Asphalt Roller#RD11A 769301256 13 182 1985 Mitsubishi Forklift (NO INSURANCE) F2050294 175D/22 185 2000 Airshore Aliuminum Trench Box 4x8 185A 2000 Airshore,Alluminum Trench Box 2x8 3D " 166 1998 Rammer Hammer S-56 10315SR Homelite 3"Diapham Pump Model 111 DOP3.1 (NO 48D/6 187 1981 INSURANCE) 015B8966 Ise 1983 ,Jet 10 Ton Floor Jack (NO INSURANCE) JSJ-10 10 189 1977 Headshaker Compactor(HEDLS-11D0) (NOWSURANCE) LS-184 175DP22 190 ITranch Box Model 1445 Stone Mizer (NO INSURANCE) 0791445 122 1989 X Wacker Trash Pump Model PT3A (_NO INSURANCE) 506803677 195 1991 Rammer Hammer Mod S 26 SN 628 197 1997 Polads 4x4 Ouad LIC#093144A I4XACH5DA7VA0320Sg 198 1997 B ectra UHII Trailer LIC#1270XY (NO INSURANCE) j4W8UF14l8VIQ00897 Wacker Reversible Plate Compactor Model#DPU6055 (NO 20 199 2001 INSURANCE) 0007959 20 200 2001 Wacker Reversible Plate Compactor Model#DPU5045A JU91628 Octagon Manhole(trench)Box Model#OB68 (NO 150D' 201 20021NS III I.— NESO402w1788 58 202 2001 Hitachi ZX135US-E Hydraulic Excavator 161984 56 2D4 1999 Case Loader/Backhoe 590Super L (Hoepac/Breaker) JJG0211487 z(5 HP t,3yi 70 205 2000 Komatsu PC210-6E 31527 ice:H 60 208 1997 Komatsu 065PX12 Crawler Dozer 62008 55 209 2000 JD 624H Loader Includes OC350GPBOE 3.5 Suchaf DWS24HX677280 , Ors 35 209A 2004 JD Fork Attachment 005000UF9672M 210 Cat Forklift-Shop (140 INSURANCE) SEB3074 90 211 2003 Komatsu PC300LC-7L Hydraulic Excavator A85525 50 2p13 2DD4 JD 310SG Backhpe/Loader T0310SG930036 6D 2F5 2Dw Ko..MatSY�V1JDUJ-L IIYW CWIL QGtl VGWI p616 ql f!/_�r �/,/, 6D 216 20D4 Hamm 3412 84"Vihratory Roller 6Q300 J t bV M`" R W SCOTT CONSTRUCTION CO EQUIPMENT LIST P.ENTAL RATE EQ# YR DESCRIPTION SERIAL NUMBER Trench Box,4'x20',Speedshore,Model420Dw4 (NO 217 INSURANCE) 0-2752 Trench Box,8x20, Speedshore,Model 820DW4KE (NO 215 INSURANCE) 99-2593 %-0d I,A....6..Ie G.... A..oi....d o..D,A n- td iun MCI IDA hInM 4QAR9 -- lG�f 02 �Ivv m.+vi v�,w�r 48016 220 1992 Spectra Psysics-Laser Model L-1165 (NO INSURANCE) 1069 Top Con Rotating Laser-RL 503 W/LS-5D.21T4 Trypod 48D16 221 1994 (NO INSURANCE) 48DIB 222 1994 12 KW Kohler Gas Powered Generator (NO INSURANCE) 2325100397 L1165 Dialgrade wI ireless Remote Laser (NO 48D/6 223 1996 'INSURANCE) W7 46D/6 224 1997 Dialgrada Model 125DHP Laser (NO INSURANCE 8817 48D/6 225 1997 Grade-EyeReceiverDR2S (NO INSURANCE) 6649 226 4X8 Alum Trench Box-airshore 226a Mate to Trench Box Eqp 9226 227 QF 30D0 Freeze Kit (NO INSURANCE) 40 ;226 2005 Kobelco SK35SR-3 Mini Excavator IPX1211734 Asphalt Zipper AZ50048HD Cutter w/TrailerST0011 Trailer Machine#5DOD0120 Trailer 85 229 2DD6 Plate#7M71UP #109FS082X6U023542 !Y 25 230 2006 AIIIed Impact Breaker-Rammar 827 J27AAA0842527 25 231 2006 Caterpillar CB-224E 47"Double Drum Roller ID=28W545491S=D22402057 3d#1P g wrf 90 232 2006 Komatsu PC300-LC-7E0 Hydraulic Excavator ASS527 5 vS�r 233 Leica Piper 100 Pipe Laser (NO INSURANCE) Trench Box,844x4 Steelbox 1948E Pro-Tec (NO 234 INSURANCE) 19488-003 304 1995 Arrowboard/NEEDS TABS (NO INSURANCE) ILic#6607-LN 305 1995 ArrowboardlNEEDS TABS (NO INSURANCE) iic#6606 LN 37D14.63 305 1995 Arrowboard (NO INSURANCE) 9506641E 37D/4.63 307 1995 Arrowboard (NO INSURANCE) l95033417 308 1999 HotsySteamCleanerModel#9806 (NO INSURANCE) H44011 310 1999 Arrowboard (NOINSURANO9 99076484 10 312 1999 Wacker BS600 Rammer (NO INSURANCE) 16076921 10 313 Wacker Plate Compactor (NO INSURANCE) 5282094 314 Wacker Plate Compactor (NO INSURANCE) 5224343 315 lWacker Plate Compactor LNOIN$URANC9 5226351 Ingersoll-Rand Air Compressor P185WIR Plate 95092VH 15 316 NO INSURANCE) 329934UEM295 Ingersoll-Rand Air Compressor P185WIR Plate#5D91VH 15 317 (NO INSURANCE) 4FVCABAA32U33M7 Sequential Arrow Board/Eclipse/Solar/Allmand (NO 318 INSURANCE) 179AB03 319 [Sequential Arrow Board/Eclipse/Solar/Allmand (NO INSURANCE) 181AS03 Sequential Arrow BoardlEclipse/Solar/Allmand (NO 320 INSURANCE) 042AS03 Sequential ArrowBoard/Eclipse/Solar/Allmand (NO 321 INSURANCE) 180AB03 Transmission Jack Model#5019 OTC Brand (NO 322 INSURANCE) 0708AE62808 323 STI TB425Q Breaker w/Chisel Point, Hoses a 00 4009446 FF, Varlable Message Board Plate ii82g5UR n#1A9H121041M1570?1 324 1w I Safial SFuo 11 Variable Message Board Plate#5754NH Vln#1A9H12101YM157561 325 20DO Serial#586654 V . General COW7actors—223-01-RWSCOC*229MU 40051VESTVALLEYEIIGHAAYAORTH,SUMA'AU]3U ..,„ ., � � P.N,WASHIIJGTON 980 01 PHONE:(253)351-DD01 F.AX:l2i31 7s1_nnsi INFORMATION FOR CREDIT APPLICATIONS Incorporated: July, 1978 Business Started: 1972 Owrder-- sJ— �c�►^s: Jeff Scott, President Debra Scott, Treasurer R. W. Scott, Vice President Jeff Scott, Secretary Diane Klllingsworth, Office Manager Road and Under rannd Utlllf Construction Com a Contractor#RWSCOC*229MU FederallD#91-1038390 D&B #06 167 4743 Resale#C600 298 242 ICC#CC25984(WUTC) Fiscal Year End: September 30 Annual Dollar Volume Sales: $7,000,000 Purchase Orders Required Bank Information: Key Bank Auburn Branch: 1 East Main Street, Suite 190, Auburn, WA 98002 Account#479681113680 Branch Contact: Janice Rindfleisch Phone: (253) 833-8622 Fax: (253) 833-8625 R ferences. H.D. Fowler Icon Materials PO Box 160 PO'Box 88050 Bellevue, WA 98009 Tukwila, WA 9813S-2050 (425) 746-8400 Phone (2D6) 575-3200 Phone (425) 641-8865 Fax (206) 575-0319 Fax Account#192980 . Account#60473 Miles Sand and Gravel Western Peterbilt, Inc. 400 Valley Ave NE 3707 Airport Way S Puyallup, WA 98372 Seattle, WA 98124 (253) 833-3700 Phone (206) 624-1564 Phone (253) 833-3746 Fax (206) 587-3754 Account#049900 Account#261041 113111311DIER 111111ES11PIONSI113111,,,.: 1"Y l Il :ar:"'11"Illai:IlRI elrtlif caUon cif Cor il'il«alrnoe �rwlfglM tea,fie P«ftrinr e nq Statutes II This certification is required by state law (RCW 39,04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (August 14, 2018), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the for- g is true and correct. Bidder's Business Name Signature of Authorized Official'" Printed Name , . Title Date City .. State * If a corporation, proposal rnust be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. 4`" Mcclkc[ '3tircel-sll mgl'iolz 28 July 25, 2018 Piojoct Muinhc.r 1/ 3019 1 F-)II11011POSAIL SIGNATURE IPAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to din/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within forty five (45) working slays 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 all amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request For additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: !- NAME OF BIDDER Si ,lr1 nature of Authorized Repret;er� ° tivc sue- ,�, ,� (Print Name and Title) Adclu>ss/ 4°i ix M�u•b.w �unq�lili ikre�N,/I in�holz 2'� bsly �r, L61U rrgrr�.l IvUunbei 1I ;(p9 BID BOND FORM KNOW ALL h1EN BY THESE PRESENTS: That wc, R W Scott Construction Co. _- as Principal, and Fidelity and Deposit Comoanv of Marylan ! as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of rive 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 Obligees shall male any award to the Principal for 4"' Ave. and Meeker St. Complete Streets Project/Project: Number. 17-3019 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 arnount of the deposit specifier) 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 14th _ DAY OF Augrgst. -... -201S. R.W. Scott Constructio o. _._. PRINCIPAL Fidelity and Deposit Company of Maryland SURETY Aliceon A. Keltner,Attorney-in-Fact 2Q Received return of deposit in the sum of 4 4"' &Meeker cornpletw StrccG;/l angholz 30 July 25, 2018 Project Number: 17-.;0L9 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the Slate of New York,the COLONIAL,AMERICAN CASUALTY AND SURE IY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by DAVID MCVICKER,Vice President,in pursuance of authority granted by Article V, Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Aliceon A. KELTNER, Cynthia L. JAY, Eric A. ZIMMERMAN and James B. BINDER, all of Seattle, Washington, EACH its true and lawful agent and Attorney-in-Pact,to make, execute,seal and deliver,for, and on its behalf as surety,and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as hinding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the 113-Laws of said Companies,and is now in force. IN WffNHSS WI IEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL. AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this l8th day of December, A.D. 2017. ATTEST: ZURKH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SOREI Y COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND C atS>a, as ot�0t �yr'pA'N iNsu ry InT U`t Iwo f �,yam 48w ,/ t a� s A.-�.✓' . tr By. dsaistanr Secretary Vice President Dawn E. Brown David d£cPicicer State of Maryland County of Baltimore On this 18th day of December, A.D. 2017, before the subsernher, a Notary Public of the State of Maryland, dulv commissioned and quatitied,DAVID MCVICKER,Vice President,and DAWN E.BROWN.Assistant Secretary, of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument, acid acknowledged the execution of same, and being by me duly sworn, deposcth and saith, that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding wish ument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signattne as such officer were duly at'fixed and subscribed to the said instrument by the authonty and direction of the said Corporations. IN'fESTIMONY WHEREOF,f have hereunto set my hand and affixed my Official Scal the day and year first above written, Nth ie „ Constance A. Dunn,Notary Public My Commission Pxpires'.July 9,2019 POA-F 180-2849C EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8,All oil evs-in-Faict. I he Chief FXCCntIVe Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to cxccute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-Fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any t nrc." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUAL I Y AND SURETY COMPANY, and the FIDPIJI Y AND DFTOSI'I' COMPANY OF MARYLAND, do hereby cattily that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the/URICI I AMERICAN INSURANCE COMPANY at a meeting duly called and held on the I51h day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretory and the Seal of the Company may be affixed by facsimile on any Power of Attorney. Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may he signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUAL I AND SURETY COMPANY at a meeting duly called and held oil the 5th day of May, 1994. and the following resolution of[he Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the Loth day of May,1990, RHSOLV I:D: "Phat the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified Copy of a ly pourer of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hcrcunto subscribed my name and affixed the corporate seals of the said Companies, his 0 tzw of .-..,....- .2PJ..�. _. v oa.rGe a°''rM°wsuq"w, David McVicker, Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT ALL REQUIRED INFORMATION TO: Zurich American Insurance Co. Attn: Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 �� W ��.�q.".� �wOF I��I��I� �..1.. COMBINED NON, l 111.... I INf �I..� M IVn l°' U I WAGE NON. C10 11 11 U wJG,01114 VI ECII...AII'BA11711101M li, by sli gnniiinag the Ipirollposall, Iherell.'.)y rcdecNare, u.uindeir perialPty of perjury uuundeu- the laws of the t nlitecd States that tlhe doillo ding st.at.eirnennts are true and correct!, A.,. That the undersigned 1persoln(s), friirim, association oIr corpoiratiio n Ihas (have) not, e°iitheir adirectNy oir iilnadirectlly, entered iinto any agreement, participated jinn any collllrasiionn, or otlheirwiise talkein any action in restraint of free colnnlpetiitiive Ihiiadudiin g iin connection with the (project for Which tlhaiis Iprelposall its su binniitted., 2.. T11hant. by siisgniii lg the signature page of this piruapasa ll, II aunn deemed to have signed and to Ihave agreed to tlh'e proviLsilons of this ellecdaratioin. AND I14]fllnUdfllvRU,AIM WAGE!! AFI IIN:)AVI°t IIFOR1114 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 riot less than the prevailing rage of wage or not less than the rninimurn rate of wage as specified in the principal contract, that: I have read the above and foregoing staternent and certificate, know the contents thereof and the substance as set forth therein is true to rriy knowledge and belief. 4"' Ave, and IMeellcer St. Coirrwpll'ate Streets IPiroject Project IMuirn 1lbeir° ;1.7•.301.9 _.._ _. -------- --------. ' A114ll II PlltOXIE.:C"t/&"p'f—, ............ ........ ...... NAME &CIF .IIDDEl�"� °' C$ _._ _. .. _ _. ._.... .... sIGIMA'IfUJIC2E stir tN�If�EiEID REPRESENTATIVE 0IF IC4IDIDIFdt. 4°i P Meeker CrcnmjA le 1st,ro tvi @an,ilmPa }i'n. ]alp 25, 2010 Project NumbeI: 17-301!0 gka��� 9nk^�ternn f this (Juangj.� onG.��"9 f�&"�Nili for "i CHANGER NO. m NAME OF CONTRACTOR: ]� i ^*aT1_t GxALi =Ls2l re]. ("Contractor") CONTRACT NAME & PROJECT NUMBER:(Jnrr*rf Nwurno of Or.igii�aq C:trl�ta art &.f,1e�JceC i6 if aTrl�lic;, ,hlrv,.l ORIGINAL CONTRACT DATE: ? k`I!.t. .<➢wt dla.ginn;ll_Qvntrgcl�vw arcJr7.5 'Ij. 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 $ (inc1. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) _..... ___........... .............. .._ - - g .._ _----- Current Change Order 9; ,.. ._ ... .. .,_. . ....,...._ .........p _. ........... .. A placable WSST Tax on this Change $ Order Revised Contract Sum $ d Meelxi strF Ls/Laugholz 37 Rily ' r, )OM Project Number: I/ .;019 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) ....... -- ... ........_...... .... Days Required (i) 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 acimowledges 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 (bellow have executed this, Agreement,reemnent, which Mill become effective on the aa.st relate wrlitten bellow. ......_ c;2�IM''Tlri R& "11"6i U °� OF IKCEIMT By: — _ .,_ By:__ _,_ _.._ _......... (srgnufurn} (signature) Print Name: Print Name: Tlmothv J. LaPorte, P.E. ........... _.... ..._,m..... . ........, . _.._.. Cts; It's Public Works Director (rret�j (title) DATE: DATE: .................... AIIPIPII OVIED AS TO IFORM ('a/�/.rfsable if Mu y or`s lif aatur e r equired) -....--.............,.-...._...-_....:,___..__-_.........._........_.....__........................_....._............. ,........ Kent Law Department 1" & Nle krn r.wino tc s rrrl�/l auylurl: .....43 .... ..-July 25, i[riw Proie(A Numher', 17-3619 1B.1 1")E.)IIE R'S C,Ill IIIECK111 ][5111' The following checklist is a guideline to help the Conti-actor 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 followirl Bid Document Cover Sheet filled out with Bidder's Name .................... Order, of Contents.............. ........ ........................................431 Invitationto Bid ............. .......... ......... .......................... Contractor Compliance Statement.......................................................k� Date .—_.—.... .................. ........ ....... Have/have not participated acknowledgment..........—........ Signature and address ......... ...................................... Declaration - City of Kent Equal Employment Opportunity Policy .... Dateand signature ......... ................................................... Administrative Policy ................__.......__....... ......... ........... P ro p o sa I ........ ................................... .............First line proposal - filled in ........ ...... .......... Unit pricsafe re correct ................................ ....................... Minimum bid prices are correct............. .................. Subcontractor List (contracts over $100K) ............................ Subcontractors listed properly.................... ............................... Signature ...___.......-....... ......—......__....__..... .....„ll Subcontractor List (contracts over $1 million)......-........ ........-...... Subcontractors listed properly......... ...___.............. Date and signature ............................. ...................................... Contractor's Qualification Statement ........ Complete and notarized ...................... ........................... Certification of Compliance with Wage Payment Statutes........... Proposal Signature Page .,,„......................... ........ ...........__....—...... All Addenda acknowledged .......-........................._.................. Date, signature and address ....... ............ Bid Bond Form ......... ....... ....... ...... Signature, sealed and dated ..... ........ ....... ........................... Power of Attorney.... ....... (Amount of bid bond shall equal 50/o of the total bid amount) Combined Declaration .......... „a...,..,,,,.....,.,,,,Pell, Signature .................................. ..................... ......... ............. V ChangeOrder Form ..........____.............................. .................. Bidder's Checklist ...... ....................................................................... The following forrvis die to be executed a er the Contract is awarded: A) V This agreement is to be executed by the successful bidder. B) 'mA1Y1M1FN­T,I N1D­1P1E1RF­OR1M1­A1NC11.-BOND in he executed by the 11 successful bidder and its surety company. The following form is to be executed after the Contract is cairipleted: A) EIUN) [Y.COMP.LI-A-NC.E..S.IAT.E.M.E.Nf To be executed by the successful bidder AFTER COMPLETION of this contract. 4" K I'leeket Complete Sueet,,/Langholz 34 July 25, 2018 Project Number: 1/ 3019 PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. Public Works Director j„ �y` 9°'a 400 West aowe ^°� '� KT Kent, WAe8032 W.,.ri„o.o„ Fax: 253-856-6500 PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON 41h Ave. and Meeker St. Complete Streets Project Project Number. 17-3019 ADDENDUM No. 1 August 13, 2018 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: All III CHANGES ARE PE:'IHL.IIRIIPf 11lEID 1114 111112115 ALTERNATE II - ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. OUANTITY PRICE AMOUNT 5005 1-10.5 �100 500 Traffic Control Labor $ S� �O� $��,�0� n7 KSP HOURS Per HR _. .. 5017 1-10.5 80 160 Uniformed Off-Duty Police $ 0-0 $ 2p; 060 . 00 KSP HOURS Officer Per HR .($70 00 Min)_______. 0 s a., c m x ex, Mayor Dana Ralpho PAYMENT AND PERFORMANCE BOND �•.�1�qT TO CITY OF KENT Bond No. 09289135 KNOW ALL MEN BY THESE PRESENTS; That we, the undersigned, R.W. Scott Construction Co. as Principal, and Fidelity and Deposit Company of Maryland Warvland _ a Corporation organized and existing under the laws of the State of bxxp= 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 $ 454.316.OQ , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT, Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of 4"' Ave. and Meeker St. Complete Streets Project/Project Number: 17-3019 (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 far in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. 4"' & Meeker Complete Streets/Langholz 35 July 25, 2018 Project Number', 1 7-3019 TWO WI NES, ES: R.W. Scott Construction Co. PR NCI PAL (enter principal's name py e) _--_ TITLE: r ar5� Cy DATE:, DATE: 2 F—Xp CORPORATE SEAL: r, Cindy Jay, Witness PRINT NAME DATE: 8/2412 0 1 8 Fidelity and Deposit Company of Maryland SURETY CORPORATE SEAL: BY: (( Aliceon A. Keltner DATE: 8/24/2018 TITLE: Attorney-in-Fact ADDRESS: 800 Fifth Avenue, Suite 3800 Seattle, WA 98104 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that_ Who signed the said bond on behalf of the Principal of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY 4P1& Meeker Complete Streets/Lsnroholz 36 July 2b, 2018 Project Number: 17-3019 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICI I AMERICAN INSURANCE COMPANY, a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURN'FY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by DAVID MCVICKER,Vice President, in pursuance of authority granted by Article V, Section 8, of the lly-Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Aliceon A. KELLNER, Cynthia L. JAY, Eric A. ZIMMERMAN and James B. BINDER, all of Seattle, Washington, EACH its true and lawful agent and Attorney-in-Fact,to make, execute,seal and deliver,for,and on its behalf as surety, and as its act and dcod: any and all bonds and undertakings, and the execution of such bonds or undertake es in pursuance of these presents, shad be as binding upon said Companies,as fully and annply, to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DLPOSI"I COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereol'is it line copy of Article V,Section 8,of the By-Laws of said Companies, and is now in force. IN WI INFSS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 18th day of December, A.D.2017. ATTEST: ZURICII AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND cuua m atoms urnsorl*s. �7 p rriN i 4¢�, IYBB ry£� 1C/rl✓u r q,, +.. c. Assisionl Secretary Nice Presirlew 1)awn L Brown David WcVicker State of Maryland County of Baltimore On this 181h day of December, A D 2017, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified,DAVID MCVICKER,Vice President,and DAWN E.BROWN,Assistant Secretary, of the Companies,to me personally known to he the individuals and officers described in and who executed the preceding instrument, and acknowledged the cxccudor of same, and being by me duty sworn, deposeth and sauh, that he/she is the said officer of the Company aforesaid,and that the seals affixed to the pmeding instrument arc the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly all and subscribed to the said instrument by the authority and direction of the said Corporations. IN'I'HSI'IMONY WHEREOF, I have hcrounto set my hand and affixed my Official Seal the day end year first above written, o, ,slur II1IY Ivl1 Y��j Constance A.Dunn,Notary Public My Commission Expires.July 9,2019 POA-F 180-2849C EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Scction 8 Attrn noy's,-io Factl. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrumentn under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any Such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL. AMP RICAN CASUALA Y AND SURETY COMPANY, and the FIDE:I,I'I'Y AND DEPOSIT COMPANY OF MARYLAND, do hereby certify [hat the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8. of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE:COMPANY at a meeting duly called and held on the 15th clay of Decemher 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on auy Power ol'Ahorney._Any such Power or any certificate thereof bearing such facsimile signature and seal shall he valid and binding on the Company." 'Phis Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUAL,I Y AND SURETY COMPANY at a meeting duly called and held on [he 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and hold on the I Oth day of May, 1990, RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-president, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY N'11EREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, thi. 3y{.'1"e"eia) of ./t'Ix.wl",Cq„lu.`'tatt 2019 �'7� FMA gfNPt yycr"u+sbq,�tt w"a°"gT.r, P�Y�.b�Wtl'WN.OR� wry O ww ^rfN ,Fa xt * � s✓ 7 86p�L�� t` 3 David McVicker, Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT ALL REQUIRED INFORMATION TO: Zurich American Insurance Co. Attu: Surety Claims 1299 Zurich Way Schatmiburg, IF 60196-1056 CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and R. W. Scott Construction Co, organized under the laws of the State of Washinaton , located and doing business at 4 O55 W Valle,y,,,Highway N. Ste A. Auburn, WA 98001("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: 41h Ave. and Meeker St. Complete Streets Project/Project Number: 17-3019 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 2018 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 2018 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 forty five (45) 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. 4th & Meeker complete Streets/Langholz 37 July 25, 2018 Project Number: 17-3019 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competentjurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTWAL 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. 4°i & Meeker Complete Streets/Langholz 38 July 25, 2018 Project Number 17-3019 CITY OF° 0 3KENTy �yA +�, BYJ It la �' DANA RALPH, MAYOR DATE: ATTE KIMB RLEY A. OTO, CITY CLERK APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR BY: PRINT NAM TITLE: DATE: 4"' & Meeker Complete Streets/Langholz 39 July 25, 2018 Project Number: 17-3019 EXHIBIT A I NSUIRANICE REQU I REMENli S 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.. Nnimum Scrape 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. G. Minirnum 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. 4 1 h & Meeker Complete Streets/Langholz 40 July 25, 2018 Project Number 17-3019 EXHIBIT A (Continuedl) 2. Automobile_Liability insurance with a minimum combined single limit for bodily injury and property damage of $1 ,000,000 per accident. rhea" @ nsurani e fr"rov siiens 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 ensurance 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. 41" & Meeker complete Streets/Langholz 41 July 25, 2018 Project Number: 17-3019 XHI B IT A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. Go 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. 41h & Meeker Complete Streets/Langholz 42 July 25, 201B Project Number: 17-3019 Chandt: 108729 SCOTRVV --5ATEC(�1MfDDFYYY) 61; ACORD... CEIRTIFICA1 II,,,,,, OF 11 IA113u�...irry 11114SUIRAINCIE 6/23/2018 THIS CERTIFICATEISSUED AS 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,tire policy(les)must he 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 cumorsemends). Paooucea og,�,A Tabitha I ornfinson Propel Insurance I 'NE:" MAIL FAX, 866 577-1326 Tacoma Commercial Insurance 800 499-0933 r� AL,jr,S, mrance.corn 1201 Pacific Ave, Suite 1000 INSURERS)AFFORDING COVERAGE NAc H Tacoma,WA 98402 .......A ...... .......weer, 25615 INSURED INSURLT,H 125674 R.W. Scott Construction Co. INSURF R C 125666 4005 West Valley Hwy N. INSURER O Suite A Auburn,WA 98001 C'0VrjPAGFS CERTIFICATE NUMBER: REVISION NUMBER: THE. 7777777777 THE PDX It h S OF INSURANCt I ISI I D PF I OVA HAVI M [NI I GLIF 1) TO TI h I NAMI F)A111TVF 1 ORIME POI IC;Y PERIOD NIACATF F) NO1 WI I I ISLANI)ING ANY At QUIRE OF IT, TERM Or, CONDI I ON ICE AII (X)NTRACT OP OrHFF' DOCIUMFINI YVI I I I FIF SPEC"I' TO VO IIGI I THIS Cr R1 If 1CATE MAY BI ISSLJFD OF, MAY PERTAIN, TI IF INVURANCE AF I oRDFID BY II IF POI ICIES FLI-SCRIM 1) 111 RE SIN IS SUBJ1 CT TO AL I I 111 TFLULIV, EXCHR.JONS AND -'ONUJILICJW Of: SUCH POLICIE.S, LIMITS SHOWN DAY LAVI HILEN R1 )LICI-D BY i'Ain CLAIMS. Irink TYPE OF INSURANCE SGI POLICY I IF I:F2 POLICY 11 1 EX I P LIMITS 'IR INsP:wyo POLICYNUMBER (MMIDINYYYY) iMWDDNYYY) A Xl(AMIUTLA DTC06B38913000F18 03/31/2018 03/311201C 1 m,w(cu,1u m, 11.000.000 IN'1j)1i"N ITT H F11 X�(10clIk P(A I O-A,� X1 PD Dad: $2,500 iti IJ I )z,Lo i) S5.000 PI A,01VU K Au INJU N s1,000,000 WI 11lrGRI CAII I hVI APIP:1, I,l Ic Ci I AG(Lki GAII $2,000,000 I po:I(y � X� J�I�G� � J I� C PROIAK�IB (L),v(wl,((� $2,000,000 01111 lL C AUTOMOBILE LIABILITY DT8106B389130TIA18 )3/3112019 OW311201E 11,000,000 X YIN, AHI11 $ H CHI)I�(I I IJ L(jrIYiiLiuLY(IP11: hJIJt "11,1, RON 10) VINAAOI, X �x I L —1111 - T X UMBRELLAILIAD IXu. CUP1J7127651826 0313112018 03/3112015 1 A010M,01WI I&I $5,000,000 fXCE551I ('I A'XI Inc„I N361W UAI 1 $5,000.000 X:NrUIJUoUL*1o,0o0 • WORKERSCOMPEII VVA Stop Gap 1)313112018 OW31/201E ADD M1PIA)YCP6'I rADII NY Y(rd I A14Y I INOI-NH-10 R YO F INI AT Y F C I J T I DTC06B38913000F18 ,IJACIIAL�I�!BFR w I sl;qoo�tioo LS I (I RAII MO N I: NIA dmy lik 6141) 11 LVJAS1 $1.000.000 II nduLL'Ih,"II OPFRATIONSIL,lo, I $1.000.000 • Leased/Rented EQ OT6605C527307COF18 0313112018 0313:11201 E $100,000 Limit $1,000 Deductible DESCRIPTION OF OPERATIONS!LOCATIONS!VEHICLES(ACORD 101,Addidopial Rerimvks Schedule,may ba atlachad if more spore Is roqulred) RE:4th Ave and Meeker St Complete Streets Project, Project Number: 17-3019. Additional Insured Status applies per attached form(s). ....................... (314 1111CA IF HOLDER CANE El I,A I ION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE 0 1989-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014MH I of 1 The ACORD name and logo are registered marks of ACORD #S33222721M3099732 KTROO Aftlk TRAVELERS POLICY NUMBER: DT-CO-GB3891 30-COF-1 B EFFECTIVE DATE: 03-31 -18 ISSUE DATE: 04-18-1 8 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS THIS LISTING SHOWS THE NUMBER OF FORMS , SCHEDULES AND ENDORSEMENTS BY LINE OF BUSINESS . IL TO 02 11 89 COMMON POLICY DECLARATIONS IL T8 01 10 93 FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS IL TO 05 06 10 COMMON POLICY CONDITIONS—WASHINGTON IL TO 03 04 96 LOCATION SCHEDULE GENERAL LIABILITY — CONTRACTORS CG TO 01 11 03 COML GENERAL LIABILITY COV PART DEC CG F3 07 11 08 DEDUCTIBLE LIAB INSURANCE — WASHINGTON CG TO 07 09 87 DECLARATIONS PREMIUM SCHEDULE CG TO 08 11 03 KEY TO DECLARATIONS PREMIUM SCHEDULE CG TO 34 11 03 TABLE OF CONTENTS CG 00 01 10 01 COMMERCIAL GENERAL LIABILITY COV FORM CG TS 00 GENERAL PURPOSE ENDORSEMENT CG T8 01 GENERAL PURPOSE ENDORSEMENT CG D2 70 01 10 ADD'L INS ENGS, ARCHITECTS, SURVEYORS CG D3 61 03 05 ADD'L INSURED—OWNERS,LESSEES,CONTRACTORS CG D3 73 11 05 ADD'L INSURED,OWNERS,LESSEES,CONTRACTORS CG D4 20 07 08 AMEND OTHER INS COND MEAN OTHER INS/INSR CG D4 71 01 15 AMEND COVERAGE B — PERS & ADV INJURY CG 20 10 10 01 ADDL INSD—OWNER/LESSEE/CONTRACTOR B CG 20 37 07 04 ADD INSURED—OWNRS,LESSEES,CONT COMPL CPS GN 01 13 11 03 EMPLOYERS OVERHEAD LIABILITY CG D2 03 12 97 AMEND—NON CUMULATION OF EACH OCC ✓'CG D2 11 01 04 DESIGNATED PROJECT(S) GEN AGGR LIMIT CG D2 46 08 05 BLANKET ADDITIONAL INSURED (CONTRACTORS) ,-CG D3 16 11 11 CONTRACTORS XTEND ENDORSEMENT CG D3 70 08 13 OTHER INS—DESIGNATED ADDITIONAL INSURED CG D2 93 11 03 EXCL—CONSTRUCT MANAGE ERRORS & OMISSIONS "—_ CG D3 22 01 04 EXCLUSION—SUITS BY ONE NAMED INSURED CG D3 26 10 11 EXCLUSION — UNSOLICITED COMMUNICATION CG D3 56 05 14 MOBILE EQUIP REDEFINED—EXCL OF VEHICLES CG D3 91 08 13 EXCL—PROD SUBJ TO WRAP—UP—LTD EXCEPTIONS CG D4 21 07 08 AMEND CONTRAC LIAB EXCL—EXC TO NAMED INS CG D5 46 10 11 EXCL — ARCHITECT/ENG/SURVEY PROF SERV CG D6 18 10 11 EXCL—VIOLATION OF CONSUMER FIN PROT LAWS CG D7 46 01 15 EXCL—ACCESS OR DISCL OF CONF/PERS INFO CG DO 76 06 93 EXCLUSION—LEAD CG D1 42 D1 99 EXCLUSION—DISCRIMINATION CG D1 73 11 03 AMEND—POLL EXCL—INCL LTD COV POLL COSTS CG D2 04 06 01 EXCL—EXTERIOR INSULATION & FINISH SYSTEM •'_ CG 02 40 09 15 EXCLUSION —SILICA OR SILICA—RELATED DUST CG F2 45 07 02 EXCLUSION — WAR — WASHINGTON CG T4 78 02 90 EXCLUSION—ASBESTOS CG T4 81 11 88 EXC—HAZARD—CONNECTED DESIGNATED EXPOSURE IL T8 01 10 93 PAGE : 1 OF 2 u,eo�z TRAVELERS) POLICY NUMBER: DT-CO-GB3891 30-COF-1 B EFFECTIVE DATE: 03-31 -1 B ISSUE DATE: 04-18-1 8 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS THIS LISTING SHOWS THE NUMBER OF FORMS , SCHEDULES AND ENDORSEMENTS BY LINE OF BUSINESS , IL TO 02 11 89 COMMON POLICY DECLARATIONS IL T8 01 10 93 FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS IL TO 05 06 10 COMMON POLICY CONDITIONS-WASHINGTON IL TO 03 04 96 LOCATION SCHEDULE GENERAL LIABILITY - CONTRACTORS CG TO 01 11 03 COML GENERAL LIABILITY GOV PART DEC CG F3 07 11 08 DEDUCTIBLE LIAB INSURANCE - WASHINGTON CG TO 07 09 87 DECLARATIONS PREMIUM SCHEDULE CG TO O8 11 03 KEY TO DECLARATIONS PREMIUM SCHEDULE CG TO 34 ti 03 TABLE OF CONTENTS CG 00 01 10 01 COMMERCIAL GENERAL LIABILITY COV FORM CG T8 00 GENERAL PURPOSE ENDORSEMENT CG TS O1 GENERAL PURPOSE ENDORSEMENT CG D2 70 01 10 ADD'L INS ENGS, ARCHITECTS, SURVEYORS CG D3 61 03 05 ADD'L INSURED-OWNERS,LESSEES,CONTRACTORS CG D3 73 11 05 ADD'L INSURED,OWNERS,LESSEES,CONTRACTORS CG D4 20 07 08 AMEND OTHER INS COND MEAN OTHER INS/INSR CG D4 71 01 15 AMEND COVERAGE B - PERS & ADV INJURY CG 20 10 10 01 ADDL INSD-OWNER/LESSEE/CONTRACTOR B CG 20 37 07 04 ADD INSURED-OWNRS ,LESSEES,CONT COMPL CPS GN 01 13 11 03 EMPLOYERS OVERHEAD LIABILITY CG D2 03 12 97 AMEND-NON CUMULATION OF EACH OCC CG D2 11 01 04 DESIGNATED PROJECT(S) GEN AGGR LIMIT CG D2 46 08 05 BLANKET ADDITIONAL INSURED (CONTRACTORS) o CG 03 16 11 11 CONTRACTORS XTEND ENDORSEMENT CG D3 70 08 13 OTHER INS-DESIGNATED ADDITIONAL INSURED CG D2 93 11 03 EXCL-CONSTRUCT MANAGE ERRORS & OMISSIONS CG D3 22 01 04 EXCLUSION-SUITS BY ONE NAMED INSURED CG D3 26 10 11 EXCLUSION - UNSOLICITED COMMUNICATION CG D3 56 05 14 MOBILE EQUIP REDEFINED-EXCL OF VEHICLES CG D3 91 08 13 EXCL-PROJ SUB) TO WRAP-UP-LTD EXCEPTIONS CG D4 21 07 06 AMEND CCNTRAC LIAB EXCL-EXC TO NAMED INS CG D5 46 10 11 EXCL - ARCHITECT/ENG/SURVEY PROF SERV CG OG 18 10 11 EXCL-VIOLATION OF CONSUMER FIN PROT LAWS CG D7 46 01 15 EXCL-ACCESS OR DISCL OF CONF/PERS INFO a CG DO 76 06 93 EXCLUSION-LEAD CG D1 42 01 99 EXCLUSION-DISCRIMINATION CG D1 73 11 03 AMEND-POLL EXCL-INCL LTD COV POLL COSTS CG D2 04 06 01 EXCL-EXTERIOR INSULATION & FINISH SYSTEM CG D2 40 09 15 EXCLUSION -SILICA OR SILICA-RELATED DUST CG F2 45 07 02 EXCLUSION - WAR - WASHINGTON CG T4 78 02 90 EXCLUSION-ASBESTOS CG 74 81 11 88 EXC-HAZARD-CONNECTED DESIGNATED EXPOSURE IL T8 01 10 93 PAGE : 1 OF 2 0�6W2 POLICY NUMBER: DT-CO-683891 30-COF-1 8 EFFECTIVE DATE: 03-31 -18 ISSUE DATE: 04-18-18 GENERAL LIABILITY - CONTRACTORS (CONTINUED) CG F2 66 11 03 WA CHANGES EMPLOY RELATED PRACTICES EXCL CG F4 66 01 08 WASHINGTON CHANGES-WHO IS AN INSURED CG F2 41 05 02 WASHINGTON - FUNGI OR BACTERIA EXCLUSION CG TO 09 09 93 EMPLOYEE BENEFITS LIAR COV PART DEC CG TO 43 01 16 EMPLOYEE BENEFITS LIAB TABLE OF CONTENTS CG T1 01 01 16 EMPLOYEE BENEFITS LIABILITY COV FORM INTERLINE ENDORSEMENTS IL T3 68 01 15 FEDERAL TERRORISM RISK INS ACT DISCLOSE IL T4 05 03 11 DESIGNATED ENTITY - CANC PROVIDED BY US IL T4 12 03 15 AMNDT COMMON POLICY COND-PROHIBITED COVG IL T4 14 01 15 CAP ON LOSSES CERTIFIED ACT OF TERRORISM IL 01 23 11 13 WASHINGTON CHANGES - DEFENSE COSTS IL 01 98 09 08 NUCLEAR ENERGY LIABILITY EXCLUSION IL T8 01 10 93 PAGE : 2 OF 2 i TRAVELERS J POLICY NUMBER: DT-CC-68389130-COF-18 EFFECTIVE DATE: 03-31 -18 ISSUE DATE: 04-18-18 GENERAL LIABILITY - CONTRACTORS (CONTINUED) CG F2 66 11 03 WA CHANGES EMPLOY RELATED PRACTICES EXCL CG F4 66 01 08 WASHINGTON CHANGES-WHO IS AN INSURED CG F2 41 05 02 WASHINGTON - FUNGI OR BACTERIA EXCLUSION CG TO 09 09 93 EMPLOYEE BENEFITS LIAB CDV PART DEC CG TO 43 01 16 EMPLOYEE BENEFITS LIAR TABLE OF CONTENTS CG T1 01 01 16 EMPLOYEE BENEFITS LIABILITY COV FORM INTERLINE ENDORSEMENTS IL T3 68 01 15 FEDERAL TERRORISM RISK INS ACT DISCLOSE IL T4 05 03 11 DESIGNATED ENTITY - CANC PROVIDED BY US IL T4 12 03 15 AMNDT COMMON POLICY COND-PROHIBITED COVG IL T4 14 01 15 CAP ON LOSSES CERTIFIED ACT OF TERRORISM IL 01 23 11 13 WASHINGTON CHANGES - DEFENSE COSTS IL 01 98 09 08 NUCLEAR ENERGY LIABILITY EXCLUSION IL T8 01 10 93 PAGE : 2 OF 2 I I AW TRAVELERs'J POLICY NUMBER: DT-81 0-6B389130-TIA-1 8 EFFECTIVE DATE: 03-31 -18 ISSUE DATE: 04-25-18 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS THIS LISTING SHOWS THE NUMBER OF FORMS, SCHEDULES AND ENDORSEMENTS BY LINE OF BUSINESS . IL TO 02 11 89 COMMON POLICY DECLARATIONS IL T8 01 10 93 FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS IL TO 05 06 10 COMMON POLICY CONDITIONS-WASHINGTON IL T3 02 07 86 CALCULATION OF PREMIUM-COMPOSITE RATE(S) IL T8 25 GENERAL PURPOSE ENDORSEMENT COMMERCIAL AUTOMOBILE CA TO 01 02 15 BA- COVERAGE PART DECS (ITEMS 1 & 2) CA TO 03 02 15 BA COVERAGE PART DECS (ITEMS 4 & 5) CA T3 95 02 15 DEDUCTIBLE COVERAGE CA TO 30 02 16 BA/AD/MC COV PART SUPPL SCH - ITEM TWO CA TO 31 02 15 TABLE OF CONTENTS-BUSINESS AUTO COV FORM CA 00 01 10 13 BUSINESS AUTO COVERAGE FORM MCS 90 END FOR MC POL OF INS FOR PUBLIC LIAR CA T4 52 02 16 SHRT TRM HRD AUTO - ADDT'L INSD LS PAYEE CA T4 59 02 15 AMENDMENT OF EMPLOYEE DEFINITION CA 01 35 10 13 WASHINGTON CHANGES CA 20 01 10 13 LESSOR - ADDL INSURED AND LOSS PAYEE N CA 21 34 10 13 WA UNDERINSURED MOTORISTS COVERAGE CA 99 03 10 13 AUTO MEDICAL PAYMENTS COVERAGE e CA 99 48 10 13 POLL LIAB-BUS AUTO/MOTOR CARRIER COV FRM ✓CA T3 53 02 15 BUSINESS AUTO EXTENSION ENDORSEMENT 18230 UNIFORM MOTOR CARRIER END-18230- FORM F CA T8 00 POLLUTION LIABILITY °= INTERLINE ENDORSEMENTS IL T4 12 03 15 AMNDT COMMON POLICY COND-PROHIBITED COVG IL 01 23 11 13 WASHINGTON CHANGES - DEFENSE COSTS IL 01 98 09 08 NUCLEAR ENERGY LIABILITY EXCLUSION o a IL T8 01 10 93 PAGE : 1 OF 1 000303 T'R'AVELERS J POLICYNUMBER: DT-810-68389130-TIA-18 EFFECTIVE DATE: 03-31 -1 B ISSUE DATE: 04-25-18 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS THIS LISTING SHCWS THE NUMBER OF FORMS, SCHEDULES AND ENDORSEMENTS BY LINE OF BUSINESS . IL TO 02 11 89 COMMON POLICY DECLARATIONS IL T8 01 10 93 FORMS , ENDORSEMENTS AND SCHEDULE NUMBERS IL TO 05 06 10 COMMON POLICY CONDITIONS-WASHINGTON IL T3 02 07 86 CALCULATION OF PREMIUM-COMPOSITE RATE(S) IL T8 25 GENERAL PURPOSE ENDORSEMENT COMMERCIAL AUTOMOBILE CA TO 01 02 15 BA- COVERAGE PART DECS (ITEMS 1 & 2) CA TO 03 02 15 BA COVERAGE PART DECS (ITEMS 4 & 5) CA T3 95 02 15 DEDUCTIBLE COVERAGE CA TO 30 02 16 BA/AD/MC COV PART SUPPL SCH - ITEM TWO CA TO 31 02 15 TABLE OF CONTENTS-BUSINESS AUTO COV FORM CA 00 01 10 13 BUSINESS AUTO COVERAGE FORM MCS 90 END FOR MC POL OF INS FOR PUBLIC LIAB CA T4 52 02 16 SHIRT TRM HRD AUTO - AODT'L INSD LS PAYEE CA T4 59 02 15 AMENDMENT OF EMPLOYEE DEFINITION CA 01 35 10 13 WASHINGTON CHANGES CA 20 01 10 13 LESSOR - ADDL INSURED AND LOSS PAYEE CA 21 34 10 13 WA UNDERINSURED MOTORISTS COVERAGE �— CA 99 03 10 13 AUTO MEDICAL PAYMENTS COVERAGE CA 99 48 10 13 POLL LIAR-BUS AUTO/MOTOR CARRIER COV FRM CA T3 53 02 15 BUSINESS AUTO EXTENSION ENDORSEMENT o� 18230 UNIFORM MOTOR CARRIER END-18230- FORM F CA T8 00 POLLUTION LIABILITY ° °— INTERLINE ENDORSEMENTS o IL T4 12 03 15 AMNOT COMMON POLICY COND-PROHIBITED CCVG IL O1 23 it 13 WASHINGTON CHANGES - DEFENSE COSTS IL O1 98 09 08 NUCLEAR ENERGY LIABILITY EXCLUSION M1g� 6� IL T8 01 10 93 PAGE : 1 OF OOOSBS COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: - COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED —(Section II) is amended c) The insurance provided to the additional in- to include any person or organization that you sured does not apply to 'bodily injury" or agree in a "written contract requiring insurance" "property damage" caused by "your work' to include as an additional insured on this Cover- and included in the "products-completed op- age Part, but: erations hazard" unless the "written contract a) Only with respect to liability for"bodily injury", requiring insurance" specifically requires you "property damage" or"personal injury"; and to provide such coverage for that additional insured, and then the insurance provided to b) If, and only to the extent that, the injury or the additional insured applies only to such damage is caused by acts or omissions of "bodily injury" or "properly damage" that oo- you or your subcontractor In the performance curs before the and of the period of time for of "your work" to which the "written contract which the "written contract requiring insur- requiring insurance" applies. The person or ante" requires you to provide such coverage organization does not qualify as an additional or the end of the policy period, whichever is insured with respect to the independent acts earlier. or omissions of such person or organization. 3. The insurance provided to the additional insured 2. 'The insurance provided to the additional insured by this endorsement is excess over any valid and by this endorsement is limited as follows: collectible "other insurance", whether primary, a) In the event that the Limits of Insurance of excess, contingent or on any other basis, that is this Coverage Part shown in the Declarations available to the additional insured for a loss we exceed the limits of liability required by the cover under this endorsement. However, if the "written contract requiring Insurance", the in- "written Contract requiring insurance" specifically surance provided to the additional insured requires ,that this insurance apply on a primary shall be limited to the limits of liability re- basis or a primary and non-conlributory basis, quired by that "written contract requiring in- this insurance is primary to "other insurance" surance". 'f his endorsement shall not in- available to the additional insured which covers crease [lie limits of insurance described in that peraon or organization o3 o named murcd Section lit —Limits Of Insurance. for such loss, and we will not share with that b) The insurance provided to the additional in "other insurance". But the insurance provided to cured does not a to "bodily injury", "prop- the additional insured by this endorsement still is apply y I ry p p- excess over any valid and collectible "other in- only damage' or "personal injury" arising out surance whether primary, excess, contingent or of the rendering of, or failure to render, any on any other basis, that is available to the addi- professional architectural, engineering or sur- tional insured when that person or organization is veying services, including: an additional insured under such "other iri I. The preparing, approving, or failing to ante".. prepare or approve, maps, shop draw- 4 As a condition of coverage provided to the ings, opinions, reports, surveys, field or- additional insured by this endorsement: ders or change orders, or the preparing, approving, or failing to prepare or ap- a) The additional insured must give us written prove, drawings and specifications: and notice as soon as practicable of an "occur- rence" or an offense which may result in a ii. Supervisory, inspection, architectural or engineering activities. claim. To the extent possible, such notice should include: CG D2 46 08 05 O 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CON rRAC TORS X T END ENDORSEMENT This endorserent modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE —This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement-The following listing is a general cover- age description only. Limitations and exclusions nlay apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what Is and is not covered. A. Aircraft Chartered With Pilot H. Blanket Additional Insured — Lessors Of Leased B. Damage To Pierises Rented To You Equipment C. Increased Supplementary Payments 1, Blanket Additional Insured — States Or Political Subdivisions—Permits D. Incidental Medical Malpractice J. Knowledge And Notice Of Occurrence Or Offense E. Who Is An Insured — Newly Acquired Or Formed Organizations K. Unintentional Omission F. Who Is An Insured — Broadened Named Insured L. Blanket Waiver Of Subrogation —Unnamed Subsidiaries NI. Amended,Bodily Injury Definition G. Blanket Additional Insured — Owners, Managers N. Contractual Liability- Railroads Or Lessors Cf Premises PROVISIONS INJURY AND PROPERTY DAMAGE LI- A. AIRCRAFT CHARTERED WITH PILOT ABILITY, The following is added to Exclusion g., Aircraft, Exclusions c. and g. through or. do riot apply Auto Or Watercraft, in Paragraph 2. of SECTION to "premises damage". Exclusion f.(1)(a) I — COVERAGES — COVERAGE A BODILY IN- does not apply to "premises damage" caused JURY AND PROPERTY DAMAGE LIABILITY: by: This exclusion does not apply to an aircraft that a. Fire; is: b. Explosion; (a) Chartered with a pilot to any insured, c. Lightning, (b) Not owned by any insured; and d. Smoke resulting from such fire, explosion, (c) Not being used to carry arty person or prop- or lightning; or erty for a charge. e. Water; B. DAMAGE TO PREMISES RENTED TO YOU unless Exclusion It. of Section I — Coverage A 1. The first paragraph of the exceptions in Ex- — Bodily Injury And Property Damage Liability elusion j., Damage To Property, in Para- is replaced by another endorsement to this graph 2. of SECTION I — COVERAGES — Coverage Part that has Exclusion — All Pollu- COVERAGE A BODILY INJURY AND tion Injury Or Damage or Total Pollution Ex- PROPERTY DAMAGE LIABILITY is deleted. elusion in its title. 2. The following replaces the last paragraph of A separate limit of insurance applies to Paragraph 2., Exclusions, of SECTION I — "premises damage" as described in Para- COVERAGES — COVERAGE A. BODILY graph 6. of SECTION III — LIMITS OF IN- SURANCE. CG D3 16 11 11 02011 The Travelers Indemnity Company.All rights reserved, Page 1 of 6 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- C. INCREASED SUPPLEMENTARY PAYMENTS TION III — LIMITS OF INSURANCE: 1. The following replaces Paragraph 1.b, of Subject to 5. above, the Damage To Prem- SUPPLEMENTARY PAYMENTS — COVER- ises Rented To You Limit is the most we will AGES A AND B of SECTION I — COVER- pay under Coverage A for damages because AGE: of "premises damage" to any one premises. b. Up to $2,500 for the cost of bail bonds The Damage To Premises Rented To You required because of accidents or traffic Limit will apply to all "property damage" law violations arising out of the use of any proximately caused by the Same "occur- vehicle to which the Bodily Injury Liability rence", whether such damage 'results from: Coverage applies. We do not have to fur- fire; explosion; lightning; smoke resulting from nlsh these bonds. such fire, explosion, or lightning; or water; or any combination of any of these causes. 2• The following replaces Paragraph 1.d. of SUPPLEMENTARY PAYMENTS — COVER- The Damage To Premises Rented To You AGES A AND B of SECTION I — COVER- Limit will be: AGES: a. The amount shown for the Damage To d. All reasonable expenses incurred by the Premises Rented To You Limit on the insured at our request to assist us in the Declarations of this Coverage Part, or investigation or defense of the claim or b. $300,000 if no amount is shown for the "suit", including actual loss of earnings up Damage To Premises Rented To You to $500 a day because of time off from Limit on the Declarations of this Coverage work. Part. D. INCIDENTAL MEDICAL MALPRACTICE 4. The following replaces Paragraph a. of the 1. The following is added to the definition of"oc- definition of "insured contract" in the DEFINI- currence" in the DEFINITIONS Section: TIONS Section: "Occurrence" also means an act of omission a. A contract for a lease of premises. How- committed in providing or falling to provide ever, that portion of the contract for a "incidental medical services", first aid or lease of premises that indemnifies any "Good Samaritan services"to a person, person or organization for "premises damage"is not an "insured contract"' 2. The following is added to Paragraph 2.a.(1) of SECTION II—WHO IS AN INSURED: 5. The following is added to the DEFINITIONS Section: Paragraph (1)(d) above does not apply to "bodily injury" arising out of providing or fail- "Premises damage" means. "property dam- ing to provide, age'to: a. Any premises while rented to you or tem- (�) "Incidental medical services" any of porarily occupied by you with permission your employees" who is nurse pracl of the owner; or boner,, registered nurse, licensed nsed practical nurse, nurse assistant, emergency medi- b. The contents of any premises while such cal technician or paramedic, or premises is rented to you, if you rent such (II) First aid or "Good Samaritan services" by premises for a period of seven or fewer any of your "employees' or "volunteer consecutive days, workers", other than an employed or vol- 6. The following replaces Paragraph 4.b.(1)(b) unteer doctor. Any such "employees" or of SECTION IV — COMMERCIAL GENERAL "volunteer workers" providing or failing to LIABILITY CONDITIONS: provide first aid or "Good Samaritan ser- (b) That is insurance for "premises damage"; vices" during their work hours for you will or be deemed to be acting within the scope 7. Paragraph 4.b.(1)(c) of SECTION IV — of their employment by you or performing COMMERCIAL GENERAL LIABILITY CON_ duties related to the conduct of your busk DITIONS is deleted. ness. Page 2 of 6 (0 2011 The'Crnvelers hoKni-ity Co[ripiany.All rights reserved, CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY 3. The following is added to Paragraph 5. of 4. Any organization you newly acquire or form, SECTION III-LIMITS OF INSURANCE' other than a partnership, joint venture or lim- For the purposes of determining the applica_ ited Inability company, of which you are the ble Each Occurrence Limit, all related acts or sole owner or in which you maintain the me- omissions committed in providing or failing to jofity ownership interest, will qualify as a provide "incidental medical services", first aid Named Insured if there is no other insurance or "Good Samaritan services" to any one per- which provides similar coverage to that Or- son will be deemed to be one"occurrence". ganization, However: 4. The following exclusion is added to Para- a. Coverage under this provision is afforded graph 2., Exclusions, of SECTION I - COV- only: ERAGES - COVERAGE A BODILY INJURY (1) Until the 180th day after you acquire or AND PROPERTY DAMAGE LIABILITY: form the organization or the end of the Sale Of Pharmaceuticals policy period, whichever is earlier, If you "Bodily injury" or "property damage' arising do not report such organization in writing out of the willful violation of a penal statute or to us within 180 days after you acquire or ordinance relating to the sale of phanTlaceuti- form it, or cols committed by, or with the knowledge or (2) Until the end of the policy period, when consent of, the insured. that date is later than 180 days after you 5. The following is added to the DEFINITIONS acquire or form such organization, if you Section: report such organization in writing to us "Incidental medical services" means: within 180 days after you acquire or form a. Medical, surgical, dental, laboratory, x-ray it, and we agree in writing that it will con- or nursing service or treatment, advice or time to be a Named Insured until the end instruction, or the related furnishing of of the policy period; food or beverages; or b. Coverage A does not apply to "bodily injury" b. The furnishing or dispensing of drugs of or "property damage" that occurred before medical, dental, or surgical supplies or you acquired or formed the organization; and appliances. c. Coverage B does riot apply to "personal in- "Good Samaritan services" means any erner- jury' or "advertising Injury' arising out of an gency medical services for which no corm offense committed before you acquired or sation is dernanded or received. formed the organization. 6. The following is added to Paragraph 4.b., Ex- F. WHO IS AN INSURED - BROADENED NAMED cess Insurance, of SECTION IV - COM- INSURED- UNNAMED SUBSIDIARIES MERCIAL GENERAL LIABILITY CONDI- TIONS: The following is added to SECTION II - WHO IS ANINSURED: The insurance is excess over any valid and collectible other insurance available to the in- Any of your subsidiaries, other than a partnership, cured, whether primary, excess, contingent or joint venture or limited liability company, that is on any other basis, that is available to any of not shown as a Named Insured in the Declara- your "employees" or "volunteer workers" for tions is a Named Insured if you maintain an own- "bodily injury" that arises out of providing or ership interest of more than 50% in such subsidi- failing to provide "incidental medical ser- ary on the first day of the policy period. vices", first aid or "Good Samaritan services" No such subsidiary is an insured for"bodily injury" to any person to the extent not subject to or "property damage" that occurred, or "personal Paragraph 2.a.(1) of Section II - Who Is An injury" or, "advertising injury" caused by an of- Insured. fense committed after the date, if any, during the E. WHO IS AN INSURED - NEWLY ACQUIRED policy period, that you no longer maintain an OR FORMED ORGANIZATIONS ownership interest of more than 50% in such sub- The following replaces Paragraph 4. of SECTION sidiary. II -WHO IS AN INSURED: CG D3 16 11 11 0 2011 The Travelers Indemnity Company.All rights reserved, Page 3 of 6 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED,- OWNERS, H. BLANKET ADDITIONAL INSURED - LESSORS MANAGERS OR LESSORS OF PREMISES OF LEASED EQUIPMENT The following is added to SECTION II - WHO IS The following is added to SECTION II - WHO IS AN INSURED: AN INSURED. Any person or organization that is a premises Any person or organization that is an equipment owner, manager or lessor and that you have lessor and that you have agreed in a written con- agreed in a written contract or agreement to in- tract or agreement to include as an insured on clude as an additional insured on this Coverage this Coverage Part is an insured, but only with re- Part th respect o liability spect to liability for "bodily injury", "properly clam- to,r "b orodil y injury',art insured, b"property damage", "personal age", "personal injury" or"advertising injury"that far b advertising I in ur that: a occurs, or is "personal injury" or radver a. Is "bodily injury" o "property damages that Is bodily injury' or "property da g that occurs,"bodily is "personal Injury" d "advertising p "advertising commit- injury" by an offense that is cornmit- injury" caused by an offense that is commit- ed, subsequent to the execution of that con- ted, subsequent to the execution of that con- tract or agreement, and tractor agreement, and b. Arises out of the ownership, maintenance or b. Is caused, in whole or in part, by your acts or omissions use of that part of any premises leased to in the maintenance, operation h you. use of equipment leased to you by such equipment lessor. The insurance provided to such premises owner, The insurance provided to such equipment lessor manager or lessor is subject to the following pro- is subject to the following provisions: visions. a. The limits of insurance provided to such a. The limits of insurance provided to such equipment lessor will he the minimum limits premises owner, manager or lessor will be which you agreed to provide in the written the mi limurn limits which you agreed to pro- contract or agreement, or the limits shown on vide in the written contract or agreement, of the Declarations, whichever are less the limits shown on the Declarations, which- ever are less. b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or b. The insurance provided to such premises owner, manager or lessor does not apply to: personal property damage" that occurs, injury" or "advertising injury" caused by an of- (1) Any "bodily injury" or "property damage" fense that is committed, after the equipment that occurs, or"personal injury" or "adver- ease expires, tising injury" caused by an offense that is c. The insurance provided to such equipment committed, after you cease to be a tenant lessor is excess over any valid and collectible in that premises; or other insurance available to such equipment (2) Structural alterations, new construction or lessor, whether primary, excess, contingent demolition operations performed by or on or on any other basis, unless you have behalf of such premises owner, lessor or agreed in the written contract or agreement manager. that this insurance must be primary to, or c. The insurance provided to such premises non-contributory with, such other insurance, owner, manager or lessor is excess over any in which case this insurance will be primary valid and collectible other Insurance available to, and non-contributory with, such other in- to such premises owner, manager or lessor, surance. whether primary, excess, contingent or on I. BLANKET ADDITIONAL INSURED - STATES any other basis, unless you have agreed in OR POLITICAL SUBDIVISIONS- PERMITS the written contract or agreement that this in- surance must be primary to, or non- The following is added to SECTION II - WHO IS contributory with, such other insurance, in AN INSURED: which case this insurance will be primary to, Any state or political subdivision that has issued a and non-contributory with, such other insur- permit in connection with operations performed by ance. you or on your behalf and that you are required Page 4 of 6 2011 1E I rave[ers Indemnity Company.All rightri i eserved. CG D$ 16 11 11 COMMERCIAL GENERAL LIABILITY by any ordinance, law or building code to include (if) A manager of any limited liability as an additional insured on this Coverage Part Is company; or an insured, but only with respect to liability for (iii)An executive officer or director of "bodily injury", "property damage', "personal in- any other organization; jury" or "advertising injury' arising out of such op- that is your partner, joint venture erations. member or manager; or The insurance provided to such state or political (b) Any "employee" authorized by such subdivision does not apply to: partnership, joint venture, limited li- a. Any "bodily injury," "property damage," "per- ability company or other organization sonal Injury" or"advertising injury" arising out to give notice of an "occurrence" or of operations performed for that stale or po- offense. litical subdivision; or (3) Notice to us of such "occurrence"or of an b. Any "bodily injury" or "property damage' in- offense will be deemed to be given as eluded in the "products-completed operations soon as practicable if it is given in good hazard". faith as soon as practicable to your work- J. KNOWLEDGE AND NOTICE OF OCCUR- ers compensation insurer. This applies RENCE OR OFFENSE only if you subsequently give notice to its The following is added to Paragraph 2., Duties In of the "occurrence" or offense as soon as The Event of Occurrence, Offense, Claim or practicable after any of the persons de- Suit, of SECTION IV — COMMERCIAL GEN- scribed in Paragraphs e. (1) or (2) above ERAL LIABILITY CONDITIONS discovers that the "occurrence' or offense may result in sums to which the insurance e. The following provisions apply to Paragraph provided under this Coverage Part nnay a. above, but only for the purposes of the in- apply surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2. However, if this Coverage Part includes an en- of Section II—Who Is An Insured: dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution (1) Notice to us of such 'occurrence" or of- costs arising out of a discharge, release or es- fense must be given as soon as practice- cape of "pollutants` which contains a requirement ble only after the "occurrence" or offense that the discharge, release or escape of "pollut- is known by you (if you are an Individual), ants" must be reported to us within a specific any of your partners or members who is number of days after its abrupt commencement, an individual (if you are a partnership or this Paragraph e. does not affect that require- joint venture), any of your managers who merit, is an individual (If you are a limited liability company), any of your "executive offi- K. UNINTENTIONAL OMISSION cars" or directors (if you are an organize- The following is added to Paragraph G., Repre- tion other than a partnership,joint venture sentations, of SECTION IV — COMMERCIAL or limited liability company) or any "ern- GENERAL LIABILITY CONDITIONS: ployee" authorized by you to give notice The unintentional emission of, or unintentional of an "occurrence"or offense. error in, any information provided by you which (2) If you are a partnership, joint venture or we relied 'upon in issuing this policy will not preju- limited liability company, and none of your dice your rights under this insurance. However, partners, joint venture members or man- this provision does not affect our right to collect agers are individuals, notice to us of such additional premium or to exercise our rights of "occurrence" or offense must be given as cancellation or nonrenewal in accordance with soon as practicable only after the "occur- applicable insurance laws or regulations. rence" or offense is known by: L. BLANKET WAIVER OF SUBROGATION (a) Any individual who is: The following is added to Paragraph 8., Transfer (i) A partner or member of any part- Of Rights Of Recovery Against Others To Us, nership orjoint venture; of SECTION IV — COMMERCIAL GENERAL Lk ABILITY CONDITIONS: CG D3 16 11 11 OO 2011 'The'I tavele s Indemnity Company_All rights reserved. Page 5 of 6 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- 3. "Bodily injury" means bodily injury, mental ment to waive that insured's right of recovery anguish, mental Injury, shock, fright, disability, against any person or organization, we waive our humiliation, sickness or disease sustained by right of recovery against such person or organiza- a person, including death resulting from any tion, but only for payments we make because of: of these at any time. a. "Bodily injury" or "property damage" that oc- N. CONTRACTUAL LIABILITY—RAILROADS curs; or 1. The following replaces Paragraph c. of the b. "Personal injury" or "advertising Injury" definition of "insured contract" in the DEFINI- caused by an offense that is committed; TIONS Section: subsequent to the execution of that contract or c. Any easernent or license agreement; agreement. 2. Paragraph f.(1) of the definition of "insured M. AMENDED BODILY INJURY DEFINITION contract" in the DEFINITIONS Section is de- The following replaces the definition of "bodily eted. injury' in the DEFINITIONS Section: Page 6 of 6 ©2011 1he Travolers Indemnity Cornpany.All rights reserved. CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY POLICY NUMBER: ISSUE DATE: i THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY I DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT i This endorsement modifies insurance provided under the following; COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project Designated Project(s): General Aggregate(s): EACH "PROJECT" FOR WHICH YOU HAVE AGREED, GENERAL AGGREGATE LIMIT V IN A WRITTEN CONTRACT WHICH IS IN EFFECT SHOWN ON THE DECLARATIONS DURING THIS POLICY PERIOD, TO PROVIDE A SEPARATE GENERAL AGGREGATE LIMIT, PROVIDED THAT THE CONTRACT IS SIGNED AND EXECUTED BY YOU BEFORE THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS. A. For all sums which the insured becomes legally 3. Any payments made under COVERAGE A. obligated to pay as damages caused by "occur- for damages or under COVERAGE C. for rences" under COVERAGE A. (SECTION 1), and medical expenses shall reduce the Desig- for all medical expenses caused by accidents un- nated Project General Aggregate Limit for der COVERAGE C (SECTION 1), which can be that designated "project". Such payments attributed only to operations at a single desig- shall not reduce the General Aggregate Limit nated "project" shown in the Schedule above: shown in the Declarations nor shall they re- 1. A separate Designated Project General Ag- duce any other Designated Project General gregate Limit applies to each designated"pro- Aggregate Limit for any other designated ject", and that limit is equal to the amount of "project"shown in the Schedule above. the General Aggregate Limit shown in the 4. The limits shown in the Declarations for Each Declarations, unless separate Designated Occurrence, Damage To Premises Rented Project General Aggregate(s) are sched- To You and Medical Expense continue to uled above. apply. However, instead of being subject to 2, The Designated Project General Aggregate the General Aggregate Limit shown in the Limit is the most we will pay for the sum of all Declarations, such limits will be subject to the damages under COVERAGE A., except applicable Designated Project General Ag- damages because of "bodily injury" or "prop- gregate Limit erty damage" included in the "products- B. For all sums which the insured becomes legally completed operations hazard", and for medi- obligated to pay as damages caused by "occur- cal expenses under COVERAGE C, regard- rences" under COVERAGE A. (SECTION 1). and less of the number of: for all medical expanses caused by accidents un- a. Insureds; der COVERAGE C. (SECTION 1), which cannot be attributed only to operations at a single desig b. Claims made or"suits"brought; or nated "project"shown in the Schedule above: c. Persons or organizations making claims or bringing "suits". CG D2 11 01 04 Copyright,The Travelers Indemnity Company,2004 Page 1 of 2 i 1 COMMERCIAL GENERAL LIABILITY 1. Any payments made under COVERAGE A. vided, any payments for damages because of for damages or under COVERAGE C. for "bodily injury" or "property damage" included in medical expenses shall reduce the amount the "products-completed operations hazard" will available under the General Aggregate Limit reduce the Products-Completed Operations Ag- or the Products-Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gregate Limit, whichever is applicable; and gate Limit nor the Designated Project General 2. Such payments shall not reduce any Desig- Aggregate Limit. nated Project General Aggregate Limit. E. For the purposes of this endorsement the Defini- C. Part 2.of SECTION III—LIMITS OF INSURANCE tions Section is amended by the addition of the is deleted and replaced by the following: following definition: 2. The General Aggregate Limit is the most we "Project' means an area away from premises will pay for the sum of: owned by or rented to you at which you are per- forming operations pursuant to a contract or a. Damages under Coverage B; and agreement. For the purposes of determining the b. Damages from "occurrences" under applicable aggregate limit of insurance, each COVERAGE A (SECTION 1) and for all "project" that includes premises involving the medical expenses caused by accidents same or connecting lots, or premises whose con- under COVERAGE C (SECTION 1)which nection is interrupted only by a street, roadway, cannot be attributed only to operations at waterway or right-of-way of a railroad shall be a single designated"project'shown in the considered a single"project'. SCHEDULE above. F. The provisions of SECTION III — LIMITS OF D. When coverage for liability arising out of the INSURANCE not otherwise modified by this en- "products-completed operations hazard" is pro- dorsement shall continue to apply as stipulated. 1 i Page 2 of 2 Copyright,The Travelers Indemnity Company, 2004 CG D2 11 01 04 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE REAL) IT CAREFULLY. This endorsement modifies insurance provided Linda[,the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement, The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to detenTrine rights, duties, and what Is and is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF B. BLANKET ADDITIONAL INSURED USE— INCREASED LIMIT C. EMPLOYEE HIRED AUTO I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT D. EMPLOYEES AS INSURED J. PERSONAL PROPERTY E. SUPPLEMENTARY PAYMENTS — INCREASED K. AIRBAGS LIMITS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR F. HIRED AUTO — LIMITED WORLDWIDE COV- LOSS ERAGE— INDEMNITY BASIS M. BLANKET WAIVER OF SUBROGATION G. WAIVER OF DEDUCTIBLE—GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED this insurance applies and only to the extent that The following is added to Paragraph A.1., Who Is person or organization qualifies as ail "insured" An Insured, of SECTION II —COVERED AUTOS under the Who Is Art Insured provision contained LIABILITY COVERAGE: in Section II. Any organization you newly acquire or form dui- C. EMPLOYEE HIRED AUTO ing the policy period over which you maintain 1. The following is added to Paragraph A.1., 50% or more ownership interest and that is riot Who Is An Insured, of SECTION II — COV- separately insured for Business Auto Coverage, ERED AUTOS LIABILITY COVERAGE: Coverage underthis provision is afforded only un- An "employee" of yours is an "insured" while til the 180th day after YOU acquire or form the or- opeeraling an "auno" hired or rented under a ganization or the end of the policy period, which- contract or airyountent in an. 'employee's" ever is earlier, name, with your permission, while performing duties related to the conduct of your busi- B. BLANKET ADDITIONAL INSURED [less. The following is added to Paragraph c. in A.1., 2. The following replaces Paragraph b. in B.5., Who Is An Insured, of SECTION II — COVERED Other Insurance, of SECTION IV — BUSI- AUTOS LIABILITY COVERAGE: NESS AUTO CONDITIONS: Any person or organization who is required under b. For Hired Auto Physical Damage Cover- a written contract or agreement between you and age, the following are deemed to becov- that person or organization, that Is signed and ered "autos" you own: executed by you before the "bodily injury" or (1) Any covered "auto" you lease, hire, °property damage" occurs and that is in effect rent or borrow; and during the policy period, to be named as an addi- (2) Any covered "auto" hired or rented by tional Insured Is an "insured" for Covered Autos your "employee" under a contract in Liability Coverage, but only for damages to which an "employee's" name, with your CA T3 53 02 15 Oc 2015 The Travelers Indemnity Company,All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office,Inc_with its permission. COMMERCIAL AUTO permission, while performing duties (a) With respect to any claim made or 'suit" related to the conduct of your busi- brought outside the United States of ness. America, the territories and possessions However, any "auto" that is leased, hired, of the United States of America, Puerto rented or borrowed with a driver Is not a Rico and Canada, covered "auto", (i) You must arrange to defend the 'ui D. EMPLOYEES AS INSURED sued" against, and investigate or set- lie any such claim or "suit" and keep The following is added to Paragraph A.1., Who Is us advised of all proceedings and ac- An Insured, of SECTION II — COVERED AUTOS tions. LIABILITY COVERAGE: (ii) Neither you nor any other involved Any "employee" of yours is an "insured" while us- "insured" will make any settlement ing a covered "auto" you don't own, hire or borrow without our consent. in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS —INCREASED (ni) We may, at our discretion, participate LIMITS in defending the "insured" against, or n the settlement of, any Bairn or 1. The following replaces Paragraph A.2.a.(2), "suit". of SECTION II — COVERED AUTOS LIABIL- (iv)We will reimburse the "insured" for ITY COVERAGE. sums that the "insured" legally must (2) Up to $3,000 for cost of bail bonds (in- pay as damages because of "bodily cluding bonds for related traffic law viola- Injury" or "properly damage" to which tions) required because of an "accident" this insurance applies, that the ''In- we cover. We do not have to furnish sured" pays with our consent, but these bonds, only up to the limit described in Para- 2. The following replaces Paragraph A.2.a.(4), graph C., Limits Of Insurance, of of SECTION II — COVERED AUTOS LIABIL- SECTION II — COVERED AUTOS ITY COVERAGE: LIABILITY COVERAGE. (4) All reasonable expenses incurred by the (v) We will reimburse the "insured' for "Insured" at our request, including actual the reasonable expenses incurred loss of earnings up to $500 a day be- with our consent for your investiga- cause of time off from work tic[] of such claims and your defense of the "insured" against any such F. HIRED AUTO — LIMITED WORLDWIDE COV- "suit", but only up to and included ERAGE— INDEMNITY BASIS within the limit described in Para- The following replaces Subparagraph (5) in Para- graph C„ Limits Of Insurance, of graph B.T., Policy Period, Coverage Territory, SECTION II — COVERED AUTOS of SECTION IV — BUSINESS AUTO CONDI- LIABILITY COVERAGE, and not in TIONS: addition to such limit, Our duty to (5) Anywhere In the world, except any country or make such payments ends when we jurisdiction while any trade sanction, em- have used up the applicable limit of bargo, or similar regulation imposed by the Insurance in payments for damages, United States of America applies to and pro- settlements or defense expenses, hibits the transaction of business with or (b) This insurance is excess over any valid within such country or juFisdlction, for Cov- and collectible Ahol Insurance available ered Autos Liability Coverage for any covered to the "insured" whether primary, excess, "auto" that you lease, hire, rent or borrow contingent or on any other basis. without a driver for a period of 30 days or less and that is not all "auto" you lease, hire, rent (c, This insurance is not a substitute for re- or borrow from any of your "employees", 4uired or compulsory Insurance in any partners (if you are a partnership), members country outside the United o its ter- ritoricsand possessions, Puerto Rico and (if you are a limited liability company) or Canada. members of their households. Page 2 of 4 fg)2ot5 The Trivelerc Indeinnlq,Company.All rlghlt reserved. CA T3 53 02 15 Includes copyrighted mateilal Of Insurance Services Office,Inc,with Its pennfsslon. COMMERCIAL AUTO You agree to maintain all required or (2) In oron your covered "auto". compulsory insurance in any such coon- This coverage applies only in the event of a total try up to the rninirnum limits required by theft of your covered "auto". local law. Your failure to comply with compulsory insurance requirements will No deductibles apply to this Personal Property not invalidate the coverage afforded by coverage: this policy, but we will only be liable to the K. AIRBAGS Sarre extent we would have been liable The following is added to Paragraph B.3., Exelu- had YOU complied with the compulsory in- sions, of SECTION If — PHYSICAL DAMAGE surance requirements. COVERAGE: (d) It is understood that we are not an admit- Exclusion 3.a. does not apply to "loss" to one or ted or authorized Insurer outside the mare airbags in a covered "auto'' you own that in- United States of America, its territories flate due to a cause other than a cause of "loss" and possessions, Puerto Rico and Can- set forth in Paragraphs A.1.b. and A.1.c., but ada. We assurne no responsibility for the only: furnishing of certificates of insurance, or a. If that "auto" is a covered "auto" for Cool for compliance in any way with the laws hensive Coverage underthls policy; of other countries relating to insurance b. The airbags are not covered under any war- G. WAIVER OF DEDUCTIBLE—GLASS ranty: and The following is added to Paragraph D., Deducti- c. The airbags were not intentionally inflated. ble, of SECTION III — PHYSICAL DAMAGE We will pay up to a maximum of $1,000 for any COVERAGE: one "loss''. No deductible for a covered "auto" will apply to L. NOTICE AND KNOWLEDGE OF ACCIDENT OR glass damage if the glass is repaired rather than LOSS replaced. The following is added to Paragraph A.2.a., of H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF SECTION IV — BUSINESS AUTO CONDITIONS: USE— INCREASED LIMIT Your duty to give us or our authorized representa- The following replaces the last sentence of Para- live prompt notice of the "accident" or "loss" af1- graph AA.b., Loss Of Use Expenses, of SEC- plies only when the "accident" or "loss" is known TION III— PHYSICAL DAMAGE COVERAGE to. However, the most we will pay for any expenses (a) You (if you are an individual), for Toss of use is $65 per day, to a maximum of (b) A partner (if you are a paltnershlp), $750 for any one "accident (c) A member (it you are a limited liability corn- 1. PHYSICAL DAMAGE — TRANSPORTATION parry), EXPENSES— INCREASED LIMIT (d) An executive officer, director or insurance The following replaces fine first sentence in Para- manager (if you are a corporation or other or- graph A.4.a., Transportation Expenses, of ganizafion), w SECTION III — PHYSICAL DAMAGE COVER- (e) Any "employee" authorized by you to give no- AGE: tice of the "accident" or"loss". We will pay up to $50 per day to a rnaximum of M. BLANKET WAIVER OF SUBROGATION $1,500 for temporary transportation expense in- The following replaces Paragraph A.5., Transfer curred by you because of the total theft of a cav- Of Rights Of Recovery Against Others To Us, Bred "auto" of the private passenger type. of SECTION IV — BUSINESS AUTO CONDI- J. PERSONAL PROPERTY TIONS: The following is added to Paragraph AA., Cover- 5. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE, We waive any right of recovery we may have Personal Property against any person or organization to the ex- VVe will a u to $400 for "loss" to wearing r _ tent required of you by a written contract pay p g a p signed and executed prior to any "accident" parel and other personal property which is or "loss", provided that the "accident" or"loss' (1) Owned by an "insured" and arises out of operations contemplated by CA T3 53 02 15 (,)2015 The Travelers Indemnity Company All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office,Inc.with its pemdssion. COMMERCIAL AUTO such contract. The waiver applies only to the The unintentional OMiSSiOn Of, Or unintentional person or organization designated in such error in, any information given by you shall not contract prejudice your rights under this insurance. How- N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to cut- The toilowing is added to Paragraph B.2., Con- loot additional premium or exercise our right of cealment, Misrepresentation, Or Fraud, of cancellation or non-renewal. SECTION IV— BUSINESS AUTO CONDITIONS: Page 4 of 4 CO 2015 The Travelers Indemnity Company All rights reserved. CA T3 63 02 15 Includes copyrighted i of Insuranre Services Office,Inc. with its permission KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 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 -14 1-07 Legal Relations and Responsibilities to the Public.......... ....... 1 -17 1 -08 Prosecution and Progress ................................................. 1-21 1 -09 Measurement and Payment .............................................. 1 -25 1 -10 Temporary Traffic Control ................................................ 1-26 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions.,............ .....—- 2-1 2-03 Roadway Excavation and Embankment .............................. 2-5 2-06 Subgrade Preparation ................................. ..... ................ 2-5 2-07 Watering ......................................... 2-6 2-12 Construction Geosynthetic................................................ 2-6 DIVISION4 BASES.................................................................... 4-1 4-03 Gravel Borrow ................................................................ 4-1 4-04 Ballast and Crushed Surfacing ..................... DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS ,.,.............., 5-1 5-02 Bituminous Surface Treatment,...... ............ .......... ......... 5-1 5-04 Hot Mix Asphalt ................................ ............. 5-1 5-05 Cement Concrete Pavement ............................................. 5-29 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS.............. 7-1 7-04 Storm Sewers ................................... ............................. 7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells ...................... 7-2 7-08 General Pipe Installation Requirements .. ,... ..— --........ .... 7-7 7-1 5 Service Connections .......................... 7-1 2 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ......... 8-1 8-02 Roadside Restoration....................................................... 8-8 8-03 Irrigation Systems .......................................................... 8-12 8-04 Curbs, Gutters, and Spillways.,.........._....... ......... 8-15 8-09 Raised Pavement Markers ....... ......................................... 8-16 8-14 Cement Concrete Sidewalks ............................................. 8-17 41h & Meeker Complete Streets/Langholz July 25, 2018 Project Number 17-3019 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical............................... 8-19 8-21 Permanent Signing,.......-...... ............... ... ..--................ 8-22 8-22 Pavement Marking .......................................................... 8-23 8-23 Temporary Pavement Markings —.. ..... . ..... .... .. 8-25 8-28 Pothole Utilities .............................................................. 8-26 8-30 Project Signs...—.... ...... ... ........ 8-27 DIVISION 9 MATERIALS............................................................ 9-1 9-03 Aggregates .................................................................... 9-1 9-14 Erosion Control and Roadside Planting .......... ......... ............ 9-3 9-15 Irrigation System............................................................ 9-6 9-28 Signing Materials and Fabrication ...................................... 9-7 9-29 Illumination, Signal, Electrical........................................... 9-8 9-30 Water Distribution Materials ........................ ..................... 9-11 KENT STANDARD PLANS ................................................................. A-1 WSDOT STANDARD PLANS AND MISCELLANEOUS DETAILS ,........... A-2 TRAFFIC CONTROL PLANS .............................................................. A-3 PREVAILING WAGE RATES.............................. ............................... A-4 41" & Meeker Complete Streets/Langholz July 25, 2018 Project Number, 17-3019 I(ENTI SPECIAL PROVISIONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2018 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. 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 FIR 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 4"' & Meeker Complete Streets/Langholz 1 - 1 July 25, 2018 Project Number: 17-3019 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 BY ADDING 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 bo 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 41h & Meeker Complete Streets/Langholz 1 - 2 July 25, 2018 Project Number. 17-3019 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 Kent'r/elf, govZoloinc-hc:Siir ess/bids- pmcut_ernent; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and 4"' & Meeker complete Streets/Langholz 1 - 3 July 25, 2018 Project Number. 17-3019 shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02. 13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required, 41" & Meeker Complete Streets/Langholz 1 - 4 July 25, 2018 Project Number: 17-3019 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. 1-02 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 1160 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK 1-04.1 Intent of the Contract SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1 (2) Bid Items Not Included in the Proposal 4" & Mocker Complete Streets/Langhclz 1 - 5 July 25, 2018 Project Number: 17-3019 The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1 . Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). 1-04.4 Changes SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: For Item 2, increases or decreases in quantity for any bid itern shall be paid at the appropriate bid item contract price, inClu[1inc� 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. 4°i & Meeker Complete Streets/Langholz l - 6 July 25, 2018 Project Number: 17-3019 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. 4`h & Meeker Complete Streets/Largholz 1 - 7 July 25, 2018 Project Number: 17-3019 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes SECTION 1-05.4 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER PARAGRAPH 7: To the extent a conflict exists between the requirements of WSDOT Section 1 -05.4 and Kent Special Provision Section 1 -05.5, the requirements of KSP Section 1 -05.5 will prevail. DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.5 City Provided Construction Staking 1-05.5(1) General 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 4`" & Meeker Complete Strects/Langholz 1 - 8 July 25, 2018 Project Number: 17-3019 for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified, and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a 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(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. 4" & Meeker Complete Streets/Langholz "I - 9 July 25, 2018 Project Number. 17-3019 Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $270/hr for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby or "down" time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working 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 least 3 working da" in advance of the reauired staking. The City will furnish the following stakes and reference marks: 1 . Clearing Limits - One set of clearing limit stakes will be set at approximately 25-foot stations where needed. 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 4"' & Meeker Complete Streets/La ngholz 1 - 10 July 25, 2018 Project Number: 17-3019 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. 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 +/-1 300 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. 4"' & Meeker complete Streets/Langholz 1 - 11 July 25, 2018 Project Number: 17-3019 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor's failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.9 IS SUPPLEMENTED BY ADDING 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 4" & Meeker Complete Streets/Langholz 1 - 12 July 25, 2018 Project Number 17-3019 for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 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. 4"' & Mocker Complete Streets/Langholz 1 - 13 July 25, 2018 Project Number. 17-3019 SECTION 1-05. 13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED /N THE 2018 WSDOT STANDARD SPECIFICATIONS): If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. THE LAST PARAGRAPH OF 1-05. 13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor's qualifications or prequalifications pursuant to Section 1 -02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05. 14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors 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 1-06.2 Acceptance of Materials SECTION 1-06.2(2) IS DELETED /N ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance 41h & Meeker Complete Streets/La ngholz 1 - 14 July 25, 2018 Project Number: 17-3019 SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1 . Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1 A, 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 items) where product will be used. 1-06.7(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can 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. 41° & Meeker Complete Streets/Langholz 1 - 15 July 25, 2018 Project Number: 17-3019 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Cnnrrartnr. The Contractor shall make and distrihute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1 . Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1 , Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 4'h & Meeker Complete Streets/Langholz 1 - 16 July 25, 2018 Project Number, 17-3019 2. "APPROVED AS NOTED" — Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 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: None 4"' & Mceker Complete Streets/Langholz 1 - 17 July 25, 2018 Project Number: 17-3019 SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, the wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. 1-07.13 Contractor's Responsibility for Work SECTION 1-07. 13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage SECTION 1-07. 14 IS REVISED BYADD/NG THE FOLLOWING 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 SLIM 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 41" & Meeker Complete Streets/Langholz 1 - 18 July 25, 2018 Project Number: 17-3019 prevention measures and for implementing the current SPCC Plan as required by this Specifications. SECTION 1-07. 17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07. 17 IS SUPPLEMENTED BYADDING 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 Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations 41° & Meeker Complete Streets/Langholz 1 - 19 July 25, 2018 Project Number; 17-3019 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. nle Comcast Jason Tesdal Jerry Steele 206-345-3488 253-288-7532 206-683-4242 (cell) Puciet Sound Energy Pu et Sound Energy Power Glenn Helton Jason Airey 253-395-6926 206-348-9637 (cell) 425-559-4647 (cell) Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) SECTION 1-07. 18 IS REVISED BYADD/NG 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 1-07.23(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH: 1-07.23(1) Construction Under Traffic The Contractor shall notify adjacent property owners and/or tenants regarding construction near their property a minimum of ten (10) working days in advance of construction, and coordinate construction scheduled with property owners and/or tenants to minimize disruptions to their operations. The Contractor shall maintain a safe ADA accessible pedestrian facility on at least one side of the roadway that is well marked and free from construction equipment and materials at all times. The Contractor shall ensure vehicles and pedestrian access through the intersection remains at all times. During non-working hours all lanes in the intersection shall remain open to traffic. 4'11 & Meeker complete Streets/Langholz 1 - 20 July 25, 2018 Project Number: 17-3019 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 1S DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 4"' & Meeker Complete Streets/Langholz 1 - 21 July 25, 2018 Project Number. 17-3019 1 . To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1 . A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1 -06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 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 4`" & Meeker Complete Streets/Langholz 1 - 22 July 25, 2018 Project Number. 17-3019 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. 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. 4°i & Meeker Complete Streets/Lar9holz 1 - 23 July 25, 2018 Project Number, 17-3019 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 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. 4'h & Meeker Complete Streets/Lang holz 1 - 24 July 25, 2018 Project Number 17-3019 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 provided 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 WA,R11REMENT AND PAYMENT 1-09.9 Payments SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be 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. 41° & Meeker Complete Streets/La ngholz 1 - 25 July 25, 2018 Project Number: 17-3019 1-09.11 Disputes and Claims 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 the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1 -09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: 4"' & Meeker Complete Streets/Larigholz 1 - 26 July 25, 2018 Project Number: 1 7-301 9 Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or206-382-4090 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 Traffic Control Labor, Procedures, and Devices 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, steel sheet(s) required to keep the road open to traffic, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1 . Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: The unit contract price per hour for "Uniformed Off Duty Police Officer" shall be complete compensation for the utilization of a uniformed off- duty police officer and vehicle for traffic control purposes. Cost is per hour for each hour an officer is on the project with a minimum call-out time of four hours. 4" & Meeker Complete Streets/Langholz 1 - 27 July 25, 2018 Project Number: 17-3019 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 "Toni orary 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 Chancleablle Message Sign tPCMSJ" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow Sign fSAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1 -10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." The unit contract price for "Traffic Safety Drum" per each shall be full pay for furnishing the drums, including the portable light if required, transporting them to the project, weighting them, and for transportation involved in removing the drums from the project. Drums damaged by the Contractor, due to the Contractor's operation, shall be replaced by the Contractor at no cost to the City. 4" Meeker Complete Streets/Langholz 1 - 28 July 25, 2018 Project Number. 17-3019 All labor required to perform the work described in Section 1-10.3(1) of the WSDOT Standard Specifications for the drums will be paid under the item "Traffic Control Labor." The unit contract price for "Type I I I Barricade" per each will be full pay for performing the work specified, including when required, furnishing, installing, cleaning, maintaining, and removing the warning lights. All labor required for relocating barricades to a new location in accordance with the plans, approved Traffic Control Plans (TCP's), or as ordered by the Engineer, or moving barricades to or from temporary storage, as approved by the Engineer, will be paid under the item "Traffic Control Labor". When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 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 bypassing 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. 41° & Mocker Complete Streets/Langholz 1 - 29 July 25, 2018 Project Number 17-3019 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 4"' & Meeker Complete Streets/La rgholz 2 - 1 July 25, 2018 Project Number: 17-3019 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 BY ADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1 -04.1 , for the following bid items when they are included in the Proposal: The unit contract price per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: actual depth in inches (square yards) x 6 inches = quantity For example, if the Contractor encounters pavement to be removed which is 8 inches thick and 100 square yards then the quantity would be: 41b & Meeker Complete Streets/Langholz 2 - 2 July 25, 2018 Project Number: 17-3019 8 100' x 6 — 133 S.Y. No other compensation shall be allowed. The unit contract price per square yard for "Remove Existing Cement Concrete Pavement —8 Inch De th Reinforced" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing concrete pavement from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the concrete pavement. Should the Contractor encounter pavement to be removed which is thicker than 8 inches it shall be paid according to the following formula: �rctuo�l clt.� an inches (square yards) x 8 inches = quantity For example, if the Contractor encounters pavement to be removed which is 8 inches thick and 100 square yards then the quantity would be: 8 100' x 6 = 133 S.Y. No other compensation shall be allowed. The unit contract price per square yard for "Remove Cement Concrete Sidewalk" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Cement Concrete Curb and Gutter" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete curb and gutter as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Cement Concrete Extruded Curb" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete extruded curb as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Existing Storm Sewer Pipe or Culvert" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing storm pipe or culvert as shown on the plans and described in the specifications. The unit bid price shall also include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling with gravel borrow, and compaction. The unit contract price per each for "Remove Existing Catch Basin or Manhole" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing structure as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, 41^ & Meeker Complete Streets/Langholz 2 - 3 July 25, 2018 Project Number: 17-3019 concrete plugging any remaining pipes, removal, disposal, backfilling, with gravel borrow and compaction. Any frames, grates, or risers shall be hauled and disposed of by the Contractor unless deemed salvageable as determined by the Engineer. "Saw Cut Existing Asphalt Concrete Pavement" "Saw Cut. Existing Cement Concrete Pavement or Sidewalk" The unit price contract price per lineal foot for the above items constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: gg:,LLtgr9 ctgp art inches. (length) x 6 inches = quantity For example, if the Contractor encounters pavement to be saw cut which is 8 inches thick and 100 linear feet then the quantity would be: 8 length x 6 = 133 LF. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. The unit price contract price per lineal foot for "Saw Cut Existing Cement Concrete Pavement — 8 Inch Depth Reinforced" constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 8 inches, it shall be paid according to the following formula: actual death in inches (length) x 8 inches = quantity 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. 4°i & Meeker Complete Strccts/Langholz 2 - 4 July 25, 2018 Project Number: 17-3019 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements 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 2-06.3 Construction Requirements SECTION 2-06-3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 4'h & Meeker Complete Streets/Langholz 2 - 5 July 25, 2018 Project Number: 17-3019 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. SECTION 2-07.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-07.5 Payment The unit contract price per hour for "Watering" shall be complete compensation for all labor, equipment, supplies, tools, and materials to haul, deliver and distribute water on construction site as required to control dust or street cleaning. Quantities used for all the other work, plant establishment and compaction shall be included in the appropriate bid items. 2-12 CONSTRUCTION GEOSYNTHETIC SECTION 2-12. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.1 Description This work shall consist of furnishing and installing non-woven geotextile fabric at the locations shown on the plans and described in the specifications. 41^ & Meeker Complete Streets/Langholz 2 - 6 July 25, 2018 Project Number: 17-3019 SECTION 2-12.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.2 Materials Non-woven geotextile fabric shall meet the material requirements of Section 9-33 of the WSDOT Standard Specifications for high survivability, separation and soil stabilization, and underground drainage for each geotextile use as specified on the plans or in the Kent Special Provisions. SECTION 2-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.3 Construction Requirements The Contractor shall take all necessary precautions to not tear or damage the fabric during installation. The fabric shall be laid down by hand. Folds or creases in the fabric shall be pulled flat. The fabric sides and ends shall be anchored or weighted sufficiently to prevent slouching. Joints or seams shall be overlapped a minimum of two (2) feet. SECTION 2-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.4 Measurement Non-woven geotextile fabric shall be measured per square yard of materials placed. SECTION 2-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.5 Payment The unit contract price per square yard for "Geotextile Fabric Non- Woven" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and install the fabric at the locations shown on the plans and described in the specifications. 4"' & Meeker Complete Streets/Langholz 2 - 7 July 25, 2018 Project Number: 17-3019 ►1 V I S A aN 44 - B_ASES DIVISION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 4-03 GRAVEL BORROW 4-03.1 Description This work shall consist of constructing one or more layers of gravel borrow upon a prepared subgrade in accordance with these specifications and in conformity with the lines, grades, depths, and typical cross-section shown in the plans or as established by the Engineer. 4-03.2 Materials Materials shall meet the minimum requirements of the following section in the Kent Special Provisions: Gravel Borrow .......................... 9-03.14(1) 4-03.3 Construction Requirements Gravel borrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans. Construction methods used shall meet the appropriate requirements of Section 4-04.3. 4-03.4 Measurement Gravel borrow will be measured in the same manner prescribed for the measurement of crushed surfacing materials as set forth in Section 4-04.4. 4-03.5 Payment Payment will be made in accordance with Section 1 -04.1 , for the following bid item when they are included in the Proposal: The unit contract price per ton for "Gravel Borrow. Including Haul and Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the gravel borrow as shown on the plans and described in the specifications. This item shall be used for roadway subbase, backfill for water, storm sewer, electrical conduit trenches, and other excavation backfill and compaction unless otherwise noted. 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements 4'h & Meeker Complete Streets/Largholz 4 - 1 July 25, 2018 Project Number, 17-3019 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 BYADD/NG THE FOLLOWING: 4-04.5 Payment "Crushed Surfacing Top Course 5/8 Inch Minus" "Crushed Surfacing Base Course, 1-1/4 Inch Minus" The unit contract price per ton for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. 41h & Meeker Complete Streets/Langholz 4 - 2 July 25, 2018 Project Number: 17-3019 ]DIVISION - SURFACE ATMENTS ANt] PAMEMENTS 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 MIX ASPHALT THE ENTIRE SECTION 5-04 IS DELETED AND REPLACED WIH THE FOLLOWING: 5-04.1 Description (March 5, 2018 APWA GSP) This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1 (4) Cationic Emulsified Asphalt 9-02.1 (6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 4`" & Meeker Complete Streets/Langholz 5 - 1 July 25, 2018 Project Number. 17-3019 Sand 9-03.1 (2). (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1 ,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01 . Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. ESAL's The minimum number of ESAL's for the design and acceptance of the HMA in the contract shall be 3 million. 5-04.2(1) How to Get an HMA Mix Design on the QPL (March 5, 2018 APWA GSP) If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1). 41h & Meeker Complete Streets/Langholz 5 - 2 July 25, 2018 Project Number: 17-3019 5-04.2(2) Mix Design — Obtaining Project Approval (March 5, 2018 APWA GSP) No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.** The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall; • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). • Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a 41° & Meeker Complete Streets/Langholz 5 - 3 July 25, 2018 Project Number 17-3019 certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Approval of a mix design for "Commercial Evaluation" will be based on a review of the Contractor's submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use, 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations (March 5, 2018 APWA GSP) Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31" of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. _Minimum Surface Tem erature for Paving Compacted Thickness Wearing Course Other Courses (Feet) Less than 0.10 55-F 45-F _ 0.10 to .20 45-F 35-F ---------- ------------ _.. More than 0.20 35-F 35,F 5-04.3(2) Paving Under Traffic (March 5, 2018 APWA GSP) When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. 4'^ & Meeker Complete Streets/Langholz 5 - 4 July 25, 2018 Project Number. 17-3019 During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 5-23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant (March 5, 2018 APWA GSP) Plants used for the preparation of HMA shall conform to the following requirements: 1 . Equipment for Preparation of Asphalt Binder — Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment — An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 41° & Meeker Complete Streets/Langholz 5 - 5 July 25, 2018 Project Number, 17-3019 4. Sampling and Testing of Mineral Materials — The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01 .2(2). 5. Sampling HMA — The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment (March 5, 2078 APWA GSP) Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 450F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers (March 5, 2018 APWA GSP) HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. I he equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer's recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. Acopy of the manufacturer's recommendations shall be provided upon request by the Contracting Agency. Extensions 4t° & Meeker Complete Streets/Largholz 5 - 6 July 25, 2018 Project Number. 17-3019 will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. Ajoint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1 -08.6, Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-O4.3(3)D Material Transfer Device or Material Transfer Vehicle (March 5, 2018 APWA GSP) A Material Transfer Device/Vehicle (MTD/V) is not required as part of this contract. 5-O4.3(3)E Rollers (March 5, 2078 APWA GSP) Rollers shall be of the steel wheel, vibratory, oscilatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer's recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer's recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 4" & Meeker complete Strects/Langholz 5 - 7 July 25, 2018 Project Number: 17-3019 5-04.3(4) Preparation of Existing Paved Surfaces (March 5, 2013 APINA GSP) When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor's operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1 , or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. 4`" & Meeker Complete Streets/Langholz 5 - 8 July 25, 2018 Project Number. 17-3019 5-O4.3(4)A Crack Sealing (March 5, 2018 APWA GSP) 5-O4.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks 1/4 inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1 (2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1 -06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1 . Cracks '/4 inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width — fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer's recommendations. Furnish a Type 1 Working Drawing of the manufacturer's product information and recommendations to the Engineer prior to the start of work, including the manufacturer's recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor's method of sealing the cracks with hot poured sealant 41h & Meeker complete Streets/Langholz 5 - 9 July 25, 2018 Project Number, 17-3019 results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving (March 5, 2078 APWA GSP) In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved (March 5, 2018 APWA GSP) In areas where HMA will not be placed, fill the cracks as follows: a. Cracks '/4 inch to 1 inch in width - fill with hot poured sealant. b. Cracks greater than 1 inch in width — fill with sand slurry. 5-04.3(4)C Pavement Repair (March 5, 2078 APWA GSP) The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1 .0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21 . Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 41° & Meeker Complete Streets/Langholz 5 - 10 July 25, 2018 Project Number: 17-3019 5-04.3(6) Mixing (March 5, 2018 APWA GSP) i After the required amount of mineral materials, asphalt binder, recycling agent and anti-stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 250F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: 4°i & Meeker complcte Streets/Langholz 5 - 11 July 25, 2018 Project Number: 17-3019 HMA Class 1 " 0.35 feet HMA Class 3/4" and HMA Class Yz" wearing course/final lift 0.17 feet other Courses 0.?5 feet HMA Class 3/s" 0.17 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. Reference Section 8-20.3(14)C of the Kent Special Provisions for the placement of traffic signal detection loops. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA (March 5, 2018 APWA GSP) For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance (March 5, 2018 APWA GSP) Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. 4"' & Meeker Complete Streets/Langholz 5 - 12 July 25, 2018 Project Number 17-3019 HMA Tolerances and Adjustments 1 . Job Mix Formula Tolerances — The constituents of the mixture at the time of acceptance shall conform to the following tolerances: Aggregate Percent Non-Statistical Commercial Passing Evaluation Evaluation 1" 3/4", 112", and 3/8" +/ 6% +/- 8% sieves _._.. ......................... No. 4 sieve +/-6% +/- 8% .............. _ . No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va.._....m... 2.5%e min. N/A and 5.5% max These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points, except the tolerance limits for sieves designated as 100 percent passing will be 99-100. 2. Job Mix Formula Adjustments — An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates —2 percent for the aggregate passing the 1 /2", 1 ", 3/4" 12" 3/s" and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content — The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)C Mixture Acceptance — Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation — Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublet shall be equal to one day's production or 800 tons, whichever is less except that the final sublet will be a minimum of 400 tons and may be increased to 1200 tons. 41^ & Meeker Complete Streets/Langholz 5 - 13 July 25, 2018 Project Number: 17-3019 All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublets in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASHTO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: • If the test results are found to be within specification requirements, additional testing will be at the Engineer's discretion. • If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation — Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731 . Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11 . 5-04.3(9)C4 Mixture Nonstatistical Evaluation — Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: 4"' & Meeker Complete Streets/Langholz 5 - 14 July 25, 2018 Project Number. 17-3019 Table of Price Adjustment Factors Constituent Factor ^P' All aggregate passing: 1 Y2", 1 ", 3/4", 112", 3/a" and No.4 2 i sieves All aggregate passing No. 8 sieve 15 All aggregate passing No, 200 sieve 20 _...... ....._... Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1 .00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-O4.3(9)C5 Vacant 5-O4.3(9)C6 Mixture Nonstatistical Evaluation — Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1 .00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1 .00 multiplied by 60 percent. The total jab mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1 .00 in calculating the Composite Pay Factor (CPF). 5-O4.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublet be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublet sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 4"' & Meeker complete Streets/Langholz 5 - 15 July 25, 2018 Project Number: 17-3019 5-04.3 (9)D Mixture Acceptance — Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of thejob mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1 .00. When less than three sublets exist, backup samples of the existing sublets or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1 .00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1 .00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1 .00 in calculating the Composite Pay Factor (CPF). 5-04.3(10) HMA Compaction Acceptance (March 5, 2018 APWA GSP) HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a minimum of 92 percent of the maximum density. The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. 41h & Meeker Complete Streets/Langholz 5 - 16 July 25, 2018 Project Number. 17-3019 Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item "Roadway Core" the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 400 tons, whichever is less except that the final sublet will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublet per WSDOT T 738. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublet that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1 .00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublet. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the 4" & Meeker Complete Streets/Langholz 5 - 17 July 25, 2012 Project Number: 17-3019 Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1 .00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-O4.3(1O)A HMA Compaction — General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 1750F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-O4.3(1O)B HMA Compaction — Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer's discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-O4.3(1O)D HMA Nonstatistical Compaction 5-O4.3(1O)D1 HMA Nonstatistical Compaction — Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance, with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots. Sublots will be uniform in size with a maximum sublot size based on original Plan quantity tons of HMA as specified in the table below. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that 41" & Meeker Complete Streets/Lang holz 5 - 18 July 25, 2018 Project Number: 17-3019 i material conforming to the Specifications can be produced. j HMA Original Plan Quantity Sublot Size (tons) (tons) —_ -.-- -...-- <20 000 100 20,000to 30,000 150 >30,000 200 HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation — Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction — Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1 .00, however, lots with a calculated CPF in excess of 1 .00 will be used to offset lots with CPF values below 1 .00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1 .00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot intons, and the unit Contract price per ton of mix. 4`h & Meeker Complete Streets/Langholz 5 - 19 July 25, 2018 Project Number: 17-3019 5-04.3(11) Reject Work (March 5, 2078 APWA GSP) 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0,75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1 -06.2(2). 41" & Meeker Complete Streets/Langholz 5 - 20 July 25, 2018 Project Number: 17-3019 5-04.3(11)E Rejection - An Entire Sublot An entire sublet that is suspected of being defective may be rejected. When a sublet is rejected a minimum of two additional random samples from this sublet will be obtained. These additional samples and the original sublet will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1 . When the Composite Pay Factor (CPF) of a lot in progress drops below 1 .00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PFI for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) Joints (March 5, 2078 APWA GSP) 5-O4.3(12)A HMA Joints 5-O4.3(12)A1Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1 V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 4°i & Meeker Complete Streets/Largholz 5 - 21 July 25, 2018 Project Number: 17-3019 5-O4.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedgejoint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than 1/2 of the compacted lift thickness and then taper down on a slope not steeper than 41-1: 1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-O4.3(12)B Bridge Paving Joint Seals 5-O4.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application procedure. Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer's application procedure. 5-O4.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5-04.3(12)B1 and the following requirement: 1 . Clean and seal the existing joint between concrete panels in accordance with Section 5-01 .3(8) and the details shown in the Standard Plans. 5-04.3(13) Surface Smoothness ("March 5, 2013 APWA GSP) The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than 1/s inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than 1/4 41" & Meeker Complete Streets/Langholz 5 - 22 July 25, 2018 Project Number! 17-3019 inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1 . Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre- Paving planning (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement The planning plan must be approved by the Engineer and a pre planning meeting must be held prior to the start of any planing. See Section 5-O4.3(14)B2 for information on planning submittals. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. 4`h & Meeker complete Streets/Langholz 5 - 23 July 25, 201 B Project Number. 17-3019 Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened ,and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the surface by the Contractor's planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as determined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where buttjoints are shown on the Drawings. Cut buttjoints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5- 04.3(14)A. Planing operations shall be performed no more than 7 calendar days ahead of the time the planed area is to be paved, unless otherwise allowed by the Engineer in writing. 5-O4.3(14)A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1 -07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor's failure to conduct a pre-planing metal detection survey, or from the Contractor's failure to notify the Engineer of any hidden metal that is detected. 4" & Meeker Complete Streets/Langholz 5 - 24 July 25, 201 B Project Number 17-3019 5-04.3(14)B Paving And Planing Under Traffic 5-04.3(14)B1 General In addition the requirements of Section 1 -0.7 23 and the traffic controls required in 'Section 1;,,LO, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1 . Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1._.'1_0. (�_). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23., 3. Permanent pavement marking must comply with Section 8 22. 5-04.3(14)B2 Submittals - Planing Plan And HMA Paving Plan The Contractor must submit a planing plan and a paving plan to the Engineer at least 5 Working Days in advance of each operation's activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. 41h & Meeker Complete Streets/Langholz 5 - 25 July 25, 2018 Project Number: 17-3019 The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where peace officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1 . A copy of the accepted traffic control plan, see Section I ,;101_(2), detailing each day's traffic control as it relates to the specific requirements of that day's planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day's planing, and paving. 2. A copy of each intersection's traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of LIMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day's work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names,job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10.Tonnage of HMA to be placed each day. 11 .Approximate times and days for starting and ending daily operations. 5-O4.3(14)B3 Pre-Paving And Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day's operations as they relate to other entities and to public safety and convenience, 4°i& Meeker complete Streets/Langholz 5 - 26 July 25, 2018 Project Number: 17-3019 including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day's operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1 . General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other contractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e, Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed. g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning, see Section 5-04.3f141D2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving — additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. 4"' & Meeker Complete Streets/Langholz 5 - 27 July 25, 2018 Project Number, 17-3019 d. Description of contingency plans for that day's operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.3(15) Sealing Pavement Surfaces (March 5, 2018 APWA GSP) Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3(16) HMA Road Approaches (March 5, 2018 APWA GSP) HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04, 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 58V-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. Any damage to the existing swale as a result of the placing of HMA shall be considered incidental to this bid item. Swale construction on culvert pipe ends shall be covered under the corresponding bid item. The unit contract price per square yard for "Planing Bituminous Pavement" constitutes complete compensation for all materials, tools, equipment and labor necessary or incidental to plane, clean, sweep, haul, stockpile or dispose of the asphalt concrete pavement as specified on the plans or as directed by the Engineer. No additional cost compensation shall be made for cold mix material to provide a temporary transition from planed areas to existing pavement. Payment shall be made upon actual square yards planed, regardless of the full planing capacity of the equipment used. The unit contract price per ton for "Hot Plant Mix for Temporary' Paverrlent Patch" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, maintaining, removing and disposing of Hot Plant Mix as required to provide 41" & Meeker Complete Streets/Langholz 5 - 28 July 25, 2018 Project Number: 17-3019 temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. SECTIONS 5-04,5(1), 5-04.5(1)A AND 5-04.5(1)B ARE DELETED IN THEIR ENTIRETY. 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction 5-05 CEMENT CQNC'RETE PAVEMENT SECTION 5-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-05.308) Cement Concrete Crosswalk Reinforced cernent concrete crosswalks shall be constructed at the locations shown in the plans and in accordance with the contract documents. Pavement for crosswalks shall be 3-day concrete. Concrete shall be placed to the depth shown on the plan details. The existing concrete crosswalks on 4th Avenue at Meeker Street, when originally constructed, were specified to have lampblack added to the concrete at the rate of 2 lbs. per cubic yard of concrete. However, the crosswalk color has lightened with time. For Alternate I, the Contractor shall match the existing color by adding the appropriate amount of lampblack where portions of the existing crosswalks are being removed and restored. In a previous project it was determined that adding 1 pound of lampblack per cubic yard of concrete closely approximated the existing color. Crosswalk concrete may be placed using hand methods and shall be consolidated and troweled by means of mechanical equipment. The tools required for these operations shall be approved by the Engineer. Mechanical vibrators shall meet requirements of Section 5-05.3(7)B of the Standard Specifications. The surface of the fresh concrete shall be checked and high areas removed in accordance with Section 5-05.3(11) of the Standard Specifications. Crosswalks shall be finished in accordance with the plans byjointing and brooming to provide 12" wide troweled margins and a heavy broom finish with 2" wide troweled joints. The finish shall be applied by means of coarse or steel-tined brooms to produce striations 1/8-inch in depth. Brooming shall be applied with alternating direction of broom stroke to create a parquet pattern as shown on the bid plans and Kent Standard plan 6-37M. Curing of cement concrete crosswalk shall be in cured in accordance with Section 5-05.3(13) of the Standard Specifications. Crosswalks may be opened to traffic in accordance with Section 5-05.3(17) of the Standard Specifications. 41" & Meeker Complete Streets/Langholz 5 - 29 July 25, 2018 Project Number: 17-3019 5-05.3(19) Colored Concrete 1 . Mixing Mix at manufacturer's recommended rate and specifications to achieve the specified colors. Each installed color shall be uniform. Maintain the specified concrete strength. 2. Field Quality Control Manufacturer's Representative: Perform inspection during and at completion of work to verify conformance with manufacturer's instructions. Make recommendations for remedial action where non-conforming work is discovered. 3. Adjusting Repair, replace, or make restitution for damage to surfaces caused by work of this Contract as directed by the Owner. 4. Cleaning Leave area clean, free from spillage, tracking, and other residue resulting from work of this Contract. 5. Protection The Contractor shall be responsible for protecting the colored concrete during the curing period. Contractor to provide to the City proposed construction method to provide adequate methods of protecting the intersection during the curing process and constructing the intersection while maintaining the traffic restrictions identified for the project. SECTION 5-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-05.5 Payment The unit price per square yard for "Reinforced Lampblack Cement Concrete Crosswalk 8 Inch constitutes complete compensation for all labor, equipment, tools and materials for the construction of Reinforced Lampblack Cement Concrete Crosswalks. The bid prices shall include but not be limited to: subgrade preparation; steel reinforcement; concrete placement; coloring; finishing, curing and protection during curing at the locations shown on the drawings, in accordance with the Kent Special Provisions, Kent Standard Plan 6-37M and as directed by the Engineer. Saw cutting, pavement removal, excavation and subgrade materials shall be paid for under separate appropriate bid items. 4"' & Meeker Complete Streets/Langholz 5 - 30 July 25, 2018 Project Number: 17-3019 The unit price per square yard for "Reinforced Cement Concrete Crosswalk. 8 Inch Depth" constitutes complete compensation for all labor, equipment, tools and materials for the construction of Meeker St Reinforced Cement Concrete Crosswalks. The bid prices shall include but not be limited to: subgrade preparation; steel reinforcement; concrete placement; coloring; finishing, curing and protection during curing at the locations shown on the drawings, in accordance with the Kent Special Provisions, Kent Standard Plans 7-19 and 7-21 and as directed by the Engineer. Saw cutting, pavement removal, excavation and subgrade materials shall be paid for under separate appropriate bid items. 4`" & Meeker Complete Streets/Langholz 5 - 31 July 25, 2018 Project Number: 17-3019 DIVISION 7 - DRAINAGE SANITARY SEWERS. WATER MAINS, AND T 7-04 STORM SEWERS THE FIRST PARAGRAPH OF SECTION 7-04.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-04.2 Materials The following pipe types and materials are accepted for drains, culverts, and storm sewers for this project. The Contractor has the option of choosing the material except for those pipes specified on the plans to be a specific material. Reinforced Concrete Pipe (RCP) Class IV ,,,. . ... 9-05.7(2) PVC Pipe.................................................... 9-05.12(1) Ductile Iron Pipe Class 50 (Unlined) ............... 9-05.13 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing SECTION 7-04.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.3(1)A General All storm drain pipe including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. The Contractor shall be responsible to insure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system. SECTION 7-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-04.3(1)G Television Inspection All new City storm drain extensions, 24-inch diameter and smaller shall be TV camera inspected by the City Utility Department and accepted prior to placing final crushed rock surfacing and pavement. All construction except final casting adjustments must be completed and approved by the Inspector prior to the TV inspection. The manholes and catch basins must be set to grade, channeled, and grade rings set in place prior to TV inspection. Castings must be removed for paving, and fully grouted in place after paving. 4`" & Meeker Complete Streets/Largholz 7 - 1 July 25, 2018 Project Number: 17-3019 SECTION 7-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.5 Payment The unit contract price per lineal foot for "SDR 35 Storm Sewer Pipe. Inch Diameter" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, tees, couplings, gaskets, connection to new or existing storm pipes, catch basins, or ditches, testing, coordination for TV inspection, and additional costs for overtime work when working on weekends. 7-05 MANHOLES INLETS CATCH BASINS AND 13RYWELLS SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3 Construction Requirements All manholes and catch basins shall be precast concrete units and shall conform to Kent Standard Plans 4-1 M, 4-2M, 5-1 M and 5-2M unless specified otherwise. Minimum height for Type 1-48 inch, 54 inch, and 60 inch manholes shall be 5 feet. Manholes under 5 feet in height shall conform to Kent Standard Plan 4-2M. All manholes and Type I I and I I I CB structures shall be equipped with the drop rung type manhole steps and ladders in accordance with Kent Standard Plan 4-5M. The ladder shall be secured from top to bottom, inside the structure wall. No 4 foot hanging ladder sections are allowed. The sanitary sewer manholes shall be fully channeled to conform to the inside diameter of the sewer line from invert to spring line, then the channel shall be vertical to the top of the pipe. The top edge of the channel shall have a radius of 1/2 to 3/4 inch. The shelves shall slope at 2 percent to the top of the channel. All manhole section joints and pick holes shall be filled with grout and smooth finished outside and inside after installation. All manhole penetrations, lifting holes, barrel joints (interior or exterior), risers, frames, and any other location determined by the Engineer, shall be sealed to prevent infiltration. The Contractor shall submit proposed sealing product literature to the Engineer for acceptance, prior to use. Catch basin grates and solid covers shall be ductile iron and of the locking type unless indicated otherwise on the plans and shall be in accordance with Kent Standard Plans 5-4M through 5-16M as applicable. 4"' & Meeker complete Streets/Langholz 7 - 2 July 25, 2018 Project Number: 17-3019 Miscellaneous catch basin details shall be in accordance with Kent Standard Plan 5-3M. Care must be taken to insure that pressures exerted on the soils beneath the manholes and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at manholes. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. PVC pipe adaptors shall be KOR-IN-SEAL type flex joints or sand collars or other materials as approved by the Engineer to permit slight differential movement. All pipe materials other than the above shall be mudded directly into the manholes and catch basins using a smooth forty five (45) degree bevel from the pipe to the structure meeting ASTM D-303-H-78 SDR35. The allowable protrusion is two (2) inches inside the structure unless approved otherwise by the Engineer. Block lettering is required on the top surfaces of storm drain castings, and shall read as follows: "OUTFALL TO STREAM, DUMP NO POLLUTANTS" SECTION 7-05.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade All construction in performing adjustments of existing or new utilities shall conform to the WSDOT Standard Specifications, Standard Plans, Kent Standard Plans and the Kent Special Provisions. Locating all new and existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities including traffic loops prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility corn an or the City, even if the Contractor has vacated the project site. If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City. No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. NOTE: The use or presence 4"' & Meeker complete Streets/Langholz 7 - 3 July 25, 2018 Project Number: 17-3019 of wood, asphalt, expansion joint material or other non-approved product for catch basin or manhole adjustment shall be cause for immediate rejection. On asphalt concrete paving and/or asphalt resurfacing projects, manholes, catch basins and similar structures shall not be adjusted until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the cover. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks and fully mortared to the desired grade. The base materials and crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within, but not to exceed 1-1/2 inches of the finished pavement surface. Note: casting adjustments shall be made with cementatious materials only. Wood, plastic, iron, aluminum, bituminous or similar materials are prohibited. On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. Thejoint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. SECTION 7-05.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(2) Abandon Existing Manholes Manholes being abandoned shall have the top four feet removed and the remainder of the structure filled with bankrun gravel for trench backfill or gravel borrow as included in the proposal and shall otherwise be in accordance with Section 7-05.3(2) of the WSDOT Standard Specifications, SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(3) Connections to Existing Manholes It shall be the Contractor's sole responsibility to protect the existing sewer system from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. 41" & Meeker Complete Streets/Langholz 7 - 4 July 25, 2018 Project Number: 17-3019 NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. SECTION 7-05.3(4) IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-05.3(4) Drop Manhole Connection Drop manhole connections shall be in accordance with Kent Standard Plan 4-6. Inside drop connections are not allowed. SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-05.3(5) Manhole Installation on Existing Sewer The manhole will be placed on and channeled for the existing lines in their existing location. It shall be the Contractor's sole responsibility to protect the existing sewer from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. 7-05.3(6) Storm Drain Marking The pavement adjacent to all new catch basins shall be marked with the following standard pollution prevention button: The Contractor is responsible for installation of the buttons. Markers for publicly owned catch basins will be provided by the City. 7-05.3(7) Relocate Existing Catch Basin The existing catch basin assemblies indicated to be relocated shall be carefully removed to avoid damage. The Contractor will then install the catch basin at the location indicated on the plans so that the assembly will function as shown on the plans. 41° & Meeker Complete Streets/Langholz 7 - 5 July 25, 2018 Project Number: 17-3019 i SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.5 Payment The unit contract price per each for "Catch Basin Ty Ll " constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to remove the existing catch basin, provide and install the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; disposing; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and installing City provided storm drain marker. The unit bid per each for "Trench Drainage Channel 6 Inch Wide with Frame and Variations Grate" constitutes complete compensation for all materials, labor, tools and equipment necessary to provide and install the trench drainage channel 6 inches wide with terrain heavy vehicle traffic frame and grate in accordance with the plans and detail in the Kent Special Provisions appendix. This item includes but is not limited to excavation, forms, concrete, Variations model heavy vehicular traffic trench drain grate and standard angle stock perimeter frame manufactured by Urban Accessories, rebar and cleanup. "Ad'ust Existing Manhole Cover to Finished Grade" "Adjust Existing Catch Bassin Grate to Finished Grade" The unit contract price per each for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to 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: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and installing City provided storm drain markers. Adjusting the grade by adding or removing risers, grade 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. „Vaned Catch Basin Frame and Grate„ "CirculEbr Frame fRingl and Coves r. Tyf�t2" The unit contract price per each for the above items constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new frame and cover or grate as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. 4°i & Meeker Complete Streets/Langholz 7 - 6 July 25, 2018 Project Number. 17-3019 7-08 GENERAL PIPE INSTALLATION REQVIREMENTS SECTION 7-08.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.2 Materials All pipe shall be of the type and material specified in the bid proposal, shown on the plans or specified herein. All materials used for construction of sanitary sewer and storm drainage systems and appurtenances shall be new and undamaged. All materials used shall be subject to inspection by the City prior to use. The Contractor shall provide the City with shop drawings, manufacturer's specifications and certificates of materials as requested. The materials referred to herein, shall conform to the applicable provisions of the WSDOT Standard Specifications, the Kent Special Provisions and the manufacturer's recommended installation procedures. See the following Sections of the WSDOT Standard Specifications and the Kent Special Provisions: Hot Mix Asphalt ............................... 5-04.2 Cement Concrete Pavement .............. 5-05.2 Culverts ......................................... 7-02.2 Storm Sewers ................................. 7-04.2 Manholes, Inlets and Catch Basins...... 7-05.2 Sanitary Sewer................................ 7-17.2 Side Sewers.................................... 7-18.2 Crushed Surfacing ........................... 9-03.9(3) Gravel Backfill for Pipe Zone Bedding.. 9-03.12(3) Gravel Borrow ................................. 9-03.14(1) Foundation Material Class I and 11 ...... 9-03.17 Bank Run Gravel for Trench Backfill .... 9-03.19 7-08.3 Construction Requirements SECTION 7-08.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)A Trenches If well points are used for dewatering pipe trenches, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the sub-surface. A continual check by the Contractor shall be maintained to insure that the sub-surface soil is not being removed by the dewatering operation. Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump shutdown shall be accomplished in an approved gradual manner. The Contractor shall provide enough facilities and personnel to maintain 4'^ & Meeker Complete Streets/Langholz 7 - 7 July 25, 2018 Project Number. 17-3019 continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. In the event of damage to the trench foundation as determined by the Engineer, or to the ditch walls, or other operations resulting from the failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. It shall be the sole responsibility of the Contractor to dispose of all waters resulting from its dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the following conditions will apply. 1 . Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the WSDOT Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Backfill unsuitable material excavations with Foundation Material Class I or I I meeting the requirements of Section 9-03.17 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. 41° & Meeker Complete Strects/Langholz 7 - 8 July 25, 2018 Project Number: 17-3019 SECTION 7-08.3(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)C Bedding the Pipe Bedding shall be placed in accordance with Standard Plan B-55.20-00. Bedding material shall be in accordance with Section 9-03.12(3) of the Kent Special Provisions. Pipe bedding material and trench backfill material shall be Crushed Surfacing Top Course, 5/8 Inch Minus. Bedding material shall be tamped in layers under, around and above the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to mean to at least 95 percent of the maximum density measured in accordance with ASTM D-1557. The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy compaction equipment. SECTION 7-08.3(2)B IS SUPPLEMENTED BYADD/NG THE FOLLOWING: 7-08.3(2)B Pipe Laying - General At locations of pipe crossing between new or existing pipes the minimum vertical clearance shall be one and one-half foot unless otherwise approved by the Engineer. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1-2 PSF Styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the minimum clearances. External or internal grouting or repair by use of collars on the new sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary. All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer's recommendations. SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)G Jointing of Dissimilar Pipe 4°i & Meeker Complete Streets/Langholz 7 - 9 July 25, 2018 Project Number: 17-3019 Connections of Ductile or Cast Iron Pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). SECTION 7-08.3(2)H /S SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)H Sewer Line Connections Where indicated on the plans or where directed by the Engineer, connections shall be made to the existing storm drain/sewer systems by the Contractor in accordance with applicable portions of the WSDOT Standard Specifications and Kent Special Provisions in a workmanlike manner satisfactory to the Engineer. SECTION 7-08.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-08.3(2)J Pipe Laying - PVC For PVC pipe, the Contractor shall maintain a cover over the pipe to prevent temperature deformation caused by the sun and shall remove such cover only for a sufficient time to allow the pipe to be installed. When making field cuts of PVC pipe, a new reference line shall be marked on the spigot end a distance of 4-5/8 inches from said end. Said end will provide a visual means of determining whether full insertion of the spigot into the bell has been made during installation, SECTION 7-08.3(4) IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.3(4) Plugging Existing Pipe Existing pipes being plugged shall be plugged with concrete at both ends and shall otherwise be in accordance with Section 7-08.3(4) of the WSDOT Standard Specifications. SECTION 7-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-08.3(5) Street Restoration Unless otherwise shown on the plans, street restoration shall be in accordance with the following requirements: Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 2 inch thickness of crushed surfacing top course over a 4 inch thickness of crushed surfacing base course or as directed by the Engineer in the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct the trench with a 2 inch thick asphalt concrete patch 41° & Mceker Complete Streets/Langholz 7 - 10 July 25, 2018 Project Number: 17-3019 with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 2 inches of crushed surfacing top course over 4 inches crushed surfacing base course. In all cases, the asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2 inches greater than the existing section. Where cuts have been made in cement concrete pavement, the Contractor shall reconstruct the trench area with a 6 inch thick cement concrete patch placed on a 6 inch thickness of crushed surfacing top course. In all cases, the cement concrete and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Where there is an existing asphalt overlay over cement concrete pavement, the cement concrete shall be patched to original grade as above and then overlaid with an asphalt concrete patch to existing grade. All gravel shoulders shall be restored to their original condition and shape. The Contractor shall spread a 2 inch thick layer of crushed surfacing on the shoulder. The shoulder shall be finished with a grader after backfilling and compacting and before spreading the crushed surfacing. Permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. SECTION 7-08.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 7-08.4 Measurement Gravel backfill for foundation and gravel backfill for pipe zone bedding shall be measured by the ton, including haul. SECTION 7-08.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.5 Payment The unit contract price per ton for "Foundation Material Glass I and I I" constitutes complete compensation for all labor, material, tools, 4"' & Meeker Complete Streets/rangholz 7 - 11 July 25, 2018 Project Number: 17-3019 supplies, and equipment necessary or incidental to furnish and place foundation material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. 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 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. 4'h & Meeker complete Streets/Langholz 7 - 12 July 25, 2018 Project Number: 17-3019 Pipe materials used for water service lines on private property, and installed by the customer shall conform to the Uniform Plumbing Code. It is the customer's responsibility to install and maintain the service line between the property or easement line and the facility being served. The Contractor shall notify all customers affected, the City Water Department, and the Engineer at least two working days prior to working on live services. The Contractor is responsible for planning and coordinating its work such that water service will be resumed with the least possible inconvenience to the water users. The location of existing water service laterals and service lines between the water main and the water meter shall be determined and marked in the field or otherwise located by the City Water Department. Unless otherwise approved by the City Water Department, new service lines from the water main to the meter shall be perpendicular to the 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. 41h & Meeker Complete Streets/Langholz 7 - 13 July 25, 2018 Project Number. 17-3019 I 7-15.3(5) Water Service Lines This work shall consist of installing new water service line pipes from the corporation stop at the water main pipe to the water meter setter and from the water meter setter to the water service line. Water service lines shall be the size shown on the plans, but shall in all cases be at least 1 inch in diameter iron pipe size (IPS). Water service lines shall be either copper tubing type K or polyethylene plastic (PE) pipe and shall be installed with a minimum of 2 feet of cover over the top of the line. Whenever PE pipe is installed, 12 gage solid copper tracing wire with plastic coating shall be installed over the pipe for its entire length as shown in Kent Standard Plans 3-10 and 3-11 . The wire shall be bared and connected between the corporation and the angle stop on the meter setter so as to maintain continuity. Water service line pipes shall not exceed 60 feet in length from the water main pipe to the meter setter. When water services lines are installed for future use, the work shall include a "tail run" section of service pipe two feet long from the water meter setter to the property or easement line. This "tail run" section shall have a union fitting on the end of the "tail run", shall be indicated with a 2 x 4 stake marked with the legend "WATER" and shall otherwise be marked in conformance with Section 7-18.3(5) of the WSDOT Standard Specifications. When new water service lines are to be connected to existing service lines smaller than 1 inch in diameter, the new water service lines behind the meter shall be the same diameter as the service line from the water main to the meter and shall be suitably reduced at the connection. 7-15.3(6) Water Meters Water meters 5/8 inch x 3/4 inch to 2 inch shall be provided and installed by the City Water Department. All water meters larger than 2 inch shall be provided and installed by the Contractor. The Contractor shall reinstall existing water meters where shown on the plans regardless of meter size, unless otherwise stated in the Kent Special Provisions. Water meters shall be located behind City sidewalks when sidewalks are present or scheduled for immediate construction. If in case the water meter must be located within the sidewalk, as determined by the Engineer, no portion of the water meter box shall be closer than 6 inches to any edge of the sidewalk. In the case when City sidewalks are not present or scheduled for immediate construction, new water meters shall be located 2 feet from the right-of-way or easement line and inside the right-of-way or easement. In all cases the angle stop shall be installed 9 inches below finished grade. 41b & Meeker Complete Streets/Langholz 7 - 14 July 25, 2018 Project Number: 17-3019 7-15.3(7) Compound Meter Assemblies Compound meter assemblies shall be installed where shown on the plans. Compound meter assemblies shall conform with Kent Standard Plan 3-12 in all respects and shall include a water meter of the specified size unless otherwise stated in the Kent Special Provisions. The utility vault for the compound meter and by-pass shall be sized to allow access to all gate valves when the cover is removed, shall be rated for H-20 traffic loading, and shall otherwise conform to Kent Standard Plan 3-12. This work includes connection to the customer's service lateral when they exist. 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. 7-15.3(10) Replace/Abandon Existing Water Service Where the plans call for an existing water service to be abandoned, the corporation stop at the water main line shall be exposed and shut off. The service pipe shall then be removed from the corporation stop and a plug installed on the corporation stop. 4`" & Meeker Complete Streets/La ngholz 7 - 15 July 25, 2018 Project Number: 17-3019 For service being replaced, the procedure specified above shall be used except that the new service pipe shall be connected to the corporation stop and the stop turned on. Use appropriate adaptor, when necessary, for connecting new pipe to existing corporation stop. Should the existing corporation stop be of the improper size, it shall be abandoned as specified above and a new corporation stop shall be installed on the water main line. 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: The unit contract price per each for "Service Connection 1 Inch. Diameter" constitutes complete compensation for furnishing all labor, tools, equipment, and materials necessary for installing the service connection to the water main pipe including, but not limited to, double strap saddle installation, installation of the corporation stop, connection to the water service line, gate valve with valve box, all excavation, backfill, restoration, pipe fittings or adaptors, testing, flushing, disinfection, and testing of the service connection. Reference Kent Standard Plan 3-10M. The unit contract price per linear foot for "Water Service Line 1 Inch Diameter" constitutes complete compensation for the labor, materials, and equipment necessary or incidental to the installation of new water service lines including, but not limited to trench excavation, bedding, laying pipe, fittings and adaptors, connection to existing meters and corporation stops, backfilling, restoration, marking of "tail runs", testing, flushing, and disinfection. The unit contract price per each for "3/4 Inch Meter Setter" constitutes complete compensation for all labor, materials, and equipment necessary or incidental to the installation of new meter setters including, but not limited to connecting the service lines, connecting to "tail runs", excavation, backfill, fittings and adaptors, testing, flushing and disinfection. 4°i & Meeker complete Streets/Langholz 7 - 16 July 25, 2018 Project Number: 17-3019 The unit contract price per each for "Meter Box for 1 Inch Diameter Service" constitutes complete compensation for all labor, materials, and equipment necessary or incidental to furnish and install new meter box and cover including, but not limited to excavation, backfill, and setting to grade. 4`h & Meeker Complete Streets/Langholz 7 - 17 July 25, 2018 Project Number 17-3019 b I'1P'! �I CAN � - M� S�GIEl.L1�1NE+©US CC)I'UIT��1C'T 1 C)IUU 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL i SECTION 8-01.1 IS SUPPLEMENTED BYADDING 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 8-07.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The Contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. 4`h & Meeker Complete Streets/Langholz 8 - 1 July 25, 2018 Project Number: 17-3019 The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1 . Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor's CESCL SECTION 8-01.3(1) IS SUPPLEMENTED 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 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48,080 Discharge of pollutants in waters prohibited 41" & Meeker Complete Streets/Langholz 8 - 2 July 25, 2018 Project Number: 17-3019 3. City of Kent 2017 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. 41° & Meeker Complete Streets/Largholz 8 - 3 July 25, 2018 Project Number: 17-3019 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. 4`" & Meeker Complete Streets/Langholz 8 - 4 July 25, 2018 Project Number: 17-3019 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 4001bs/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 41h & Meeker Complete Streets/Langholz a - 5 July 25, 2018 Project Number: 17-3019 8-01 .3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)E Soil Binders and Tacking Agents Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.4(2) of the WSDOT Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the WSDOT Standard Specifications. When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1 . Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01 .3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets 41h & Meeker Complete Streets/Langholz 8 - 6 July 25, 2018 Project Number: 17-3019 i and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. ' SECTION 8-01.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)H Inspection 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 on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. 4'h & Meeker complete Streets/Langholz 8 - 7 July 25, 2018 Project Number 17-3019 SECTION 8-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5 Payment 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. 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). 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) 41" & Meeker Complete Streets/Langholz 8 - 8 July 25, 2018 Project Number: 17-3019 i Fertilizer...................................._........... 9-14.3 Mulch and Amendments.............„............. .. 9-14A Erosion Control Devices ............................. 9-14,5 Plant Materials.......................................... 9-14.6 I Street Trees..... ... ......... 9-14,6(1)A Stakes, Guys and Wrapping ............ ........ ... 9-14.7 Tree Ties ................................................. 9-14.7(1) Water for Plants.................. ..... ...... ........... 9-25,2 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and 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 Thoroughly scarify subgrade in all planter areas to a minimum depth of eight-inches (8"), unless otherwise noted on the plans. Scarified subgrade shall be inspected and approved by the Engineer prior to the placement of topsoil. Remove all construction debris and rocks over two-inches (2") in diameter prior to placing topsoil. Topsoil Type A shall be used in any areas requiring additional soil to bring subgrade up to grade, prior to the placement of required depth of Topsoil Type A as noted on the plans. Upon approval of the subgrade, Topsoil Type A shall be installed to a minimum depth of twenty-four inches (24") compacted depth in all planter areas, unless otherwise noted on plans. Topsoil shall be installed in two lifts in all planted areas. The first six inches (6") shall be incorporated into the top six inches (6") of the subgrade by rototilling. Then the remaining topsoil shall be installed. 41° & Meeker complete Strects/Langholz 8 - 9 July 25, 2018 Project Number: 17-3019 Remove rocks, roots, and debris over 1 -inch (1 ") diameter in cultivated areas. Lightly compact soil to a compaction rate of no more than 85%, and establish a smooth and uniform finished grade to allow surface drainage and prevent ponding. Finish grade of all planting areas shall be brought to a uniform grade, one inch (1") plus the specified depth of mulch, where required, below walks, curbs,junction and valve boxes, and driveways, unless otherwise specified. Finish grades shall be reviewed and approved by the Engineer prior to any planting. Any additional fine grading to get a firm smooth surface in the seeded areas shall be considered incidental to and included in the unit contract price for placement and installation of Topsoil Type A. The costs of removing all excess material and debris shall be considered incidental to and included in the unit contract prices of other items in this contract. 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 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 6-55M. 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. 41h & Meeker Complete Streets/Langholz 8 - 10 July 25, 2018 Project Number: 17-3019 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 8-02.3(13) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(13) Plant Establishment The Contractor is responsible for maintaining all trees and shrubs in a clean and thriving condition for a period of not less than two calendar years. The period of maintenance shall begin upon final installation and inspection of work, and subsequent written notification by the Engineer. Maintenance shall include all necessary cleaning, weeding, pruning, watering, and one supplemental feeding with approved fertilizer. The Contractor shall water all trees and shrubs a minimum of once per week during the months of June through September to establish the vegetation during the dry summer months. Maintenance of this watering schedule is critical to the survival of the trees and shrubs. SECTION 8-02.3(14) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(14) Plant Replacement The Contractor shall replace all trees and shrubs which, in the opinion of the City Nursery Supervisor, have failed to establish themselves during the maintenance period at its sole expense. All replacement planting shall be conducted in conformance to these specifications. SECTION 8-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.3(17) Plant and Site Protection During Entire Construction Period The Contractor shall: 1 . Protect existing trees to remain and new plants against injury and damage, including but not limited to: cutting, breaking, or 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. 41° & Meeker Complete Streets/Langholz 8 - 11 July 25, 2018 Project Number: 17-3019 SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per each for "Street Tree Planting and Staking" constitutes complete compensation for all labor, materials, tools and equipment necessary for planting and staking street trees in accordance with the plans and the Kent Special Provisions. This item includes but is not limited to root barriers, mulch, fertilizer, watering, water tubes, planting mixture, tree ties and stakes, and for watering and maintaining trees for a period of not less than two calendar years. The unit contract price per lump sum for "Landscaping" shall be full compensation for all materials, labor, tools, equipment, and supplies necessary to prepare planting area, provide, fine grade, cultivate, provide, store and protect plants, fertilizer, staking, cleanup and water necessary to complete the landscaping in accordance with the plans and described in the specifications. The unit bid price per each for "Meeker Street Bench, Type 1 (Backless)" constitutes complete compensation for all materials, labor, tools and equipment necessary to provide and install the bench as shown on the plans and in accordance with Kent Standard Plan 7-1 . The unit bid price per each for "Meeker Street Bicycle Rack, Type 1 (Backless)" constitutes complete compensation for all materials, labor, tools and equipment necessary to provide and install the twist bicycle rack as shown on the plans and in accordance with Kent Standard Plan 7-4. The unit bid price per each for "Meeker Street Litter Receptacle, Type 1 (Backless)" constitutes complete compensation for all materials, labor, tools and equipment necessary to provide and install the litter receptacle as shown on the plans and in accordance with Kent Standard Plan 7-6. 8-03 1 RR I GAT I ON SYSTEMS SECTION 8-03. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-03.1 Description The work shall consist of installing a fully functioning and complete landscape irrigation system. The Contractor shall connect Point of Connection assembly as shown on the Plans to the irrigation meter. The Contractor is responsible for providing all associated equipment required for connecting the Point of Connection assembly to the irrigation meter. The Contractor is responsible for coordinating with the City of Kent and providing trenching, shoring, and backfill for the service connection 41" & Meeker Complete Streets/Langholz S - 12 July 25, 2018 Project Number: 17-3019 SECTION 8-03.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-03.2 Materials Refer to Section 9-15 Irrigation System of these Specifications, 8-03.3(3) Piping PVC Pipe and Fittings Due to the nature of PVC pipe and fittings, the Contractor shall exercise care in handling, loading, unloading and storing pipe to avoid damage. The pipe and fittings shall be stored under cover and shall be transported in a vehicle with a bed long enough to allow the length of pipe to lie flat so as not to be subject to undue ending or concentrated external load at any point. Any pipe that has been dented or damaged shall be set aside until such damage has been cut out and pipe is rejoined with a coupling. Solvent welded joints shall be performed as a two-step process using P70 primer and 711 glue. In each case, both fittings and pipes must be given the following applications. Both must first be primed, then be glued, then pressed together while giving a quarter turn and held together for 30 seconds. Give at least 15 minutes set-up time before moving or handling. Pipe shall be partially center loaded to prevent arching and slipping. No water shall be permitted in the pipe until at least 10 hours have elapsed for the weld to set and cure. Backfilling shall be done when pipe is not in an expanded condition due to heat or pressure. Cooling of the pipe can be accomplished by operation the system for a short time before backfill, or by backfilling in the early part of the morning before the heat of day. Before pressure testing, soluble weld joints shall be given at least 24 hours curing time. No PVC pipe may be threaded or connected to a threaded fitting without an adapter. Great care must be taken to insure that the inside of the pipe is absolutely clean. Any pipe ends not being worked on must be protected and not left open. SECTION 8-03.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-03.3(7) Flushing and Testing The Contractor shall advise the Engineer at least 48 hours before pressure tests are to be conducted and shall have the approval of the Engineer before backfilling, both main lines and lateral lines and system must pass an electrical resistance test. Before backfilling, main lines 41^ & Meeker Complete Streets/Largholz 8 - 13 July 25, 2018 Project Number 17-3019 and automatic valves shall be flushed twice, once prior to placement of valves and the second after placement of the valves. Main Line Test (Hydrostatic Pressure Test) With all valves in place and closed, and all joints exposed. Attach test pump to head of main line after twin check. Attach gate valve to opposite end of main line. Open gate valve at end of main line and open main shut-off valve until all air is removed from main line. Close gate valve at end of main line, install pressure gauge, and reopen gate valve. Close main shut-off valve and apply 150 psi test to main line. Hold for one hour. Maximum allowable drop is 10 psi. At the end of test close gate valve at end of mainline and remove pressure gauge. Open gate valve and slowly remove pressure from line. Lateral Line Test With all valves and swing joints in place, Apply 100 psi test to lateral lines for one hour. Maximum allowable drop is 10 psi. Rejected systems or portions of shall be repaired and retested. Any leakage noted shall be corrected and the test repeated until the system is air-tight, at the Contractor's expense. To be valid, all tests must be performed under the direction and supervision of authorized City of Kent personnel, or authorized representative. The location, inspection and testing provisions of these specifications will be strictly adhered to. If for any reason any part of the sprinkler system is backfilled before being authorized by the Engineer, it must be completely uncovered and exposed until approved for backfilling by the Engineer. SECTION B-03.3(17) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-03.3(11) System Operation Before the sprinkler system will be accepted, the Contractor, in the presence of the Engineer, shall perform a water coverage test to determine if the water coverage and operation of the system is complete and satisfactory. If any part of the system is inadequate it 41h & Meeker Complete Streets/Langholz 8 - 14 July 25, 2018 Project Number. 17-3019 shall be repaired or replaced at the Contractor's expense and the test repeated until accepted. The entire sprinkler system shall be guaranteed by the Contractor to give complete and satisfactory service for a period of two years from the date of final acceptance. Should any malfunction develop within the warranty period, as specified in Section 1 -05.12, which according to the Engineer, is due to faulty material or workmanship, the trouble shall be corrected, without delay, to the satisfaction of the Engineer at the Contractor's expense. All backfilled trenches shall be repaired by the Contractor at his expense, including restoration of plant materials. SECTION 8-03.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-03.5 Payment The lump sum price for "Install Neww 3rrgation System" shall be full compensation for furnishing all labor, materials, tools, and equipment necessary or incidental to the construction of the complete and operable sprinkler irrigation system as shown in the Plans or as directed by the Engineer. No separate payments shall be made for excavation, backfilling, compaction, or restoration of materials associated with the installation of the Irrigation System. All costs for furnishing and installing plastic valve boxes and double check valve assembly where indicated and as detailed in the Plans and all costs of inspections and tests performed on Double Check Valve Assembly shall be included in the lump sum price for "Install New Irrigation System". 8-04 CURBS, GUTTERS AND SPILLWAYS 8-04.3 Construction Requirements 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. 41h & Meeker Complete Streets/Langholz a - 15 July 25, 2018 Project Number: 17-3019 SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment The unit contract price per linear foot for "Cement Concrete Curb and Gutter" shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. 8-09 RAISED PAVEMENT MARKERS SECTION 8-09. 1 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, 8-09.3 Construction Requirements 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 8-09.3(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. 41" & Meeker Complete Streets/Langholz 8 - 16 July 25, 2018 Project Number. 17-3019 i 2. Remove all sand, or other waste materials deposited on the j pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. 3. Install temporary lane markings at their sole expense, unless the street is going to be remarked, or overlaid immediately after the completed removal of raised pavement markers and/or plastic traffic buttons. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, including the complete removal of all remaining adhesive, and fill any surface voids caused by the removal work. SECTION 8-09.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.4 Measurement When shown as lump sum in the plans or in the Proposal as removal of raised pavement markers and plastic traffic markings, no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete removal of the subject items. SECTION 8-09.5 IS SUPPLEMENTED BYADD/NG THE FOLLOWING: 8-09.5 Payment The lump sum contract price for "Removal of Raised Pavement Markers and Painted and/or Thermoplastic Traflic_Nlarkings" 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. 8-14 CEMENT _CONCRETE SIDEWALKS SECTION 8-14. 1 1S SUPPLEMENTED BYADDING 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. 8-14.3 Construction Requirements 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. 4" & Meeker Complete Streets/Largholz 8 - 17 July 25, 2018 Project Number 17-3019 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 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: Cement Concrete Sidewalk 4 Irrrjh Q!2pL:," per square yard 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. "Cement Concrete- Sidewalk, 8 Inch Depth," per square yard 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 41h & Meeker complete Streets/Langholz 8 - 18 July 25, 2018 Project Number: 17-3019 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. The unit bid price per square foot for "Detectable Warning Installation" constitutes complete compensation for all material, labor, tools and equipment necessary to install the detectable warning surface per the manufacturer's recommendation and in full compliance with ADA requirements. 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 ofjunction 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. 8-20.3 Construction Requirements SECTION 8-20.3(5) IS REVISED AS FOLLOWS: 8-20.3(5) Conduit THE SECOND PARAGRAPH IS REPLACED /N 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 terrninatino withinriunction boxes shall be inctalleri in all �nnrli iitc intonded for f t ire i ice The tracer in,irp chall ho 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:" 4'h & Meeker Complete Streets/La ngholz 8 - 19 July 25, 2013 Project Number. 17-3019 Item 1. Change to read "All State highway roadbed crossings" Item 3. Contents are deleted, leaving it BLANK SECTION 8-20.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes Slip-resistant surfaces (non-skid) shall have a static coefficient of friction (COF) of 0.6 and WSDOT initial approval such as the Mebecl (their most aggressive surface) manufactured by IKG Industries, SlipNOT Grade 3 — coarse manufactured by W.S. Molnar Company or the TH605 manufactured by Thermion, Inc. THE THIRD PARAGRAPH OF SECTION 8-20.3(8) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-20.3(8) Wiring All splices in underground illumination circuits and induction loops circuits shall be installed within junction boxes. The only splice allowed in induction loop circuits shall be the splice connecting the induction loop lead in conductors to the shielded home run cable. Splices for illumination circuits, including two way, three way, four way and aerial splices, and splices for induction loop circuits shall be spliced with copper crimped solder-less connectors installed with an approved tool designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Sections 9-29.12(1) and 9-29.12(2) of the Kent Special Provisions to seal each splice individually, unless otherwise specified by the Engineer. In no case shall epoxy splice kits be permitted. SECTION 8-20.3(10) IS REVISED AS FOLLOWS: 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets 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 ITEM 2 IS REVISED TO READ: Each additional loop installed in the lane shall be on 12 foot centers, ITEM 4 IS REVISED AS FOLLOWS: 4. All content after the first sentence is DELETED. ITEM 9 AND ITEM 10 CONTENTS ARE DELETED, LEAVING THEM BLANK. 4'h & Meeker Complete Streets/Langholz 8 - 20 July 25, 2018 Project Number 17-3019 i i SECTION 8-20.3(14)C IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THIS SECTION: Loop sealant shall be CrafcoTM Loop Detector Sealant 271 , or approved equal. Installation shall conform to the manufacturer's recommendations. SECTION 8-20.3(14)D IS REVISED AS FOLLOWS: 8-20.3(14)D Test for Induction Loops and Lead-In Cable SPECIFIED TESTS ARE REVISED AS FOLLOWS: Test B — A megger test at 500 volts DC shall be made between the cable shield and grounding, prior to connection to grounding. The resistance shall equal or exceed 200 megohms. Test C — A megger test shall be made between the loop circuit and grounding. The resistance shall equal or exceed 200 megohms. SECTION 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment "Junction Box Type 1" "Junction Sax Type 2" "Junction Box Type 8" Constitutes complete compensation for all labor, materials, and equipment necessary or incidental to furnish and install junction boxes including but not limited to excavation, backfill, setting to grade, slip- resistant lids and welding the lids shut at the locations shown on the plans. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for "Vehicle Detection Loop 6 Foot Diameter" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to install the loops as shown on the plans and described in the specifications. This work includes but shall not be limited to: sawcutting the pavement, conduit, wiring, including all home run cables, rope, sealing, grinding to open and welding to close lids on junction boxes, connecting new wiring to existing, routing and connecting the home run cables to the controller cabinet, and all other items necessary for a complete and operational detection loop system. Reference Kent Standard Plans 6-98M and 6- 99M. Note: The Contractor shall vacuum up all slurry produced during saw cutting for traffic loops and dispose of offsite in accordance with applicable regulations. The lump sum contract price for "Peclostrian Pushbutton Assemblies with Post and Foundation" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove 41h & Meeker complete Streets/Largholz 8 - 21 July 25, 2018 Project Number: 17-3019 existing pedestrian pushbutton assemblies, provide and install new pedestrian push button assemblies and posts. This work includes but shall not be limited to: removal of the existing pushbutton assemblies and covering abandoned holes, supplying and installing the pedestrian pushbutton assemblies and posts, excavation, trenching, supplying and installing the conduit, trench backfill, compacting, and wiring between pedestrian signal head and pedestrian push button assembly as shown on the plans. All additional materials and labor not shown in the plans or called for herein and which are required to complete the signal system shall be included in the lump sum contract price. This work shall be performed by a licensed electrical contractor and includes but shall not be limited to coordinating with the City of Kent Traffic Signal Systems Supervisor and salvaging appurtenances to the City of Kent Signal Shop at 1621 Central Ave. S. The completed signal modifications shall be inspected by the City of Kent Traffic Signal Systems Supervisor. 8-21 PERMANENT SIGNING 8-21.3 Construction Requirements SECTION 8-21.3(4) IS REVISED BY DELETING THE 4TH SENTENCE AND BY ADDING 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 BY ADDING THE FOLLOWING: 8-21.5 Payment The unit contract price per lump sum for "Removal of Traffic Signs" constitutes complete compensation for all labor, materials, supplies and 4"' & Meckcr complete Streets/Langholz 8 - 22 July 25, 2018 Project Number: 17-3019 equipment necessary to remove, dispose, salvage, or deliver the traffic signs shown on the plans and described in the specifications. 8-22 PAVEMENT MARKING SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description THE TEXT UNDER CROSSWALK STRIPE IS REPLACED WITH THE FOLLOWING: A series of pairs of parallel SOLID WHITE lines, 8-feet long, 8 inches wide, aligned parallel with the direction of traffic, with an 8 inch space between the lines. Pairs are located as shown in Kent Standard Plan 6-75. THE TEXT UNDER TWO WAY LEFT TURN STRIPE IS REPLACED WITH THE FOLLOWING: A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4 inch space. The broken or "skip" pattern shall be based upon the City's 12-foot line and a 30-foot space, except where the existing paint markings use a different pattern in which case the existing pattern will be used. The solid line shall be installed to the right of the broken line in the direction of travel. THE FOLLOWING NEW PAVEMENT MARKING IS ADDED: Yellow Painted Curb A SOLID YELLOW stripe,just wide enough to completely cover the concrete curbing. SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials 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 — Law 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 4'h & Mocker Complete Streets/Langholz 8 - 22 July 25, 2018 Project Number: 17-3019 (QPL). Material for RPMs shall meet the requirements for Section 8- 09.2. 8-22.3 Construction Requirements 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. 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. 41h & Meeker Complete Streets/Langholz 8 - 24 July 25, 2018 Project Number: 17-3019 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. 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: The unit contract price per lump sum for "Permanent Channelization" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install permanent channelization at the locations shown on the plans and described in the specifications. 8-23 TEMPORARY PAVEMENT MARKINGS THE FIRST PARAGRAPH OF SECTION 8-23. 1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.1 Description The work shall consist of furnishing, installing and removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the plans and for all lane shifts and detours resulting 41" & Meeker Complete Streets/Langholz 8 - 25 July 25, 2019 Project Number: 17-3019 from construction activities. Temporary pavement markings shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Edge lines shall be installed unless otherwise specified in the Contract. DIVISION 8 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS; 8-28 POTHOLE UTILITIES 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 borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment 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. 41° & Meeker Complete Streets/Langholz 8 - 26 July 25, 2018 Project Number: 17-3019 8-30 PROJECT SIGNS 8-30.1 Description This work shall consist of providing all posts, braces, and hardware and installation and maintenance of City-furnished project signs where shown in the plans or where directed by the Engineer. All project signs become the property of the City at the end of the project, and the Contractor shall return project signs to the City Maintenance Shop. 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 6 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 (3) vertical 4 inch x 4 inch Fir posts shall be attached to the sign board. 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 Installation Fasten two (2) vertical 4 inch x 6 inch Fir posts evenly spaced at the back of the sign board. Posts shall be of break-away design with no more than 12.25 square inches of drilled shear area at a point 2 inches above the ground, or as directed by the Engineer. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.4 Measurement Project signs will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project signs—as determined by the Engineer—shall be deemed noncompliance with this Specification. 8-30.5 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 each for "Project Sign Fabrication and Installation" constitutes complete compensation for furnishing all labor and materials, to furnish, install and maintain project sign(s) for the life 4'h & Meeker Complete Streets/Langholz 8 - 27 July 25, 2013 Project Number 17-3019 of the project and removal and delivery of sign(s) back to the City Shops. Failure to adequately maintain and return project signs to the City Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer's discretion. 4th& Meeker Complete Streets/Langholz 8 - 28 July 25, 201 a Project Number 17-3019 DI VI 1QN 9 - MATERIALS 9-03 AGGREGATES 9-03.12 Gravel Backfill 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, 9-03.14 Borrow SECTION 9-03. 14(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent 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. 41h & Meeker Complete Streets/Langholz 9 - 1 July 25, 2018 Project Number: 17-3019 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. * The maximum size of stone for geosynthetic reinforced walls or slopes shall be 100 percent passing 1 1/4 inch square sieve and 90 to 100 percent passing 1 inch square sieve. All other sieve values continue to apply. SECTION 9-03. 17 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.17 Foundation Material Class I and Class I I Foundation Material Class I and Class 11 shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class I I shall conform to the following gradations: Percent Passim Sieve Size Class I Class 11 6" square 100 --- 4" square --- 100 2" square 0 65-85 1 " square --- 40-70 1/4" square --- 20 max All percentages are by weight. In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max Soundness 5% max loss Density (solid volume) 155 pcf min Specific Gravity 2.48 min 9-03.21 Recycled Material SECTION 9-03.21(1)D 1S SUPPLEMENTED BYADD/NG THE FOLLOWING: 41h & Meeker complete Streets/Langholz 9 - 2 July 25, 2018 Project Number: 17-3019 i 9-03.21 (1)D Recycled Steel Furnace Slag j Steel Furnace Slag shall not be used for any purposes. i 9-14 EROSION CONTR L AND ROADSIDE PLANT I NG I 9-14.1 Topsoil 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 TMFCC 05 07A "Loss-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: 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 41° & Meeker Complete Streets/Langholz 9 - 3 July 25, 2018 Project Number: 17-3019 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 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium ......... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ........ ... 21% (Analyzed as N) Available phosphorous............. 0% (Analyzed as P205) Available potassium 10% (Analyzed as K20) Above percentages are proportioned by weight, The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.4 Mulch and Amendments 41h & Meeker Complete Streets/Langholz 9 - 4 July 25, 2018 Project Number: 17-3019 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. 9-14.6 Plant Materials 9-14.6(1) Description SECTION 9-14.6(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.6(1)A Street Trees The approved street tree is Corpus kousa x nuttallii — Starlight Dogwood, 2 1/2" caliper SECTION 9-14.6(2) IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-14.6(2) Quality Plant material shall be free from disfiguring knots, swollen grafts, sunscald injuries, bark abrasions, evidence of improper pruning or other objectionable disfigurement. Potted and container stock shall be well rooted and vigorous enough to ensure survival and healthy growth. Shrubs shall have full foliage (not leggy). Container stock shall be grown in its delivery container for not less than six (6) months, but not for more than two (2) years. Root bound or broken containers will not be accepted. Bare root, liner and root stock with dried or shriveled roots from exposure will not be accepted. Measurements, caliper, branching, grading, quality, balling and burlapping shall follow the Code of Standards of the American Associate of Nurserymen in the American Standard for Nursery Stock, ANSI 260.1, latest edition. Measurements shall be taken with all branches in their normal growing position. Plants shall not be pruned prior to delivery to site. SECTION 9-14,6(3) IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-14.6(3) Handling and Shipping All plant material shall be transported to planting locations with care to prevent damage. Tie back branches as necessary, and protect bark from chafing with burlap bags. Do not drag plant materials along ground without proper protection of roots and branches. Protect rootballs from environmental or mechanical damage and water as necessary to keep roots moist. Do not store plants for more than one week. 4°i & Meeker Complete Streets/Largholz 9 - 5 July 25, 2018 Project Number 17-3019 SECTION 9-14.6(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.6(4) Tagging All plant material shall be legibly tagged. Tagging may be by specie or variety with minimum of one tag per ten trees, shrubs, or vines. Remove all tagging prior to final acceptance. SECTION 9-14.6(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.6(5) Inspection The Contracting Agency shall reserve the option of selecting and inspecting plant material at the nursery. The Contractor shall provide the Contracting Agency with at least one week notice prior to preparing plants for shipping and delivery. The Contractor shall neither deliver to site nor install plant materials until authorized by the Contracting Agency. SECTION 9-14.6(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.6(7) Temporary Storage Cold storage of plants shall not be permitted. If planting is delayed more than 24 hours after delivery, set balled and burlapped plants on the ground, well protected with soil or wet peat. Adequately cover all roots of bare root material with soil or wet peat. Protect rootballs from freezing, sun, drying winds or mechanical damage. Water plant material as necessary until planted. Plants shall not be stored for more than one week. Longer storage period at project site will result in rejection of plant materials by the Contracting Agency, 9-14.7 Stakes, Guys, and Wrapping SECTION 9-14.7 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.7(1) Tree Ties Tree ties shall be patent "Tre-Ties" sufficient in size and number to adequately support the trees as determined by Quentin Poil, Nursery Supervisor at 253-856-5127. 9-15 IRRIGATION SYSTEM SECTION 9-15. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-15.1 Pipe, Tubing And Fittings 4" a Meeker Complete Streets/Langholz 9 - 6 July 25, 2018 Project Number: 17-3019 All pipe and tubing shall be PVC or approved equal. All fittings shall be Sch 80 PVC. All sleeving shall be Sch 40 PVC. SECTION 9-15.1(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-15.1 (2) Polyvinyl Chloride Pipe And Fittings PVC pipe shall be Schedule 40 PVC pipe for the main, laterals and sleeves. SECTION 9-15.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-15.4 1 irrigation Heads Pop-up spray heads, impact heads and bubblers shall be as shown on the Plans or approved equal. SECTION 9-15.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-15.5 Valve Boxes And Protective Sleeves Valve boxes for automatic control valve with extensions as necessary and bypass assemblies shall be Carson, 1324-15G or approved equal, Valve boxes for quick coupler shall be Series 610 by Carson or approved equal. Main DCVA Vaults: Shall be as shown on plans or approved equal„ SECTION 9-15. 17 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-15.17 Electrical Wire and Splices Electrical Wire shall be #14 OF wire. Utilize 3M DBY splice kit 9-28 SIGNING MATERIALS AND FABRICATION SECTION 9-28. 1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-28.1 General All signs shall be reflectorized except for City Project Signs. ALL PERMANENT SIGNS, EXCEPT "NO PARKING ANYTIME" SIGNS SHALL HAVE VIP SIGNS AND CLASS A TEMPORARY DIAMOND GRADE RETRO- REFLECTORIZED SHEETING, UNLESS NOTED OTHERWISE IN THE PLANS. "NO PARKING ANYTIME" signs shall have engineer grade retro- reflectorized sheeting. 9-28.14 Sign Support Structures 41h & Meeker Complete Streets/Langholz 9 - 7 July 25, 2018 Project Number: 17-3019 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. 9-29 ILLUMINATION, SIGNAL, ELECTRICAL SECTION 9-29. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE BEGINNING OF THIS SECTION: 41h & Meeker Complete Streets/Langholz 9 - 8 July 25, 2018 Project Number: 17-3019 9-29.1 Conduit, Innerduct, and Outerduct Unless otherwise specified on the Street Lighting or Traffic Signal Plans, all conduits for street lighting, traffic signals and traffic signal interconnect cables for projects within the city limits of Kent shall be Schedule 80 PVC conduit, minimum size 2 inches. 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes SECTION 9-29.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THESE SECTIONS: 9-29.2(1)A Standard Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. 9-29.2(1)B Heavy-Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. SECTION 9-29.3 IS REVISED AS FOLLOWS: 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable SECTION 9-29.3(2)I IS REVISED AS FOLLOWS: 9-29.3(2)1 Twisted-Pair Communication Cable Replace "AWG 22" with "#AWG 19". THE LAST SENTENCE IN THE FIRST PARAGRAPH HAS BEEN REVISED TO READ AS FOLLOWS: This cable shall be filled with a gel compound to resist water penetration and migration unless otherwise specified by the plans. SECTION 9-29. 92(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(2) Traffic Signal Splice Material Induction loop splices shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. Equipment and methods shall be as recommended by the manufacturer of the splicing materials. Each solderless crimp connector splice shall be wrapped with Scotch'"#06147 Electrical Moisture Sealant, or approved equal. 9-29.13 Controller Cabinet Assemblies. REPLACE THE LAST SENTENCE WITH THE FOLLOWING: Traffic Signal Controller Cabinet Assemblies shall meet the requirements of NEMA TS2 Specification. 41h & Meeker Complete Streets/Langholz 9 - 9 July 25, 2018 Project Number: 17-3019 9.29.13(1) Environmental, Performance, and Test Standards for Solid-State Traffic Controller Assemblies. REPLACE THE THIRD SENTENCE WITH THE FOLLOWING: NEMA control assemblies shall meet or exceed current NEMA TS 2 Environmental Standards. SECTION 9-29.13 (2) IS DELETED AND REPLACED WITH THE FOLLOWING; 9.29.13(2) Traffic Signal Controller Assembly Testing. Each traffic signal controller assembly shall be tested as follows. The Contractor shall: 1 . Prior to shipping, arrange controller cabinet testing with City of Kent Transportation. 2. If the traffic signal control assembly passes all testing, the Contractor will be notified the cabinet is ready for pick-up. 3. If the traffic signal control assembly fails testing, the Contractor has 7 calendar days to repair or replace the failed components. Once all repairs are completed, the testing will resume. SECTION 9-29. 13(5) IS REVISED AS FOLLOWS: 9-29.13(5) Flashing Operations ADD THE FOLLOWING TO THE END OF THE FIRST PARAGRAPH: When the cabinet is commanded to Flashing mode, the DC supply voltage shall be removed from all loadswitches. The flash transfer relays shall be de-energized during flashing operations. REPLACE THE LAST SENTENCE IN I TEM 2 WITH THE FOLLOWING: When the flash-automatic switch is changed to the automatic position, the controller shall resume normal automatic operation with the display and timing as it existed before the flash mode was enabled. DELETE THE SECOND SENTENCE IN ITEM 3. DELETE ITEM 4 IN ITS ENTIRETY. REVISE ITEM 5 BY DELETING "at the beginning of major street green" IN THE LAST SENTENCE. SECTION 9-29. 13(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THE SECTION: 9-29.13(7) Wiring Diagrams The cabinet wiring drawing shall also be provided in AutoCAD v2008 file. All cabinet wiring, and layout shall fit on (1) E1 size sheet, multiple 4'h & Meeker complete Streets/Langholz 9 - 10 July 25, 20118 Project Number: 17-3019 pages shall not be allowed. Component cut sheets and equipment operating manuals shall be provided for devices used within the controller cabinet. SECTION 9-29. 19 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.19 Pedestrian Push Buttons Where noted in the contract, pedestrian push buttons of substantially tamper-proof construction shall be furnished and installed. They shall consist of a 2-inch nominal diameter plunger and be ADA compliant. ADA push buttons shall be Campbell Company, Advisor TM (AGES) or Campbell Company, Guardian TM type assemblies or approved equal. The pedestrian push button assembly shall be constructed as shown in the plans. The assembly shall be constructed so that it will be impossible to receive an electrical shock under any weather conditions. SECTION 9-29.20 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.20 Pedestrian Signals Pedestrian signals shall be (filled in) Hand/Man with Countdown Display, containing LED type optics only. Countdown pedestrian signals shall be (Gelcore part number PS7-CFF1 -01A-18 or approved equal). SECTION 9-29.24(2) IS REVISED AS FOLLOWS: 9-29.24(2) Electrical Circuit Breakers and Contactors REPLACE THE SECOND PARAGRAPH WITH THE FOLLOWING: Mercury contactors shall not be permitted. 9-30 WATER DISTRIBUTION MATERIALS SECTION 9-30.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6 Service Connections 9-30.6(1) 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. 41h & Meeker Complete Streets/Langholz 9 - 11 July 25, 2018 Project Number 17-3019 The service saddle shall be manufactured by Smith Blair, Romac, or Mueller. Service saddles shall be either double strapped or stainless steel full circumference band. 9-30.6(2) Corporation Stops All corporation stops shall be Ford ballcorp style. The following Ford model numbers shall be used for the respective sizes stated. Ford Corporation Stops Size Ford Model Number 3/4 inch FB500-3 finch FB500-4 1 1/2 inch FB500-6 2inch FB500-7 Connection to service pipes shall be by Ford packjoints (Section 9-30.6(4)) only. SECTION 9-30.6(3)B IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(3)B Polyethylene Pipe Polyethylene service pipe shall be iron pipe size (IPS) ultra-high molecular weight, high density polyethylene plastic meeting or exceeding the following standards: ID ASTM D-2239, SIDR-7, and PE 3408, AWWA C-901 , AWWA C-800, and National Sanitation Foundation Standards and conforming to all other applicable standards. This polyethylene pipe shall be rated at or above a working pressure of 200 psi. Polyethylene plastic pipe shall have a manufactured stainless steel insert stiffener at all compression pack joints. Driscopipe 5100 Ultra-Lien water pipe is an approved product meeting the above specifications. All other products require approval of the City Water Department after submittal of a sample length of pipe and the manufacturer's product literature. The City is not responsible for the purchase of materials not meeting the above specifications. SECTION 9-30.6(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(4) Service Fittings Ford Pack Joint Couplings (hereinafter Ford Pack Joint Couplings or Pack Joint Couplings) shall be used to connect the service line pipe to the corporation stop and meter setter at both ends. When the plans call for the installation of a new service line from the water main to the setter and/or new setter, the connection between the new service line on the private side of the setter and the existing private service line the Contractor shall use an adaptor. If the existing service line is long 4°i & Meeker Complete Streets/Langholz 9 - 12 July 25, 2018 Project Number 17-3019 enough to connect to the setter directly without the need of an adaptor, a pack joint coupling shall be used for the connection to the setter. Pack joint couplings shall make a tight and permanent joint on type K copper tubing or polyethylene plastic pipe as appropriate. Pack joint couplings shall be made of bronze, and shall have a gasket or 0-ring. Fittings used for copper and/or polyethylene tubing shall be Ford pack joint type only. Ford stainless steel stiffeners shall be used when utilizing compression fittings on polyethylene tubing. Insert Stiffeners The following table is a summary of the insert stiffeners that shall be utilized for the respective pipe sizes stated. Ford Insert Stiffeners Size Ford Model Number 3/4 inch Insert-71 1 inch Insert-72 1 1/2 inch Insert-74 2 inch Insert-75 Pack Joint Cowlings The following table is a summary of Ford pack joint couplings that shall be utilized for the respective pipe sizes and types stated. Ford Pack Joint for Straiqht CTS Pipe Ford Model Number Male Iron Pipe P.J. for CTS C84-34 3/4 inch 1 inch ..__..........................._ .......... C84-44 1 inch 1 inch C84-66 1 112 inch 1 1/2 inch C84-77 2 inch 2 inch ------------------------------------- _.._............................. Ford Pack Joint for Polyethylene Pipe _............................. __. ...._.� ....... Ford Model Number Male Iron Pipe P.J. for PEP .......... C86-34 3/4 inch 1 inch 586-44 1 inch 1 inch C86-66-IDR7 1 1/2 inch 1 1/2 inch C86-77-IDR7 2 inch 2 inch SECTION 9-30.6(5) 1S DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(5) Meter Setters Meter setters shall be manufactured and tested in accordance with all applicable parts of AWWA C800. Meter setters shall have dual-purpose end connections for iron pipe thread male adapters on both ends. The meter setter shall have a brace pipe eye to hold the setter vertical. The setter shall be equipped with an angle shut off valve with padlock wings, and on the outgoing 41h & Meeker Complete Streets/Largholz 9 - 13 July 25, 2018 Project Number 17-3019 side a check valve to prevent backflow. The check valve shall be spring loaded, of brass and stainless steel construction with a removable back for maintenance purposes. In no case shall residential meter stops be equipped with a bypass. The following meter setters shall be used for the respective size meter setter listed: Meter Setter Size Type 3/4 inch Ford VH72-15W-11-33 1 inch Ford VH74-15W-11-44 1 1/2 inches Ford VBH76-15B-11-66 L/BP 2 inch Ford VFH77-1513-11 -77 L/BP SECTION 9-30.6(7) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(7) Meter Boxes Meter box requirements vary with respect to water meter size and location of the meter box. Meter boxes shall be as follows: Meter Box Meter Size Location Type 3/4 inch 'Planters Carson 1220-12 .................__....._. _._. _.....__... ....... Sidewalks, Olympic Foundry driveways, #SM29 pavements or adjacent to vehicle turninq areas Meter Box Meter Size Location Type 1 inch 'Planters Carson 1220 12 ................................................. _.... Sidewalks, Olympic Foundry driveways, #SM30 pavements or adjacent to vehicle turninq areas 1 1/2 inch to 2 'Planters Carson 1730-15 inch Sidewalks, Olympic Foundry driveways, #SM30 pavements or adjacent to vehicle turninq areas 3 inch and larger Concrete vaults per Kent Standard Plan 3- 1. ' All plastic boxes shall be constructed of black oolvethvlene. 4`" & Meeker Complete Streets/Langholz 9 - 14 July 25, 2018 Project Number: 17-3019 Irrigation Box ---- -.._-:_---- --------------------- _..__._.._............,_,_,_,_..... , DCVA or PRV S --ize Type 3/4 inch to 1 inch and Carson 1324-15G all PRV's_ Green solid lid_1324-2L Extension Boxes - 6 Carson 1 324B-1 L inch ......._........._.................. .............. ... ...................... - 1 1/4 inch to 2 inch Carson 1730C-1B for 15 inch high Carson 1730D-1 B for 18 inch high Green solid lid 1730-P2L SECTION 9-30.6 IS SUPPLEMENTED BYADD/NG THE FOLLOWING NEW SECTION: 9-30.6(8) Water Meters Water meters 5/8 inch x 3/4 inch to 2 inch shall be provided and installed by the City Water Department. The City Water Department will not provide or set the water meter(s) until the Contractor has obtained the necessary permit(s), paid all associated fees, and receives a request from the project inspector. All water meters larger than 2 inch shall be provided and installed by the Contractor. All 5/8 x 3/4 and full 3/4 meters shall be the short pattern,. All water meters regardless of their respective size shall register in cubic feet. The following table is a list of respective meter sizes and meter types. Meter Size Type 5/8 inch x 3/4 inch Invensys SR 3/4 inch Invensys SR 1 inch mm Invensys SR 1 1/2 inch Invensys SR 2 Inch Invensys SR 3 inch to 6 inch I Invensys SRH Compound Compound meters for service connections 3 inches and larger shall be installed within a concrete vault and be constructed in accordance with Kent Standard Plan 3-12. After installation of the compound meter, a certified testing laboratory shall certify the accuracy of the meter. A copy of the certification report shall be provided to the Kent Water Department. 41° & Meeker Complete Streets/Langholz 9 - 15 July 25, 2018 Project Number: 17-3019 SCENT STANDARD FLANS 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 3-2M Temporary Hydrant Connection 3-7M Valve Box and Operating Nut Extender 3-10M Service Connection 1" Service 3-15M Irrigation Service Installation STORM 5-1 M Catch Basin Type I 5-3M Misc. Details for Drainage Structures 5-4M 20" x 24" Catch Basin Frame 5-5M 20" x 24" Vaned Grate STREET 6-33M Cement Concrete Curbs 6-34M Curb and Sidewalk Joints 6-35M Expansion and Contraction Joints 6-36M Downtown Sidewalk 6-37M Downtown Crosswalk 6-55M Street Tree In Planter 6-71 aM Roadway Barricades (Sheet 1 of 2) 6-71 bM Roadway Barricades (Sheet 2 of 2) 6-73M Typical RPM Lane Markings 6-74M Typical Thermoplastic Lane Markings 6-76M Thermoplastic Arrows, Stop Bars & Only Legend 6-90M Junction Box and Street Light Wire Runs 6-98M Induction Loop Details 6-99M Induction Loop Installation Notes 6-100M Induction Loop Placement MEEKER STREET 7-1 Bench Type 1 7-4 Bicycle Rack Type 1 7-6 Litter Receptacle Type 1 7-19 Score Joint Detail 7-21 Minor Raised Intersection Crosswalk Layout 41" & Meeker Complete Streets/Langholz A - 1 July 25, 2018 Project Number: 17-3019 SEE NOTE 3-,, i REDUCED PRESSURE BACKFLOW SMOOTH ASSEMBLY AND METER------ UNTHREADED%" HOSE BIB FOR SUPPLY HOSE----- BACTERIA SAMPLES----'::. ._r.. ... ......._. �,�„_.,1 m {fy N Z r I ".,.. w Tw ') EXISTING -CONTRACTOR PROVIDED FORMULA FOR ESTIMATING WATER TEMPORARY CONTROL VALVE RATE OF DISCHARGE MAIN. Q 2 83 d2 Sx �O CLEANING CUBES -__ 1 WHERE Q _ DISCHARGE IN GALLONS PER MINUTE _INSIDE DIAMETER OF TEMPORARY \, d DISCHARGE PIPE �' NEW WATER MAIN TEST BLOCKING , TL< CONTRACTOR PROVIDED d, Sx, Sy=MEASURED IN INCHES TEMPORARY CAP OR PLUG TEMPORARY CONTROL VALVE APPLIES TO PIPES UP TO AND WITH HYDRANT CONNECTION INCLUDING 8"(200 mm) DIAMETER REDUCED PRESSURE BACKFLOW SMOOTH ASSEMBLY AND METER UNTHREADED I/z 18 _ Sx "k `` a-' OR---SEE NOTE 3 HOSE BIB F SUPPLY HQSE.-.--_ MIN. g' BACTERIA \ SAMPLES...-.--e- m N Z l � M EXISTING " i I2 WATER BLOW OFF SIZE CHART MAIN TEMPORARY MAIN SIZE BLOW-OFF SIZE TEST BLOCKING 4 4 �CONTRACTO MECHANICAL IOINT PLUG WITH MINIMUM 2'" 'TEMPORARY PROVIDED —CLEANING CUBES TEMPORARY CONTROL VALVE(TYP.) TAP OR BETTER WITH THRUST BLOCKING NOTES: WITHOUT HYDRANT CONNECTION 1. THE USER SHALL PROVIDE TEMPORARY CONTROL GATE VALVES BETWEEN THE METER AND DISCHARGE POINT(S). 2. REDUCED PRESSURE BACKFLOW NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT ASSEMBLY AND METER SHALL BE VRJij' , AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE SUPPORTED A MINIMUM OF 6"ABOVE i>� ! ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT L N7A 8f,{��f,+ THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, GROUND AND ATTACHED BY A 2/" ,�!A FIRE HOSE TO FIRE HYDRANT PORT OR T r ,� ,' CITY OF KENT BLOW OFF CONNECTION. .p} a' IFt^C'y ENGINEERING DEPARTMENT .....TEMPORARY WATER SUPPLY 3., BY THE CONTRACEMPORARY TOR IFOLD PROVIDED �T9T CONNECTIONS BY THE CONTRACTOR MAY 8E w.,+=,,,a,A. NECESSARY TO ACHIEVE MINIMUM ''' �29e "4s -- ---- --- - -- �I+i`O] Iti' 3. ,�yJ' DE iGNED GOK SCALE NO E STANDARD PLAN FLOW REQUIREMENTS BASED ON THE ' -- +'y. ganwN ....... _ SIZE OF THE NEW MAIN. KyvrCYA[, "cFIECI;ED Jd DnTE o� zoin 3—`ZM ._....._ _. weweer; APPROVED_ - OLYMPIC FOUNDRY VB C/L 940 WITH TWO(2)INCH "DEEP SKIRT"COVER. THE COVER SHALL BE MARKED "WATER". SEE SLOPE AWAY 2% MAX(TYP) NOTES 3, 4,AND 5. ,,a _ ; ep x e 4u ,.,..., „". . SEE NOTE 3._ B .. ............ n CARE SHALL BE TAKEN IN BACKFILL OPERATIONS ENSURING OPERATING NUT WATER MAIN ..„_ R — - --._E IS IN CENTER AT ALL TIMES �--•' i u WAT ------...._ u II 1 DIRECTIONN BASE SECTION: RICH 24" —OPERATING VALVE BOX BOTTOM, ...~ �, NUT EXTENDER OLYMPIC NO.VBIC OR I p,,r'" AS NEEDED i (BELOW RIGHT) PRE-APPROVED EQUAL AND SHALL BE COMPATIBLE .. 3, PSI) PAD AROUND WITH TOP SECTION ... I I � 3'x3'x4"THICK CONCRETE ...... > ( VALVE COVER IN UNPAVED AREAS PLAN VIEW —2" SQUARE OPERATING NUT t pROCK GUARD, R E 4 1/4" DIA. 1/8" MIN.THICK 0 r w H o VALVE BOX WITH z w w z OPERATING NUT EXTENDER J a NOTES: - -3/4" SOLID 1, EXTENSIONS ARE REQUIRED WHEN STEEL ROD. VALVE NUT IS MORE THAN THREE(3) FEET BELOW FINISHED GRADE, 2. EXTENSIONS SHALL BE SIZED AS NEEDED,AND PAINTED WITH TWO(2) COATS OF METAL PAINT. 3. EARS, LUGS OR STAINLESS CAP OPERATING NUT EXTENDER SCREWS(TRANSMISSION MAINS NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT ONLY)ON COVER SHALL BE ALIGNED �;y , AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE WITH DIRECTION OF WATER FLOW, S'ry��F��-',�'' y ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT SEE PLAN VIEW. ''OF '��i5jy � t THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, 4. FOR ADDITIONAL REQUIREMENTS AND K"r w _.._.. CITY KENT USE SEE CITY OF KENT DESIGN AND �yj w "�'• rV?1 ENGINEERING DEPARTMENT CONSTRUCTION STANDARDS 3.19.E -" VALVE BOX AND AND C OR KENT SPECIAL PROVISIONS OPERATING NUT EXTENDER 9-303(4)AND(6). �o sa2gs xk' w 0 '`771 r + •' DInc VEG1 _QK, srANDARD PaN 5. VALVE BOX SHALL BE CENTERED OVER S'" h '' y1 Pon'MM r(pu SCALE NgNE 2"SQUARE OPERATING NET. N'IONAL f, wErurrra Pa]E igf7agru+g, &A�i4. .. 3-7M xc ,R nP''NVVF.O..—_.................. ........,. SNIT 1N3NDSV3 a0 Ala3d0ad II � z O > J Z M/S w a (� G z w ti 0 F z ❑ Q Nlvw aalvnn 0 5 0 F O w F w p Y w W 2' o w ❑ N ut w w O z G > a s N H w ✓1 W U1 - W w m � W W I- ui Y z E 0U V mtwn [ a Z Z U p w ZU pU JW ZcQ G Z.OJm a� 0 C) 0 L U w❑ 0 Hw Np `. w J O m ZZ ZU U V ppp V SNIT �., ❑ a z U oz 1N3W3SV3 x w w m z y pw m Q a a0 3d0ad o --po Ow ¢ W F Y w ALa p > Z O fl] U , ,..-. 0 � � ��,. � o u m z w x �""•." W Y W C9 W U m p W WN Q rZn F Q ..C J Y �.>....... ........y.. J J Z p F w Q Z_ � Q In p W ❑w K I� N d Q F � F\ ❑ JJW Ir.s 0 < m J W Xy/ V LL ❑ ". J ti 00 9. . . . W ti W ❑ _ yIII A W J 0 . 0 T Gl e U Q Z m m O m H m0 m Um O K � J p w m z w W Vl W > N Y a a 0 M V] Q Z w E u> ✓ pp v Q u Q 0 Z V l w f / W W dV o p m � Ow x rno u o � o � � g ZUtaila --- O � Fw- z0 Hwy 0 () v~i z � — u,m z � in � 0 LL 0 � G ow S � (Y mom - w F w >O Z w x m � m � u Cl �� pz z_ 0 az 3 m ou 0OF- Om � � � ❑ c[ � ? m W p !/ W v W d W 2 w LL U ❑ Z Z Q Q Z O p K N � .mi QV1 .z. 00 < mu~i Y < � � = ism - ¢ zu' mw tnw �i Z Q z F Y w Z w p m m a a w ti z0 O w m 0m3o< � z a � ow zg0 U > o w o �w �sz0uak � � � a5wi Q 0 a O a o w z C7 'wa W U F � s E❑ cn ;.,� uwi ¢ � S > u w awmp Q � wg zuGii � Q w w K an d w ❑ .N. O •J• m w G u t a J z ~O via tom aQ ui/1 U �iO al- 0 s �30Va0 03NSINI3 MO139 ,Z z '" '^ �D ^ .6 Y '^F m NOTE: THIS PLAN 15 NOT A LEGAL ENGWERING DOCUMENT BUT �-IF AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE I Fzr w z u w tila TT'` � ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT in g F 0 U"'fjf THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, CITY OF KENT 0 ENGINEERING DEPARTMENT — SERVICE CONNECTION `+✓ KbNT w. .o.o. 1" SERVICE r w YSIG S1lR S�� n'G 'o SCALEIaoNE srANDARD FLAIJ ZONAL sir i> _ DA,rE FEDRUARY_201E 3-1 OM APPROVED— "m"E� TO LANDSCAPE �.__.."-- P.R.V. IF REQUIRED IRRIGATION FOR IRRIGATION— "------DOUBLE CHECK VALVE ASSEMBLY—�.,. `"•+ -P.R.V. IF REQUIRED FOR `` ,.., BUILDING(SEE STANDARD �'"•.,, DEDUCT METER-------"' PLAN 3-13) ----------- PROPERTY LINE OR S EASEMENT LINE �. DOMESTIC INSTALL TEE ER IRRIGATION METER WATER METER— AFTER PROPERTY LINE TYPICAL DEDUCT TYPICAL.IRRIGATION/ INSTALLATION BOOSTER PUMP ONLY INSTALLATION 1 i IRRIGATION BOX, --METER BOX SEE NOTE 2 - 6"VALVE BOXDEDUCT o 1�METER --UNION (TYP.) QUICK 0 I COUPLER .............. z ANGLE SWING E METER .,., JOINT—.,� '--CHECK ELL ""` u DOUBL " IRRIGATION MAINLINE CHECK VALVE 6" (SIZE VARIES) ASSEMBLY ujl c1 ,,}e") Q 1 1K s 4k r. PRESSURE REDUCING METER SETTER -PIPE BRACE(OPTIONAL) `xru�f w t ly�y �x`t✓S "r'rry/,11111 F.. Ill . VALVE LOCATION, IF xY (JdJ pr 1Tx,,.,xJ. ,( tp,^ t,1t"t'. REQUIRED FOR ---SERVICE LINE t2 LAYER IRRIGATION, PER FROM DOMESTIC PEA GRAVEL STANDARD PLAN 3-13 WATER NOTES: 1, DRAWINGS ARE ILLUSTRATIONS ONLY. SIZE OF METER AND INSPECTION LID— BACKFLOW PREVENTER SHALL BE PER THE APPROVED PLANS (OPEN,TYP) 2. BOXES OR VAULTS SHALL BE PER SECTION 3.10.E. 3. BACKFLOW PREVENTION SHALL BE PER METER 80X SECTION 3.16 AND 3.18. 3.18 SHALL ONLY BE USED WHEN REQUIRED ON CITY OF KENT CAPITAL CONSTRUCTION NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT PROJECTS; SPECIFIC MATERIAL AND x.FTrJ� AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE SIZE REQUIREMENTS WILL BE Vj> 3 ,s�, ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT IDENTIFIED CONTRACTS N THE PLANS AND/OR rOL WAS.fYZ TTf THE CITY OF KENT, A COPY MAY BE OBTAINED UPON REQUEST,. @ CITY OF KENT ENGINEERING DEPARTMENT 4. FOR IRRIGATION USE ONLY ^s`r , �'�"�' "" ' INSTALLATION.THE DCVAAND '../ KENT IRRIGATION/BOOSTER PUMP IRRIGATION BOX SHALL BE w. ,ox INSTALLATION INSTALLED PRIOR TO THE METER 10 ezes BEING SET.THE DCVA CAN BE ,Fr /1f q"i 19 V, oaawN +,iTKF �cFr{r, N srnwonuo FLaN G ( ,�VKr ,h DESIGNED cm OF KE I SCALE NONE CERTIFIED AFTER INSTALLATION ,'i�yaP SS°� - OI$AL CHECKED DATE JCMIAO(. 201E OF THE METER. AL 3-1 5 M AFGFQVFR_.....,__................................................................................_,_..._....-... NOTES: 1. CATCH BASIN TO BE CONSTRUCTED IN ACCORDANCE WITH �`Y l' ,^ tf '•O":r'' 4 "TO 9" AASHTO M 199, (ASTM C 478,&ASTM C 890) UNLESS r f FI :✓" DEPENDING OTHERWISE SHOWN ON PLANS OR NOTED IN THE WSDOT '` ON FRAME STANDARD SPECIFICATIONS. AND GRATE REQUIRED 2. AS AN ACCEPTABLE ALTERNATE TO REBAR,WELDED WIRE FABRIC HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES FRAME AND GRATE PER FOOT MAY BE USED. WELDED WIRE FABRIC SHALL SEE STANDARD PLANS 5-4 THRU 5-8 AND 5-12 COMPLY TO AASHTO M 221 (ASTM A 497). WIRE FABRIC SHALL NOT BE PLACED IN THE KNOCKOUTS. 3. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR KNOCKOUTS. THE KNOCKOUT DIAMETER SHALL NOT , ^' `2 'w..� EXCEED 20". KNOCKOUTS SHALL HAVE A WALL THICKNESS 0. -..,, '``". OF 2"MINIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN -•./" THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. i � 4. ALL JOINTS IN THE BRICKS, GRADE RINGS, RISERS AND CASTINGS SHALL BE SEATED IN MORTAR, PICK HOLES, „OR 12" CRACKS AND ANY OTHER JOINTS SHALL BE FINISH GROUTED TO PROVIDE A WATERTIGHT STRUCTURE. 5, THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE ONE#3 BAR HOOP FOR 6" HEIGHT 6"WEIGHS 200 LBS. LOWEST PIPE INVERT SHALL BE 5 FEET. DEPTHS GREATER TWO#3 BAR HOOPS FOR 12"HEIGHT— 12" WEIGHS 580 LBS. THAN 5 FEET REQUIRE UPSIZING TO A TYPE II STRUCTURE. .RECTANGULAR ADJUSTMENT SECTION 6, NON-CEMENTIOUS MATERIALS ARE NOT ALLOWED IN SETTING OF FRAMES TO FINAL FINISH GRADE, STATION AND OFFSET POINT WHEN DESIGN AND LAYOUT PROVIDED BY THE CITY OF KENT, UNLESS OTHERWISE NOTED ON THE PLANS-�� C� r' MORTAR(TYP,) 5 INSTALL 5 0 MAX. 44" MANHOLE #3 BAR _.�.�•��f J ADAPTER, 'SAND .......r_-..� qq„ EACH CORNER �•"' *. COLLAR" 21" WHEN PIPE MIN. TYPE _LE., #3 BAR_ ' "�� ' '� REQUIRES ' EACH SIDE ;�.,,, ,,% � / - (T w \ ` Fcr" - (IYP.) MORTAR(TYP.) #3 BAR EACH WAY-- L 4"' ...------ 3Dm'------- -_,.. PRECAST BASE SECTION TYPICAL SECTION I (WEIGHS 2170 LBS.) PIPE ALLOWANCES NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT PIPE MATERIAL MAX. INSIDE F' AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE DIAMETER , WA�S .` � ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT REINFORCED OR �y OF '��.��\y'�,�y THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, PLAIN CONCRETE 12" CITY OF KENT ENGINEERING DEPARTMENT ALL METAL PIPE 15" ` T CATCH BASIN TYPE I P296 SOLID WALL PVC �,uyY, ,"1"u''9 E" "/"�' ,X�Y DE IGNED uuK --- SCALE WNe srANDARD PLAN (WSDOT STD.SPEC. 15" �S' -. � nlutWM TNIa "-:'--�.- ------ _.._ "Y74'1F`IAL cHE<✓ED _ ....-. DALE la2,ie -- NONEER 5-1 M APPROVED #6 BARS @ 7"CENTERS r BOTTOM FACE WITH ,r'�"•�.,� ��''\. 20"x24",OR + 1" MIN. COVER 24" DIAM. 2"CLR I TYP. y 6"OR 12" I � 20 2„TYP—j ONE#3 BAR HOOP FOR 6" TWO#3 BAR HOOPS FOR 12" �L)-�LYJP—f�A1i. —T AS AN ACCEPTABLE ALTERNATIVE TO REBAR, WIRE MESH HAVING 96"TOP SLAB L 1" MIN. A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE 2 1/2" MAX. USED FOR ADJUSTMENT SECTIONS. RECTANGULAR ADJUSTMENT SECTION 20 x 24", OR---.„24" DIAM. #5 BARS @ 6"CENTERS �"�. BOTTOM FACE WITH \ r 1" MIN.COVER 7 2" CUP, Q 2"TYP.-- ..— V 1_ 72"TOP SLAB 1"MIN. CONVERSION RISER 2 1/2" MAX. #4 BARS @ 6"CENTERS z \ c• BOTTOM FACE WITH 1" 34" 2 CLR, T MIN.COVER -�-` 20"x 24",OR 2'MIN. 1 24" DIAM. -_I 20" .. 2"TYP. mm� a ONE#3 w BAR HOOP '*., — — 4" S„ 48" &54" TOP SLAB CIRCULAR ADJUSTMENT SECTION TYPICAL ORIENTATION FOR ACCESS AND STEPS NOTES: 1. SLAB OPENING SHALL BE 24"X 20" NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT FOR RECTANGULAR AND 24" �^ �' Fi,L'�` AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT DIAMETER FOR ROUND. �%p[' N'ty.5"jy: A- . THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST, 2. SEE STANDARD PLAN 4-5 FOR STEP, CITY OF KENT LADDER AND GRADE RING. ENGINEERING DEPARTMENT .. ..... .................. 3. ONLY ONE STYLE OF CATCH BASIN MISC. DETAILS FOR DRAINAGE STEPS MAY BE USED IN A CATCH "b 38296 Q- wa. STRUCTURES BASIN. DO NOT MIX STYLES. ' 'tq 1'E�* ,C .f sgLF NONE STANDARD PLAN ' TONAL T, CHECKED..........._................... DATE MAY 2018 5-3M APPROVED Y)MBNUR I A A 29 /4" C--5/8"-I,1 NC 2b' /� DOLT-DOWN HOLE 24 1/4" r�,J (2 PLACES TYP.)-...-.".. 22 1/2 t....................... TOP VIEW 1 5/8"TYP__ .• ..... 20 1/4" 7/B"TYP. -..-I 1 1/4 ..."1 5/8"TYP. MIN. 3 3/41 .., .__ III"' .._ ... 41/2" _.. 22" ................... SECTION A-A NOTES: 1. MATERIAL USED FOR THE FRAME SHALL BE CAST IRON ONLY. (PER ASTM A48 CL30 H-20 LOADING). 2. TOP OF FRAME SHALL BE ADJUSTED EVEN WITH ROADWAY SECTION. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CD J�rG f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST ' CITY OF KENT Yf2 wL "dr 11111L ENGINEERING DEPARTMENT.. KENT 20"x 24" 38296 2 w�•" •__�• CATCH BASIN FRAME -"_lVS1C���"rDc iCNEocaK ........________________..._ Yv DRAVOv ccar sGEE NONE srANonao PLAN Al. CHECKED "'" " ' DATE APHIL, zDia EI'll 5-4M APPROVED Iu,N --•-) ,..-1 5/8"TYP. I.,... IL III C_ 3 f f 5 3` TOP VIEW END VIEW 24" _ 1 1/4 1 5/8" DIRECTION OF FLOW 1/8 rR ..._ �21/4 Y H X"INSET { SOCKET "�(`�-'—l' 7 3f4 2 3f4" 3 1/2"R ) --- 1fB"' 3 PARTING LINE FRONT VIEW VANE DETAIL NOTES: 1 1/4"-- 3/4„ Ij .......... 1. PROVIDE FRAME SHOWN IN STANDARD PLAN 5-4. - ----, 5/8'-I1 NC-2A III\\\ STAINLESS STEEL ' TYPE '------- ������- ....'�"'� SECURING BOLT PROVIDE 2-5/8' DIAMETER STAINLESS STEEL ALLEN BOLTS COUNTER SUNK FLUSH WITH COVER. ,T 3. GRATE SHALL BE STAMPED"DUMP NO POLLUTANTS', 2 'OUTFALL TO STREAM". -,. 4. ALL LETTERING SHOWN SHALL BE 1/2"AND SHALL BE RECESSE —1/2" ---+ -.---SfB" UNLESS OTHERWISE INDICATED IN THE SPECIAL PROVISIONS. SLOT DETAIL 5. DUCTILE IRON ASTM A-536 GRADE 80-55-06 H-20 RATED. SLOT FORMED AND RECESSED FOR 5/8" - 11 NO x 2" 6. GRATE SHALL BE LOCKING S.S.SOCKET HEAD(ALLEN HEAD) CAP SCREW. 7. BI-DIRECTIONAL VANED GRATES ARE REQUIRED WHEN LOCATED IN A LOW-SPOT. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT . RP y„ 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 ` Gry YOiM f ENGINEERING DEPARTMENT A� 38I'2 96 Yk KEN'da VANED GRATE =v ...... DESIGNED SCALE NONE 5TANDARD PLAN 1 ro IONAL EHF(KFD DAFF APRI. 2Q18 5-5M . FN 4INEEH _ "',dPPPOVFII ,.S �� ti ........_.. . LL EPDXY . ADHESIVE ti ✓ - ry o FOR FRESH P �. F CONCRETE_,° , COMBINED CURB AND GUTTER EXTRUDED CURB FULL DEPTH BOND BREAK MATERIAL 161COMBINED CURB AND GUTTER 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL -- 1 `---. " 2" 3 1/2" ^' "�„ 5'-0" HAND TROWELED TAPER SECTION 6f 1%MIN. - 2% MAX. ROLLED CURB SIDEWALK 4"/ 11 12. tl .................... MAINTAIN EDGE B 24 OF CONCRETE CURB-------1, _--� ROLLED-CURB CURB TRANSITION MAINTAIN FLOW LINE WITHOUT VERTICAL h��'-�" LIP BETWEEN GUTTER AND CURB *1/2"OR**I" }yCQp 121 6. o n pi ADA RAMP DRIVEWAY NOTES: I 1 1 NOTE: 1. CONCRETE CLASS 3000. TYPICAL, UNLESS WITHIN DRIVEWAY SECTION,SEE FACE OF CURB SHALL DRIVEWAY STANDARD PLANS. NOT EXTEND BEYOND THE FACE OF 2. ROLLED CURB MAY ONLY BE USED WITHIN A CUL-DE-SAC. GUARDRAIL TOWARD THE TRAFFIC LANE 3 IN ROADWAY SECTIONS WITH SUPER ELEVATION,THE GUTTER PAN WILL MATCH THE B„ ADJACENT PAVEMENT SLOPE. 1 a 1 1/2 i�i 4. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%, ,y4 m j 5. FORMS SHALL BE STEEL UNLESS OTHERWISE APPROVED. FORMS SHALL BE SET TRUE F w, VARIES TO LINE AND GRADE AND SECURELY STAKED PRIOR TO CONCRETE PLACEMENT. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT y AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT PAVEMENT 1 Q ` THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, EXTRUDED CURB UNDER GUARDRAIL CITY KENT ENGINEERINGNG DEPARTMENT KENT CEMENT CONCRETE w• CURBS MS 38296 C6kX ,SCALE Id y srnNonRs PUN VAI VfMWN t ofL X1D S CHECKED.... _.. 6-33M FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL CB --FULL WIDTH ADA DETECTABLE WARNING SURFACE(TYPO -- CURB RAMP OR DRIVEWAY I ` 1/4"WIDE x 25%SLAB DEPTH (1" MIN.) CONTRACTION/CONTROL ✓ \ JOINT(TYP.) / 3/8" EXPANSION JOINT(TYP.) fis CB �• SEE KENT STANDARD PLAN SECTION 5 FOR ADDITIONAL CB GRATE REQUIREMENTS 1/4"WIDE x 25%SLAB DEPTH (I"MIN.) r• CONTRACTION/CONTROL]DINT(TYP.) LEGEND: A A .,..-.--«—. BOND BREAK JOINT EXPANSION JOINT ----- CONTRACTION/CONTROL JOINT FULL DEPTH BOND BREAK MATERIAL: 4"THICK SIDEWALK 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL SECTION A-A „ NOTES: I. AN EXPANSION JOINT CONSISTING OF 3/8"x FULL DEPTH OF PREMOLDED 6. INTERFACE BETWEEN CURB AND ADJACENT SIDEWALK ON JOINT MATERIAL SHALL BE PLACED AROUND FIRE HYDRANTS; POLES,POSTS, INTEGRAL POUR CONSTRUCTION SHALL BE FORMED WITH AND UTILITY CASTINGS AND ALONG WALLS OR STRUCTURES IN PAVED 1/4" RADIUS EDGING TOOL, ON SEPARATE POUR AREAS.JOINT MATERIAL SHALL CONFORM TO THE REQUIREMENTS OF CONSTRUCTION AN EXPANSION JOINT CONSISTING OF BOND AASHTO M33(ASTM D994). BREAK JOINT MATERIAL FULL DEPTH SHALL BE PLACED BETWEEN THE CURB OR THICKENED EDGE AND THE 2. AN EXPANSION JOINT CONSISTING OF 3/8"x FULL DEPTH OF PREMOLDED ADJACENT SIDEWALK. JOINT MATERIAL SHALL BE PLACED IN CURBS AND SIDEWALKS AT A MINIMUM OF 15 FOOT INTERVALS AND AT SIDES OF DRAINAGE INLETS. 7. ACCESS COVERS,]UNCTION BOXES,CABLE VAULTS AND WHEN CURBS AND/OR SIDEWALKS ARE PLACED BY SLIP-FORMING,A OTHER APPURTENANCES WITHIN THE SIDEWALK LIMITS PREMOLDED STRIP UP TO 1/2"THICK AND UP TO FULL DEPTH MAY BE USED, MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SURROUNDING SIDEWALK. SUCH 3. EXPANSION JOINTS IN SIDEWALK SHALL BE LOCATED SO AS TO MATCH THE APPURTENANCES SHALL NOT BE PLACED WITHIN THE SLOPES JOINTS IN THE CURB WHETHER SIDEWALK IS ADJACENT TO CURB OR OF ADA RAMPS OR DRIVEWAY WINGS. SEPARATED BY PLANTING STRIP. 4. CONTRACTION/CONTROL JOINTS NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT CONSISTING OF 1/4"WIDE x 25%SLAB th, AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE DEPTH SHALL BE CONCRETE FINISH TOOLED AND SHALLOBE MADE ENGINEER�O WA�s7jyl'}..KY THECITY OFNKDENL AOVED FOR COPY MAYPB EOBTAINOEDIS KEPT UPON ROQUESp N FILE AT IN SIDEWALK AT FIVE FOOT INTERVALS, INTERMEDIATE TO THE EXPANSION rs', CITY OF KENT ENGINEERING DEPARTMENT JOINTS rxy L ..............._,_,_......__._.._...___,......._. S. AS ALTERNATIVE TO EXPANSION NT CURB AND SIDEWALK JOINT JOINTS AROUND STRUCTURES, �d �2, 38296 •w• EXAMPLE REINFORCING BARS MAY BE EMBEDDED "uEsicivso cor. F 'i., fi5'I'Sl'c�,r^ — SCALE NONE srANOARo PLAN IN CONCRETE ON FOUR SIDES OF L'Th�r ('�� DRAINN K4 --- --- ------ -------°°°- ---- sTRucruREs. � ava � CHECKED---- °^rE "`—`� - 6-34M a,��NEQ APPROVED 15' MAX. BROOMED FINISH PERPENDICULAR EXPANSION 5 5° 51 TO PEDESTRIAN TRAVEL(TYP.) ]DINT(TYP.) ...... _ ,,...,.__ ,.,...._...._ .... .�._. SEE DETAIL A'-- 4 HIN SE _2 SHINE FINISH ....._........ FINISH SIDEWALK ,p WIDTH VARIES __ —EXPANSION �" JOINT(TYP.) SEE DETAIL"A" PLANTER STRIP � (WHEN RE 'D) CONTRACTION/CONTROL JOINT(TYP.)SEE DETAIL"B".....V'' b CURB AND GUTTER---- SS , EXPANSION JOINT FOR NEW SEWER CONSTRUCTION;E (TYP.) SEE DETAIL"A"-.-- STAMP FACE OF CURB WHERE SID SEWER CROSSES PERPENDICULAR TO CURB. 3" HIGH LETTERS 1/4"DEPTH. 1- MAX. _. — SHINE FINISH SHINE FINIySH4"l 12'" �-3/8"x FULL DEPTH EXPANSION JOINT 2° \--CONTRACT6ON/CONTROL MATERIAL, 15'O.C. SEE NOTE 1 JOINT, 5'O.C.SEE NOTE 2 DETAIL"A" DETAIL"B" EXPANSION JOINT CONTRACTION/CONTROL JOINT FULL DEPTH BOND BREAK MATERIAL: —PEDESTRIAN TRAVEL DIRECTION- 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL r-- l 1.5"1n DRIVEWAY SHINE FINISH SIDEWALK ------4°"CONCRETE PER WSDOT q+' STD. SPECIFICATION 8-14 E:flE �``— 2"CRUSHED SURFACING 4 MIN 2+ TOP COURSE "" '---3/8"x FULL DEPTH CURB GUTTER AND SIDEWALK CROSS SECTION �-6" CEMENT CONCRETE DRIVEWAY APRON AND EXPANSION JOINT GUTTER FOR RESIDENTIAL DRIVEWAYS. MATERIAL, SEE 8" REINFORCED CEMENT CONCRETE APRON AND NOTE 1 NOTES: GUTTER FOR COMMERCIAL DRIVEWAYS. 1.. EXPANSION JOINT MATERIAL TO BE 318"x FULL DEPTH AND SHALL BE PLACED AT DRIVEWAY CROSS SECTION 15'O.C. SPACING. ELASTOMETRIC]DINT MATERIAL SHALL BE IN CONFORMANCE WITH WSDOT STD.SPECIFICATION SECTION 9-041 (4). 8, ACCESS COVERS,JUNCTION BOXES,CABLE VAULTS 2. CONTRACTION/CONTROL JOINT SHALL BE 1/4"WIDE BY 25%SLAB DEPTH; 1" DEEP AND OTHER APPURTENANCES WITHIN THE SIDEWALK FOR 4" SLAB, 1.5" DEEP FOR 6" SLAB,2" DEEP FOR B"SLAB, AT 5'SPACING. LIMITS MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SURROUNDING 3, EXPANSION JOINTS SHALL BE INSTALLED IN CURB&GUTTER AND SIDEWALK AT SIDEWALK. SUCH APPURTENANCES SHALL NOT BE P.C. &P.T. AT ALL CURB RETURNS AND ALL ANGLE POINTS. PLACED WITHIN THE SLOPES OF ADA RAMPS OR DRIVEWAY WINGS, 4. FORM AND SUB-GRADE INSPECTION REQUIRED BEFORE POURING CONCRETE. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT fdb,T' AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE 5. EXPANSION JOINTS IN SIDEWALKS AND 1",� 1 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CURBS SHALL BE ALIGNED WITH EACH OV �'�F/j 'f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. OTHER AND NOT OFFSET. CITY OF KENT ENGINEERING DEPARTMENT 6. DESIGN SIDEWALK CROSS GRADE __""""""""""""""" SHALL BE 1.5%. EXPANSION AND 7. WHERE SIDEWALK CROSSES HYDRANT .A� 38296 ' CONTRACTION/CONTROL JOINTS 0R' Fry �Q�4'. " UE "6'76 COK LATERAL; CENTER 3'WIDE PANEL ,c. PygL, ,^ ... scnlF NgryE vwunreo FIJiN ACCROSS LATERAL, USE EXPANSION ''vt'�' C;[apJ r; _. - -- ..._._. PONAb F:a 'EPV KeD "" DATE JUNE tto�e JOINT, SEE KENT STANDARD DETAIL 3-L -- carwi�rvcrx - E-35M &PPROVcu _.___ ____.. ..... SIDEWALK T µ— CURBAND WIDTH VARIES_^V GLITTER i PROVIDE MEDIUM BROOM FINISH WITH ---.FULL DEPTH BOND BREAK MATERIAL: 30 LB, I _ � f 'f '' ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL ALTERNATING DIRECTION OF BROOM STROKE TO CREATE A"PARQUET" PATTERN PARQUET PATTERN TO BE CREATED IN THE FIELD WITH REGARD TO EQUAL SPACING OF .� �� --FULL DEPTH BOND BREAK MATERIAL: 30 LB, ALTERNATING PATTERN BETWEEN 6' ROOFING FELT,6 MIL PLASTIC OR APPROVED SMOOTH TROWEL FINISH BORDER ----.................. -�' EQUAL ABOVE 24" DEEP ROOT BARRIER, 10' J it i" LENGTH (TYP.) SEE SECTION 1 ON THIS PLAN NOTE: �) �;� AND KENT STANDARD PLAN 6-55 EXCLUDE SCORE PATTERN ACROSS DRIVEWAYS AND WHEELCHAIR RAMPS o I STREET TREE,SEE KENT STANDARD PLAN 6-56 •,. : _ ,.;.'�1 IEEE _.. '" 6"WIDE SMOOTH TROWEL FINISH(TYP)--� rz;-- ---- � - ;----� rI ,rhgCD7UM BROOM FINISH 1 I I 3/16" R—/ `-SHINE FINISH 2" WIDE TROWEL JOINT(TYP) _ CONTRACTION/CONTROL JOINT 1/4 I' lik WIDE AT 5' O.C.SEE DETAIL A '�-'d-�•^-="� "--'m'� " J ., rl LEGEND: .......«.-BOND BREAK JOINT 3/8"X FULL DEPTH EXPANSION JOINT , EXPANSION JOINT AT 15'O.C. (TYP)OR AS DIRECTED ��� —CONTRACTION/CONTROL JOINT BY ENGINEER, SEE DETAIL C- .,'w; - ----SEE STANDARD PLAN 6-89 FOR STREET LIGHT STANDARD FOUNDATIONS. --CONTRACTION/CONTROL JOINT _ T,C' rl -FULL.DEPTH BOND BREAK MATERIAL: 1/4" WIDE x I"DEEP, 5'O.C. PLAN VIEW 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL 4'-0"X 4'-0" DUCTILE IRON TREE GRATE --,, 3/16'' 6" CURB AND GUTTER PER STANDARD PLAN 6-33 2 C 4 CONCRETE SIDEWALK 1 3/4 X 1 3/4 X 1/4 ANGLE STC WITH REBAR#3 WELDED ATu. 45°, 1D PLACES(MIN.) HOOKS Y DETAIL A CONTRACTIONS/CONTROL JOINT. FABRICATED AND INSTALLED -' --'"TOP OF DEEP BY CONTRACTOR PAINTED ROOT BARRIER --FULL DEPTH BOND BREAK WITH RUST PROOF PAINT MATERIAL: 30 LB ROOFING FELT, (TYP,ALL 4 SIDES)................... 6 MIL PLASTIC OR APPROVED EQUAL MINIMUM 2"CRUSHED ---24' DEEP ROOT BARRIER BELOW SURFACING TOP COURSE BOND BREAK MATERIAL AS MANUFACTURED BY"DEEP ROOT", "BIO-BARRIER"OR EQUIVALENT 44 CONCRETE SIDEWALK SECTION A 10' LONG,CENTERED ON TREE -2"CSTC DETAIL B BOND BREAK NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT F RE t; AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE -- 3/8"X FULL DEPTH y --- ^` ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT EXPANSION JOINT AT 15' 0I r'/' THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUES I, DIRE (T OR AS �a CITY OF KENT DIRECTED Y ENGINEER � I" ' p/, � ENGINEERING DEPARTMENT • DOWNTOWN W"kk10T SIDEWALK CONCRETE SIDEWALK ,p ' 3a29s ,,;�' w " _ ____ --- -- IEEE. -2"CSTC Q i MpJ ALW U ' DRAWN- tO SCALE NONE srnNonRo PLAN {J N l"� in i ur ii �o DETAIL C EXPANSION JOINT DATE JUHE. 2018 6-36M nPP 11OW D o5m n DOWELED JOINT(WHEN —EXPANSION JOINT SEE KENT STANDARD PLAN 6 35 CONCRETE INTERSECT,[ON) -TOOLED]DINT WITH Z WIDE MARGIN L -ALTERNATING BROOM FINISH I � , �/' (TNP) ye �M/ IN AUPlI /O,iuIV�O//9�2aY'0///lUil/i7%J/T///Y/lu�Pi+,AR, FULL WIDTH ADA _ P -30 LB. ROOFING FELT DETECTABLE WARNING i,. / d ` OR POLY FULL DEPTH SURFACE 2'WIDE(TYP.) BOND BRAKE MATERIAL SEE MOTE 1 2`YYP WHERE CONCRETE CROSSWALK MEETS fie'... i .,,,,....... Cl+r .+n�i! IYd)/7)7, 7mm 777TR77FJ✓777777777i/Up200Uf11FG/0/L i 4i91v 1Jr/i/.iNXAI CURB AND GUTTER CONCRETE CURB AND SEE KENT STANDARD �.. A 12 WIDE GUTTER AND AT BACK TROWELED MARGIN PLAN 633 ------� OF CURB (TYP.) NOTE: 12"WIDE -POINT OF TANGENT(TYR) 1.YELLOW DETECTABLE --FACE OF CURB WHITE PLASTIC WARNING SURFACE SHALL MARKING (TYP.)— BE WSDOT F-45.10-01 AND EQ EQ IN COMPLIANCE WITH '" ""-"""" VARIES .,...,.,.,...,.,. ...., VARIES WSDOT STANDARD PLAN VIEW SPECIFICATIONS 8-14-363. WET EMBOSSED CONCRETE AND PAINTING IS NOT ALLOWED. 1/8 MIN - 1 4 NOSING RADIUS FINISH SURFACE -- 1/4 MAX, Y,. .. AC OVERLAY—.,_ -CAST-IN-PLACE CONCRETE UNIFORM TACK COAT NOSING DETAIL REINFORCED CONCRETE CROSSWALK 12"TROWELED .. M_ARGIN (BOTH SIDES) DOWELED]DINT(WHEN CONCRETE AC OVERLAY BROOM FINISH INTERSECTION)OR NOSING DETAIL EXISTINGAC----+� ;" ,, ,..... T.. CAST-IN PLACE GONG �/1/4' DEEP TOOLED]DINT --REBAR REINFORCING --#A BAR @ 12" EA WAY --CRUSHED SURFACING TOP COURSE SECTION A REINFORCED CONCRETE CROSSWALK AND INTERSECTION DETAIL NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT l hF - AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT S 6�k 4NA5+ rt ,> THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, CITY OF KENT rw ENGINEERING DEPARTMENT DOWNTOWN OVERLAY DISTRICT " CROSSWALK � h, 38296 ��+ Q»� P'S 6'f N' DRAWNSCALE NONE SFANDARD P N �10 pb E4EGYE6 DALE . _ E JUNE 1D1& 6 37M .......... ..... ..�.. APPROVED fNGlflEFA S MIN. �-,,, ,•-p '1`. _........__' MIN., "---FACE OF CURB _ — TRUNK" 0 B 2 6„ gTREE 2,-6" .W .. B N , . TRUNK "' - -ROOTBALL ------ROOT GUARD; "DEEP .. .LAG BOLT, .,.._, .._.................................. ROOF "BIO-BARRIER" WASHERAND OR EQUIVALENT MIN. TREE TIE OR SIDEWALK 10'L x 2'D CENTER METAL BAND LENGTH ON TREE, 4"UTAMt ILK BOTH SIDES OF 2x4, EACH SIDE UNDER WATERING TUBE 'S,.\\ CONCRETE FRAME TREE STAKE AND GUY PLANTER STRIP 4 ^-" CONCRETE FRAME WIRE PARALLEL TO ROOTBALL TREE WELL WALK AND CUR& PLANTER STRIP T TREE WELL ............. CONCRETE FRAME AROUND ALL. ....... . STREET TREES WITH TREE GRATES- 2-APPROVED l,.•--1.5''TO 2.5"CALIPER D.I.TREE GRATE COMMERCIAL ;j' STREET TREE TYPICAL 4"IRRIGATION RISER TREE TIES 2-2"x2"x12'STAKES PLACEMENT OR WATERING ATTACHED,/ ATTACHED TO TREE TUBES,TWO PER TREE w LOOSELY TO WITH LOOSELY REQUIRED, 24" DEEP(TYP.) k ALLOW FOR Tt MINOR SWAYING TENSIONED APPROVED REE TREE TIES. INSTALL 3" LAYER OF o ¢ z PARALLEL TO WALK AND w BARK MULCH- m13, CURB (NOT AS SHOWN) o s PLANT ROOT BALL SO �. THE BOTTOM OF THE 10" 9 5 6' 9.5' 1©� �, TREE TRUNK IS z SLIGHTLY ABOVE " FINISHED GRADE I ROOT BALL A I ROOT BALL TYPICAL 4"IRRIGATION IS DIAMETER " v RISER PLACEMENT OR INSTALL 2-2K4`S ,, 4 SEE NOTE 3 -- WATERING TUBES,TWO UNDER , Y PER TREE REQUIRED, CONCRETE FRAME " SEE NOTE 3 . a 3" LAYER "H '�� I f 3 DEBARK 24" DEEP(TYP.) 24" DEEP ROOT BARRIER BELOW'BOND BREAK o MULCH-- -FINISHED GRADE MATERIAL AS MANUFACTURED BY"DEEP ROOT", vl CURB AND "BIC-BARRIER"OR EQUIVALENT, 10' LONG, _ GUTTER CENTERED ON TREE, SEE KENT STANDARD PLAN 6-36M I - TREE WFLL SECTION A-A NOTES: F, e -24" DEEP ROOT 1. SEE STANDARD PLAN 6-36 FOR DOWNTOWN SIDEWALKS. �'' BARRIER BELOW _ d .:.µ...... BOND BREAK 2. IF TREE IS LOCATED BEHIND THE SIDEWALK,A ROOT BARRIER " RO©T qR MATERIAL AS SHALL BE INSTALLED AT THE EDGE OF THE SIDEWALK. i BARRIER MANUFACTURED (TYP} f BY"DEEP ROOT% 3. ALL CONSTRUCTION DEBRIS SHALL BE REMOVED FROM TREE "' ' "BIO-BARRIER"OR PITS.INSTALL 12 INCHES OF PLANTING SOIL AROUND ROOT -ELECTRICAL CONDUIT, WATER EQUIVALENT, 10' BALL CONSISTING OF 75%SANDY LOAM AND 25% ORGANICS, SERVICES,ETC. SHALL BE PLACED LONG,CENTERED FILL REMAINDER OF TREE PIT WITH NATIVE SOIL. OUTSIDE THE TREE ROOT BARRIER ON TREE PLANTER STRIP SECTION A-A 4. IN TREE WELLS,THE ROOT BARRIER SHALL BE PLACED ALL AROUND THE TREE PIT NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AND STAPLED TOGETHER. {a}��' Rjl �' AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 1;' Y WAp •,.� �y} ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT S. FOR BURLAP GROWN TREES THE BURLAP 4,'v(7 �'�'✓~,�`^. THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, SHALL BE REMOVED AT PLANTING TO CITY OF KENT ENGINEERING DEPARTMENT A DEPTH OF AT LEAST THE ROOT BALL, �� "' 7 � DO NOT BURY BURLAP IN PIT. 6. FOR CONTAINER GROWN TREES ALL 4 sazsa �OT STREET TREE IN PLANTER ROOT BOUND ROOTS SHALL BE CUT '{}wY'" ''TjT�Thy ✓" Gj' ........ AND SEPARATED, y, scAle iqt, srallonao vltN ^`tlrYONAL �+� DRAWN, tuK .._ - x�Va6, as _ 7. NO PRUNING OF THE TREES AT PLANTING. ""' -"-' '"Eiir,wer� '�" 6-55M -" VARIES ---- 45° N` TYPE OF SUPPORT VARIES TYPE I BARRICADE TYPE II BARRICADE ---SANDBAGS FOR ADDED STABILITY MO'UA6LE ITEMPORARY) TYPE III BARRICADE BOAR TWO CORNER E'BOARDS: ---- RED D 1" - HIP PRIZ SHEETING BOLTS PER JOINT ON WHITE LI 2"TELESPAR 14 GAUGE POST-- -...� 450 o N O CORNER BOLT SET-----^ 6"' ,h, u' ._.__...:e� G��... NOTE: TYP c.. SEE TABLE FOR 1' ) --VARIES 2' MIN. --- DIMENSIONS NOT SHOWN. BARRICADE NOTES; 7 GAUGE GALVANIZED TYPE --- I II III 30" 2 1/2"x2 1/2" BASE--- . ._.........._ 8" MIN, 8" MIN. 8" MIN. IFTXED (PERt"9pNEN'F1 WIDTH OF RAIL 12"MAX, 12" MAX. 12" MAX. TYPE III BARRICADE LENGTH OF RAIL 2' MIN, 2'MIN. 4'MIN. HEIGHT T MIN, 3'MIN. 5'MIN. DEMOUNTABLE LIGHT"A" POST OR STRIPE NOTES: TYPE OF FRAME OR HEAVY"A" FRAME SKIDS -RED&WHITE FLEXIBILITY MOVABLE PORTABLE MOVABLE OR PERMANENT - REFLECTORIZED NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE -SLANT DOWNWARD, RIGHT OR LEFT, IN A > ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT DIRECTION TRAFFIC WILL PASS. SLANT ` tlk Wrlb )4F� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. BOTH DIRECTIONS FROM MIDDLE IF 1 �. CITY OF KENT ENGINEERING DEPARTMENT EXCEPT 4 IF RAILS ARE LESS THAN 3 C,.7 � -.--................ ....... ........... -,-,-„- TRAFFIC PASSES BOTH ENDS WIDTH 6 "T u ,/, LONG. sazse , �.ry ROADWAY BARRICADES -SLANT DOWNWARD TO MIDDLE AT END /'� 4j w" � SHEET 1 OF 2 OF CLOSED ROAD. �`.%i�,'�fIQLPTFIO✓`5''°�v DESIGNED cPu ..... ......... (} ...-SCALE NONE TkN�/FD FLAN A5�nI�O AL k',l� ORAWAI cc�M ., _._ -. _._...,.......,m.... -SEE MUTED SECTION 6F.63 aiECE;ED DATE P . ....., dANgpuv. 2oie 6-7 1 OM .,... . APROVED eNUWeen NOTES: I.. TO PREVENT ANY TRIPPING HAZARD TO PEDESTRIANS, BALLAST SHALL BE LOCATED BEHIND OR INTERNAL TO THE DEVICE. ANY SUPPORT ON THE FRONT OF THE DEVICE SHALL NOT EXTEND INTO THE 48" MINIMUM WALKWAY CLEAR SPACE AND SHALL HAVE A D.5" MAXIMUM HEIGHT ABOVE THE WALKWAY SURFACE, 2. DETECTABLE EDGES FOR LONG CANES SHALL BE CONTINUOUS AND 6" MINIMUM HIGH ABOVE THE WALKWAY SURFACE AND HAVE MARKINGS OR COLORS CONTRASTING TO THE WALKWAY SURFACE. 3. DEVICES SHALL NOT BLOCK WATER DRAINAGE FROM THE WALKWAY. A GAP HEIGHT OR OPENING FROM THE WALKWAY SURFACE UP TO 2" MAXIMUM HEIGHT IS ALLOWED FOR DRAINAGE PURPOSES. 4. RAILINGS OR OTHER OBJECTS MAY PROTRUDE A HEIGHT OF 4" INTO THE WALKWAY CLEAR SPACE WHEN LOCATED 27"MINIMUM ABOVE THE WALKWAY SURFACE. 5. ALL DEVICES SHALL BE FREE OF SHARP OR ROUGH EDGES AND FASTENERS(BOLTS)SHALL BE ROUNDED TO PREVENT HARM TO HANDS, ARMS,OR CLOTHING OF PEDESTRIANS. —SANDBAGS FOR ADDED STABILITY MOVABLE PEDESTRIAN BARRICADE TWO CORNER —BOARDS: BOLTS PER JOINT----- Wxl" - HIP PRIZ SHEETING RED ON WHITE o � � 2"TELESPAR --- - 0 14 GAUGE POST 4 q u, 2"]MAX CORNER BOLT SET —f'"' ..`. .. .... z 1'(TYP.) - --VARIES 2' MIN,-----^ f o BARRICADE WIDTHS NOT SHOWN -----7 GAUGE GALVANIZED 30" 2 1/2"x2 1/2"BASE TYPE PEDESTRIAN FIXED 8" MIN, PEDESTRIAN BARRICADE WIDTH OF RAIL 12" MAX. LENGTH OF RAIL 4' MIN. HEIGHT S MIN. TYPE OF FRAME POST OR STRIPE NOTES: SKIDS MOVABLE OR - REFLECTORIZED FLEXIBILITY PERMANENT -SLANT DOWNWARD, RIGHT OR LEFT,IN NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT DIRECTION TRAFFIC WILL PASS. SLANTry F�1r'Y AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE BOTH DIRECTIONS FROM MIDDLE IF tD'r` '�LS ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT TRAFFIC PASSES BOTH ENDS. WIDTH 6" {�,.,4r1 } THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. EXCEPT 4"IF RAILS ARE LESS THAN 3' .x1.1,} CITY OF KENT LONG. CQ 'Z• ENGINEERING DEPARTMENT -SLANT DOWNWARD TO MIDDLE AT END y\4l PEDESTRIAN BARRICADES OF CLOSED ROAD. 110 38296 KENT SHEET 2 OF 2 -SEE MUTCD SECTION 6F.63 ' '' OIH Tti".'G ,`'' ....................................-" ...--- ' � STANDARD FIAN ��4VWy l� �CHECKED fit..�.......�... DATEE J/tIJUARYE °'& 6-71 bM AFFR�,YED ....... ��r,EE" 42' -....._3D�I 0 0 0 o a o O o 0 0 0 0 o O a a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 a o 0 o 0 0 p 0 0 0 0 a a D 0 0 0 0 D o 0 0 0 0 0 0 0 0 0 0 0 0 0 D o 0 0 0 VARIES 000' MAX.) WAY LEFT TURN LANE a 0 0 0 0 0 0 0 0 0 0 o o o QJjI. 0 a 0 0 0 o a 0 0 0 o O 0 0 0 0 0 o 0II o a o 0 0 o D'o o �0 0 a o 0 0 0 0 a 0 o a Qja o a 0 0 0 0 0 0 a o o o o TYPE lY RPM 4"GAP --- TYPE 2YY RPM TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION ........................... 21' ..... ,. pry° �_.............., co 0 0 0 0 o 0 0 0 0 0 0 0 0 0 21 _ TYPE 2W ORY RPM 0 o 0 00000000 a 000 a 00000 , a TYPE IW OR Y RPM y`'* TYPE lY RPM 4""GAP ^-- TYPE 2YYRPM I888888I8 88889$ 8888- NO GAF' TRAFFIC DIRECTION +a, DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION TRAFFIC DIRECTION 42 12:' 30 -- ------ B I—^- 3�.---I-.— tk Q'o00 Do 0 0 o„s0000 D' aa0 TYPE 1W RPM ---TYPE 2W RPM ---TYPE IW RPM w TYPE 2W RPM .TRAFFIC DIRECTION TRAFFIC DIRECTION _LANE LINE SKIP CENTER LINE 21 _..TYPE 2Y RPM 6' 0 0 00 TYPE 1Y RPM 3 ...� " 3' ( VVVw _ ' B8 �98 88 0B e8 98 0 0 0 0 0 0 0 0 0 0 0 0 0 �'. 00 00 0 0 0 0 0 0 0 0 0 o e o o a o 0 o B TYPE kIM RPM o o o0 Oo °o °o °000000 00000000 `�—TYPE 2W RPM 18"-RPM'S EQUALLY SPACED TRAFFIC DIRECTION BARRIER LINE DOTTED WIDE LINE 12' 15, 3" 42° p,- .......—-1 8 - 3" g 0 0 0 0 0 o a o 0 0 0 0 0 ck-00 4 0�0 0 0 0 0 0 0 0 `*, ''`""TYPE 1W RPM '*„ �° -TYPE 2W RPM TYPE 2W RPM TYPE 1W RPM DROP LANE LINE TRAFFIC DIRECTION EDGE LINE NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE Sr.SOY Y9Mw+`fti tjt ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT rj, � THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. &�`r v CITY OF KENT NOTE: .M� ENGINEERING DEPARTMENT 'y, _ TYPICAL RPM LANE L RAISED PAVEMENT MARKERS(RPM'S) ,wy "�" �'I�� T MARKINGS SHELL BE INSTALLED PER WSDOT TAICIIb P� -I W STANDARD SPECIFICATIONS 8-09, ' ' DI is NiD "oi< ""......""""' .. x i4 STANDARD.PLAN 9-62.1(8),9-26.2 AND 9-21. '�5�`'�/pNAL �+,, ' DRAAN a K scA�E NONE CHECKED DATE .32U 2010 ����� APPROVED_...m. ., ..._ �WnUii TRAFFIC DIRECTION p a - o 4"a m o o p GAP VARIES (300'MAX.) 51 TWO WAY LEFT TURN LANE p ® o o a © p © p TRAFFIC DIRECTION TWO WAY LEFF TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 20' 8"WHITE LINE 0 0 ---�--TYPE 2W RPM -o..,,......_._TYPE 2YY RPM. p 4 YELLOW LINE 4 GAP TRAFFIC DIRECTION TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION ill 30 TRAFFIC DIRECTION 1„.-^' ----------------------------,..._._....p o �o 30' 1' TYPE 2Y RPM — (""— - 4' YELLOW LINE m q o N4— TRAFFIC DIRECTION TYPE 2W RPM -- 4' WHITE LINE SKIP CENTER LINE TRAFFIC DIRECTION LANE LINE II, 6 B p ------- ----G... -.-...--- a—TYPE 2W RPM 4"GAP B"WHITE LINE 4"WHITE OR YELLOW LINE DOTTED WIDE LINE EDGE LINE 3 9' TRAFFIC DIRECTION 18"YELLOW BARB 1 IER LINE TYPE 2W RPM.... ®==\... B WHITE LINE 6 888 66b DROP LANE LINE IS"-TYPE 2Y RPM'S EQUALLY SPACED--- MM Fri f� Y TRAFFIC DIRECTION BARRIER LINE �� { ✓�> CITY OF KENT ENGINEERING DEPARTMENT NOTE: `�✓ KENT TYPICAL LANE MARKINGS 1. RAISED PAVEMENT MARKERS(RPM'S) .b 38296 SHELL BE INSTALLED PER WSDOTyoesicNeo �orc STANDARD SPECIFICATIONS 8-09, �'`�>PjM. 1 p'7,k ySti DRAwrni I,piu scn�e NONE rnNunrw FLAN 9-02.1(8), 9-26.2 AND 9-21. �"df3hPAL Y^ cNEcuEo na rF JUKE 'ilia 6�74M .. .............. -..-_ _-------- _. APPROVED r�11¢xw E. 3'-T" � u T 9° 8„ 3 6 0 0 / 0 0 N N / I NOTES: 1. THERMOPLASTIC TYPE'A' MATERIAL SHALL BE USED, UNLESS DIRECTED OTHERWISE BY THE ENGINEER. PLACEMENT PER WSDOT STANDARD SPECIFICATION 8-22, MATERIALS PER WSDOT 9-34. 2. GLASS BEADS (PER WSDOT STANDARD SPECS. SECTION 9-34) SHALL BE ADDED TO ALL THERMOPLASTIC CROSSWALKS AND STOP BARS. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE,THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT LENGTH VARIES �r�pC �lb°lj � THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. _._................._.„... 0 � CITY KENT .L. 1 ENGINEERINGNG DEPARTMENT 12°-24°WIDE WHITE STOP BAR, ✓ SCENT THERMOPLASTIC ARROWS, WIDTH AS DIRECTED BY THE ENGINEER W .,„ STOP BARS & ONLY LEGEND STOP BAR DETAIL Q+ `L Y, 39296 ' P' _ _._._.. SCALE WIN STANDARD PI DRAWNCOK ...._ "...___ . --.----....... bIONAL, t, "71FEZRT ....... Da>E DUUE_ Ema 6-76M AaaROVEn _.__ eulweea''" 4"THICK CONCRETE PAD EXTENDING A MINIMUM OF 5" BEYOND THE JUNCTION STREET LIGHT STANDARD WILL BE LOCATED BOX AND FOUNDATION,ALL SIDES USING THE OFFSET DISTANCES SHOWN ON \ THE STREET LIGHTING PLANS.SEE STANDARD BEHIND SIDEWALK, IN PLANTER \"y ` PLANS 6-87 AND 6 89 FOR STREET LIGHT JUNCTION BOX OPTION +' -V„ FOUNDATION DETAILS NOTES; PREFERRED OPTION - --- �A ---IN SIDEWALK rn ]UNCTION BOX OPTION, SEE NOTE 2 1, SPLICES AND TAPS SHALL BE MADE WITH SOLDERLESS UNINSULATED CRIMP CONNECTORS TO SECURELY JOIN WIRES BOTH MECHANICALLY AND ELECTRICALLY. THEY SHALL EMPLOY THE FOLLOWING MOISTURE BLOCKING INSULATION: SCOTCH `-�, ell 2210 VINYL MASTIC, FOLLOWED BY AN OVER `*., WRAP WITH A MINIMUM OF TWO n a "r✓ HALF-LAPPED LAYERS OF SCOTCH VINYL ELECTRIC TAPE SUPER 88 AND A FINAL LAYER f",,-A' W A OF CONSISTENTLY APPLIED SCOTCH KOTE <i 054007-14853 ELECTRICAL COATING, r, `y -CURB AND GUTTER 2. JUNCTION BOXES PLACED WITHIN '�5 ' SIDEWALKS SHALL CONTAIN A SLIP RESISTANT SURFACE. REFERENCE KENT STANDARD PLANS 6-89a AND 6-89b.THE BOX SHALL BE COMPLETELY SURROUNDED OR - POLE AND ENCASED IN A MINIMUM 6 INCHES OF 4 INCH BRACKET THICK CONCRETE AND THE LID SHALL BE �,.�� CABLES, 2#10 TACK WELDED AT TWO POINTS FOR 1I WIRES T Y SECURITY. WATERPROOF IN-LINE FUSE QUICK DISCONNECTS WSDOT I JUNCTION BOX,SEE KENT STD.SPECS. 9-29.7(2) FNM 5 GROUND LUG/E6-38 RING STANDARD PLANS 6-89-6-93, AMP FUSE OR APPROVED EQUAL— � � TERMINAL GROUND LID TO BOX WITH #6 ,. GROUND WIRE..._._........... ...._._.........._ `w STREET LIGHT STANDARD -----'" 3M MOISTURE SEALANT TAPE (SEE NOTE 1)AND BUTT SPLICE CONNECTOR PART YC4C6 #6 OR#8 BARE GROUND WIRE BURNDY CONNECTOR YC4C8 I 2" DIAMETER SCHEDULE 80 PVC CONDUIT OR APPROVED EQUAL UNLESS A LARGER DIAMETER IS SHOWN YC4C6,YCSCS AS NEEDED---- ON THE STREET LIGHTING PLANS SPARE 2"DIAMETER SCHEDULE 80 PVC CONDUIT WITH #8 UNINSULATED TRACER WIRE AND 1/4"NYLON PULL ROPE Y NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT [ FF AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT INSTALL A THREE WIRE "r QF WA5%j'. j THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 240 VOLT SYSTEM. - N ✓ .-_ CITY ENGINEERING DEPKENT GROUND OR NEUTRAL WILL �p2" !»�-s-rj _ _ START AT THE PUGET SOUND ENERGY SERVICE POINT ,.►� O[T STR EJT'CLIGHTBWRE RUNS o �, i7rrnwry ciao scull uwi;�io vvea K9 - " u ......... .15jONAL 'k:,1"�s tw iii1...... w:rE i Nuai r„ioi3 6-90M �uu rr, WEARING COURSE(TYPICAL STOP II BAR FOR SECTIONS A, B&C)— CENTER OF LANE -y A LOOP SERIES A ' #14 TWISTED PAIR WIRE TYPE - -- - NUMBER -- A ------- IMSA 51-3, 3 TWISTS PER FOOT TO CONTROLLER 'Q B 0,25"MINIMUM WIDTH SAWCUT TO ADDITIONAL LOOPS B SECTION A-A WHERE APPLICABLE..... .. B -........;2C(5) LEAD-IN _....__.,. CABLE IMSA 50-2 *AF *AS °S B —LOOP SPLICE ih LOOP SERIES w (TYPICAL) NUMBER B A, A o . ,. o m *BE .,... o u w U CONDUIT STUBOUT, a *BS 0.50'' MINIMUM WIDTH SAWCUT SEE STANDARD PLAN 6-99 --- SECTION B-B 0 0 JUNCTION BOX S=START F=FINISH *-LOOP NUMBER STOP BAR LOOP WINDING DETAIL pearl MM 0,50"MINIMUM WIDTH SAWCUT TO ADDITIONAL LOOPS SECTION C-C ]UNCTION BOX WHERE APPLICABLE- (ASSUMING TWO LANES OF LOOPS) C -. *F SCOTCH 06147 ELECTRICAL--- CENTER OF kANE-- B G *S MOISTURE SEALANT TAPE /J' �' --2C(S) LEAD-IN ! S` B CABLE IMSA 50-2 .......—.-TO A CONTROLLER X A S=START SIDE VIEWEND VIEW #14 TWISTED PAIR WIRE TYPE F=FINISH*=LOOP NUMBER : CUT IMSA 51-3, 3 TWISTS PER FOOT-- SOLDERLESS,CRIMPED, N WIRE NON-INSULATED BUTT SPLICE-- SINGLE LOOP WINDING DETAIL LOOP SPLICE DETAIL NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT NOTES: F RF, AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 1. SEE KENT STANDARD PLAN 6-99 FOR aJA'S` �w,r THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST, CONDUIT STUBOUT DETAIL AND �ry� '"y CITY OF KENT INDUCTION LOOP INSTALLATION '" t y J.I 'c'y ENGINEERING DEPARTMENT y .............. ..... ............_. NOTES. � � 6.�. INDUCTION LOOP 2. SEE KENT STANDARD PLAN 6-1DO FOR DETAILS INDUCTION LOOP PLACEMENT DETAIL. A \`,jr 38296 W 4 5* XO] 7HJ Citi DRAWN N caLE NaiyE sTaNDneD F1aN `nl� LE IGNED �0 DATE JUNE-2n18 AI I(„U ... ENNNEEI 6-98M z wo Q � F o W W o p w o w O ~ w o z x w C � .2~. o Ow JZpt" 4 w ¢ F Z p a mOZUWi t� � z3Uz > whizz F J LL O ¢ w l9 wU ,-, z > H 2 O Q Q F. a � z J � F- Owl = V ww C) .U. p to O X Q w m O rJ m p U >W O OW w w W J rv`nam �i QI� N OJg � , FW- wz mJ0 X O Q z Q w Q Q S O w m a J4 G z G Z O O O E x s z p 0 d o OJ rl 4`'h i,, �"• O J Oz W W mD5z QS ❑ C O F S w z w 0 Z Z U O LL o zU V O Q w pw O O Q F- O ,., ..._ _. O — JZ2 VOwJ [9 .z. w .........J ..... -,.w.".-!^i:._:. } :,.w ............ T pLL a O yJ W FS- =O Z Q W d W 2 p C C x m l0 = O (l7 �'ib 1 In K J ? O Y OU Q N VI b z J Q a V d U J V w LL w H > m p Vp Q p p Q w w W z J O x .J. . � a U U Q W Q OJ W w 0 s G D w w J Z x w OJ E > m cWn Q z F U CD a O V1 Q x C� C ': ~ ~ p Y p z O Wu a 2 Z t9 z F w 2 .. w 3DV"nS 03AWd dQ dOi _ z ❑ o a w N p a p u wood wnwiNIN „0- ,z — p ¢ o o Q > a w LL LL 1n p O U W Z V Z p J W K O .s p..�..--. .,... F- N c 0 l n.9 O J J J U LL O U O IT W F E w LL > > O s \ O U O J w . wL' 0 a a z mu2i Q VI m W S LL Ul p .. Q F Z F 2 O W � k w � 2 Fm0 z ; LL xc� 03 A o o51�it � o X z DO xs z ( v..d '.. ":'_: ` z O z V ti w E w m O w m Z m J Qp }� [L Q W N w w Z N w J Q O N a F u = ' W W J Z Q F Z'I �W N S O Z Z O V m S K V Q J w u In V W p p J _ m p �F J C7 O .�. f a W } Cg z Uto � O a � Z w /\^�'. + U O Z Q U ;, U p F W } Y F O w S d Q O a .. ...., ..'. ..,^\ J f, O O 2 J CDQ Z W K Y O Z J O N � \_ o M 1� X. m ® 4U 0 NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT n Cr'R.��, AN ELECTRONIC DUPLICATE,THE ORIGINAL, SIGNED BY THE y ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT p'C WAS;rj���Y; THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT r O T INDUCTION LOOP 8296 4 INSTALLATION NOTES COK :LDESIGNED ........ - STANDARD P N D --------. ------- IvAl, 4 �aPPaavF V_...........___.._......._ . DATE a ec.. . 6-99M . __. ._.... _.. LOOP PLACEMENT POSTED STOP BAR LEFT TURN LANE THROUGH LANE THROUGH LANE SPEED LIMIT LOOP ADVANCE LOOP MID LOOP ADVANCE LOOP (SINGLE) (SINGLE) (SINGLE) 25 MPH 4FT, 104 FT. (NONE) 144 FT,. 30 MPH 4 FF. 104 FT, (NONE) 164 FT. 35 MPH 4 FT„ 104 FT, 209 FT. 274 FT, 40 MPH 4 Ff. 104 FT, 239 FT, 309 FT. 45 MPH 4 FT. 104 FT, 274 FT, 354 FT, 50 MPH 4 Ff, 104 FT.. 304 FT. 394 FT, SD6 SD5 NOTES: 223 213 N1 N2 O O O O L THE DISTANCES SHOWN IN THIS TABLE ARE MEASURED FROM THE NEAR EDGE OF THE STOP 222 212 BAR TO THE CENTER OF THE INDUCTION LOOP. O O 5PC 512 2. LOOP DISTANCES MAY BE ADJUSTED t2 FEET TO O AVOID METAL CASTINGS. B 221 211 511 0Q Q 3. THE DISTANCE BETWEEN"A" LOOPS AND"B' LOOPS SHALL BE 16 FEET CENTER-TO-CENTER. ~O O O o ' G W20 SR WR O 0421 0422 Q423 SDS W10 00411 0412 0 413 312 712 3PC O 31100 T 9 711 Q 7PC 8" Q 812Q 811Q Q �'A '"BSD3 QEl S D4 Q 8220 321 ER NR Q E2 ® D B—/A—/ Q O IQ.. A O O O- ...B 111 611 621 O 112 1PC O O 612 622 O O O O S2 S1 613 . 623 SDI SD2 LOOP IDENTIFICATION SCHEMATIC ITYPPCAL) NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. �a CITY OF KENT ENGINEERING DEPARTMENT KENT INDUCTION LOOP PLACEMENT T. W" 38296 -`r-G/PT4"TV'YL''G DESIGNED LOK ....., ...... _.... I 1`sR" DRAWN sd_s (}NAL SCALE NONE srnNoaeo auN I 5� 'CHECKED _ DATE TUNE 2018 C_1Qam ..._..... t,We[i v APPROVED— NOTES: ? ) C,.---PLANTER AREA,TYP. 1. BENCH TYPE 1 SHALL BE BACKLESS AND BACKED "TRIO" BY I FORMS+SURFACES,OR APPROVED EQUAL. 2. BENCH TYPE 1 SHALL BE "SILVER GRAY"AND"TITANIUM GRAY" COLOR CAST ALUMINUM FRAME,ALUMINUM SLATS. 3. BENCH TYPE 1 SHALL BE INSTALLED SURFACE MOUNT,LEVEL AND PLUMB. . 4. BACKS OF BACKED BENCH TYPE 1 SHOULD BE INSTALLED TOWARDS F. ROADWAY CURB SIDE. BENCH 5. APPLIES TO BUFFER AND AMENITY ZONES AT STREETSCAPE TYPE A AND B. % TYPE 1,TYR, 6. APPLIES TO BUFFER ZONES AT STREETSCAPE TYPE C. I/ � 7. APPLIES TO BUFFER ZONES NEAR SIGNIFICANT INTERSECTIONS, MINOR MB- �' Y SCORED INTERSECTIONS/CROSSINGS,AND MID-BLOCK CROSSINGS. BUILDING, Hill CONCRETE PLAZCLOF BACKLESS OPEN ASPA_ E �" 3�.E. SIDEWALK BENCH ' 20,E COLORED w ram--CEMENT CEMENT CONCRETE CONCRETE CE __ I CURB& BAND,SEE GUTTER, PER ti STD PLAN i l STD PLAN ^' 7-18 I - 6-33 FRONT ELEVATION SIDE ELEVATION LAYOUT PLAN (NORTH SIDE&STREETSCAPE TYPE C) COLORED CEMENT PLANTER CEMENT BENCH75 0 22.7" BANBD,�SNE AREA,TYP. CONCRETE F CONCRETE PATHWAY 1 m ..... ....... rtnnm.m .""�"'• �f FRONT ELEVATION SIDE ELEVATION f J SCORED ."� BENCH LEG, CEMENT LEVEL AND CONCRETE lu i LEVELING PLUMB SIDEWALK—�., rj .� WASHER FACE OF BUILDING, _ ---------,_,-----, PLAZA OR . .... OPEN SPACE 4" MIN. BENCH CONCRETE TYPE 1,TYP ANCHOR BOLT LAYOUT PLAN (SOUTH SIDE AT STREETSCAPE TYPE A&M SURFACE MOUNT INSTALLATION NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN F`RF ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER --, f AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARtNENT MEEKER STREET �T BENCH TYPE 1 38296 ..Q �S�rw ocsicNEo xxx �.Rr ~ tucS±,r` 'PRAWN XXX SCALE NONE STANpARp PIAN 1 � 'r6}�YAl.n Y+Y CHECKED X%% PATE 7-1 EM APPROVED NOTES: BICYCLE PLANTER 1. BICYCLE RACK TYPE 1 SHALL BE"TWIST" MULTI-RACK RACK AREA,TYP. FROM FORMS AND SURFACE,OR APPROVED EQUAL. TYPE 1, 2. BICYCLE RACKS SHALL HAVE TITANIUM AND ANY PAL TYP, ._,.,..........._......._..... .._._._, POWDER COAT COLOR. 3. INSTALL BICYCLE RACK TYPE 1 EMBED MOUNT, LEVEL AND PLUMB ACCORDING TO MANUFACTURER'S RECOMMENDED FACE OF - METHOD AND HARDWARE. BUILDING, 4. APPLIES TO BUFFER ZONES AT STREETSCAPE TYPE C. PLAZA OR 5. APPLIES TO BUFFER AND AMENITY ZONES AT OPEN SPACE STREETSCAPE TYPES A AND B. ----- --- --- ------"-" 6. APPLIES TO BUFFER ZONES NEAR SIGNIFICANT SCORE SCORED INTERSECTIONS, MINOR INTERSECTIONS/CROSSINGS, '----""' o ......"'-' CEMENT AND MID-BLOCK CROSSINGS. SEES TYP, .. CONCRETE SEE STD PLAN 7-19 ."."" .......�.......'...'.'"' SIDEWALK 6. CEMENT Ih 6,6'" COLORED CONCRETE CEMENT �. CURB& CONCRETE _..........----'- ....._ © BAND PER GUTTER, PER STD PLAN .. STD PLAN 5.6° 7-18 6-33 LAYOUT PLAN('NORTH SIDE&STREETSCAPE TYPE C� BOTTOM VIEW OF EMBED MOUNT 19.5" 3' PLANTER AREA, EDGE OF TYP• BUILDING SCORE ,,...... ..__ ....... .............. .. JOINT, o TYP. ...................................... ............ v CEMENT SEE STD CONCRETE PLAN ''"Y".. /- 7-19 � p p"� ^G PATHWAY BICYCLE o _.._................. ___ RACK FINISH TYPE 1 0 GRADE TYP. o COLORED r CEMENT SCORED CONCRETE 5 CEMENT BAND PER CONCRETE Tz STD PLAN FRONT ELEVATION SIDE ELEVATION SIDEWALK 7-18 LAYOUT PLAN(SOUTH SIDE AT STREETSCAPE TYPE A&8) NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE, THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF (1 KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING oc►uer►aHr MEEKER STREET ! ?�T BICYCLE RACK TYPE 1 38296 �1 t�4 Qy IST ,^✓y' �/ DESIGNED XXX NONE STANDPRO PVJJ .��...� SCALE -......NE............... "S�ONAL E � CHECKED %X%_.--..-......._..- DATE APPRtSVE'D E.I.... 7-4 TWIST BIKE RACK _ ... ...... .._--.... m ....... ..... .......... _ ...._......4 SURFAOE MOUNT INSTALLATION INSTRUCTIONS r r a b q mown .. steel 5/32"hex bit for tamper- pencil wire brush resistant screws T R _,. `" ..( 7/32"hex bit for tamper- �.-„ 1/4",1/2"&3/4"drill hammer drill resistant screws epoxy `'�" bits for concrete epoxy gun Loctite FOR ALL TWIST BIKE RACKS __ ._ _ __. Mark hole locations Drill holes Fill holes&insert anchors • Place bike rack in desired location ensuring • Use hammer drill to drill 4.5''deep x 3/4" • Use compressed air and steel wire brush stabilization, Mark center of each hole diameter anchor hole at each marked to clean each anchor hole in accordance location with a pencil location using a 3/4'' drill bit suitable for with epoxy instructions, concrete drilling, • Use epoxy in epoxy gun to fill each anchor NOTE. Forms+Surfaces recommends hale 5/8 of the hole depth in accordance starting holes with 1/4''diameter drill with epoxy instructions. bit followed by 1/2"and finally 3/4"for • Insert 3/8"-16 x 4-1/4" epoxy anchor maximum accuracy. (a) Into each anchor hole so anchor top is flush with ground.Allow proper curing time according to cure schedule on epoxy instructions before moving on to Step 4. T800.481.0410 I www.forms-surfacRISMIn •^ 'c„;NI r o c H 'il 1f 'H y'Y,f ,[__"j'` 'GAIIII I mi,411iais,u l All Iiri ne 10 I"TH SI III ffl )nJpr „ll Ian,V1iI Ioo I kx f I III,niusf t ry III ,: )ioflhs ju ITIol[lkaI,,1('fei to oul flmffiw %Yfnii JINk spar pazp;i of 4 1 IL i H I TWIS,T BIKE RACK ---- -------------- ---- ------------------------------------------- SURFACE MOUNT ffNST�ALTION INSTRUCTIONS wilimmaiiiiM FOR ALL TWIST BIKE RACKS ro ro Ell 1 4 Position bike rack Attach bike rack and tighten screws Slide cover plate over base of bike rack • Position bike rack so that mounting Inset four 3/8''-16 x 1-1/2" button head holes line up with anchors cap screws(b) into mounting holes in bike rack.Thread anchors using provided 7/32" hex bit for tamper-resistant screws •Tighten all screws. NOTE:FornnS+SLImfaces recommends applying Lol or similar thread- locking adhesive. T800.451,0410 I www.forms-surfaces,com .............................. 'MI! 161M.JJ,ifl'i 1 Alf llnlill',Il,llR'Jiti ld pill'11,sill,0 it,1111k WIJII'[Jl Jill!'i I(, Ie 11103t wmll Voul Illil j)(ijill""ll I,Iv,ioky 1(,OljJ wl,b,l,)I Mwtoiln, illilffl,,ulii ),'1Jjo 2 ofA 06 1 H I J, TWIST BIKE RACK SURFACE MOUNT INSTALLATION INSTRUCTIONS FOR ALL TWIST BIKE RACKS 'O c . ..... a .._.. P P i ✓ P Attach cover plate and tighten screws •Thread 10-24 x 1"button head screws (c)through each hole using provided 5/32" hex bit for tamper-resistant screws. •Tighten all screws. NOTE, Forms+Surfaces recommends applying Loctil or similar thread- locking adhesive, T 60O,O51,0610 1 www.forms-sUrfaces.Com @ RIi I(in.1f'jifaar:) I II a Ora )L nd p n),,'I . lGh )VRIIfid i .,l III III I IIIJslli Y'I to 0NiisloI TStl pv ,etr,tto ita xi vn fii,. 11, >omn_ pup 3 of 4 1 0616 15 NOTES: 1. LITTER RECEPTACLE TYPE 1 SHALL BE"DISPATCH", 36 GALLON MANUFACTURED BY FORMS +SURFACES,OR APPROVED EQUAL. 2. LID COLOR SHALL BE MANUFACTURER POLYESTER POWDERCOAT WITH "SLATE SCORED CEMENT CONCRETE TEXTURE". SIDEWALK 3. BODY COLOR SHALL BE MANUFACTURER POLYESTER POWDERCOAT"ALUMINUM TEXTURE"WITH ANTI-GRAFFITI COATING. PLANTER AREA,TYP, 4. LITTER RECEPTACLE TYPE 1 SHALL BE SURFACE MOUNT INSTALLATION, LEVEL AND PLUMB. 5. APPLIES TO BUFFER ZONES AT STREETSCAPE TYPE C 6. APPLIES TO BUFFER AND AMENITY ZONES AT STREETSCAPE TYPES A AND B. 7. APPLIES TO BUFFER ZONES NEAR SIGNIFICANT INTERSECTIONS, MINOR """"""' """"'" '""""""""""'"""""" INTERSECTIONS/CROSSINGS,AND MID-BLOCK CROSSINGS. o COLORED LITTER - "" `� _ CEMENT RECEPTACLE CONCRETE 4_ TYPE 1, LEVEL ..,,. BAND PER - "e c y*'`• ;; AND PLUMB SCORE]DINT, STD PLAN TYPICAL, SEE """".. ... ..... ... ... .._._....... 7-18 STD PLAN 7-19 CEMENT .... ..................... FACE OF CONCRETE BUILDING LITTER PATHWAY RECEPTACLE TYPE 1 LAYOUT PLAN SOUTH SIDE AT STREETSCAPE TYPE A&B - - - BAFFLE PLATE FOR -- COLORED SPLIT SEAM CEMENT SECTION —3/8"-16 XV CONCRETE TAMPER-RESISTANT BAND PER ST BUTTON HEAD PLAN 7-I8 CAP SCREW LITTER PLANTER 3/8" S.S. LOCK RECEPTACLE ------ ------- AREA,TYP.. WASHER TYPE 1 WASHER FLAT .. ------ --,_ CEMENT CASTIN .. ,._ ...._.. SHER SCORE CONCRETE LEVELING m IOINT, .___., .... .., ,. ._ CURB& FEET ° M 3/8" NYLON TYPICAL, GUTTER, PER a .b FLAT WASHER SEE STD " _ _ STD PLAN PLAN 7-19 6-33 DROP-IN S.S. . __.... _._,E _.... ,,,.,. ANCHOR PER SCORED MANUFACTURER FACE OF �'6' ........ �.�.... CEMENT SCORED BUILDING CONCRETE SURFACE MOUNT SECTION CEMENT LID SIDEWALK CONCRETE #4 S.S. SIDEWALK GRAPHIC LAYOUT PLAN f NORTH SIDE&STREETSCAPE TYPE C) PLATES, SPECIFIED GRAPHICS AND NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN TEXT BY CITY ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY THE ENGINEER .°FREE'. AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF ✓qg 3VA,9p� ,, ,, KENT.A COPY MAY BE OBTAINED UPON REQUEST. � Q CITY OF KENT ty �� ENGINEERINO DrPARIMENT MEEKER ST BODY UTTER RECEPTACLE ^3�y 38296 w Ho•GToN TYPE 1 / DESIGNED F+�, +ISTE!?•, 1.$, d?RAWPd mii:C SCALE NONE srANDARD PLAN .._J.L. _._.._ _ AXONOMETRIC S '7ONAL CHECKED. XX% DAM 7—C APPROVED V NOTES: 1. CLEAN SCORE JOINT BY SAWCUT OR TOOLED, NO RADIUS ON EDGE. NO SMOOTH FLANGE TOOLING ON EITHER SIDE OF JOINT. 2. FOR EXPANSION AND CONTRACTION JOINT DETAIL REFER TO STD PLAN 6-35. 3, MEDIUM BROOM FINISH SHALL BE PERPENDICULAR TO BACK OF CURB. a VARIES,SEE SIDEWALK LAYOUT STD PLANS 7-13 OR 7-14 yn " .4 s SCORE JOINT,TYP. SHALL BE PERPEDICULAR FROM EACH JOINT , a A" LAYOUT PLAN MEDIUM BROOM FINISH,TYP. f A CEMENT CONCRETE SECTION SIDEWALK NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF pE +I ,, KENT A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT CNOINEC'MNO D[PARI/ICNr MEEKER STREET G KBNT SCORE JOINT DETAIL A� a�l,�,,38296 .w� C/y �y:tni:��'�'C�w4�_n'�✓ DESIGNED nxx X SCALE NONE_ STANDARD PLAN XXXIOMAS 4 CHECKED xxx oarE 7-1 9 APPROVED- HEAVY DUTY METAL CEMENT BOLLARD,TYP. SEE STD CONCRETE CURB, PLAN 7-10 SEE STD PLAN 6-33 HEAVY DUTY METAL 1'-0''THERMOPLASTIC _ BOLLARD,TYP. SEE STD CROSSWALK STRIPING,TYP. --'- PLAN 7-10 "- r r ". ... B RED CEMEN .............. .._- ......._ 1'YP1 4 E RAMP, _. .. G MIEN' . . s. .,,e C NOR TE XTJ Z -. am ME KFR T .m T� _._.__...__.. ._.__f v� .Ll. .MENT ONC ETE ADA DETECTABLE . .—.. WARNING SURFACE TYP 6'X6 SCORED CEMENT CONCRETE INTER SECTION,TYP. '- a HEAVY DUTY METAL HEAVY DUN METAL BOLLARD,TYP. SEE STD --PLAN 7-10 BOLLARD,TYP, SEE STD ""......._._. � _.". ..� PLAN 7-10 LAYOUT PLAN NOTES: NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN 1. ADA DETECTABLE WARNING SURFACE k r'RE I,.ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER SHALL BE "YELLOW" (FEDERAL COLOR , �..--..,.-,;! AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF NO 33538) BY VANGUARD ADA �ff7r' '9' !{fl KENT.A COPY MAY BE OBTAINED UPON REQUEST. SYSTEMS, OR APPROVED EQUAL. . 'I' ' CITY OF I{ENT ,� 2. CROSSWALK SURFACE SHALL RECEIVE ENGINEERING DEPARTMENT � �-�' A MEDIUM BROOM FINISH MEEKER STREET MINOR TRANSVERSE TO VEHICLE FLOW, KENT RAISED INTERSECTION 38296 WA"x NGTox �.x+ `¢ d, T --_ scALE CROSSWALK LAYONE OUT Plau 3. SEE STD PLAN 7-22 FOR MID-BLOCK O "0* ✓^ oEsicNEo xxx CROSSWALK LAYOUT. °5'u^YONWafi4C` CHECKED xxx DATE J, 7 1 F1'111i;(i'JN:D SD,OT STANDARD PLANS AND MISCELLANEOUS DETAILS DRAINAGE STRUCTURES AND HYDRAULICS B-30.70-03 Circular Frame (Ring) and Cover CURBS SIDEWALKS AND DRIVEWAYS F-45.10-02 Detectable Warning Surface SITE PRESERVATION ANQ-EROSION CONTROL 1-40.20-00 Storm Drain Inlet Protection ILLUMINATION, SIGNALS, AND ITS J-20.26-01 Accessible Pedestrian Pushbutton(PPB) Details (2 sheets) J-40.10-04 Locking Lid Standard Duty Junction Box Types 1 & 2 (2 sheets) J-40.30-04 Locking Lid Standard Duty Junction Box Type 8 (2 sheets) Trench Drain 6 Inch Wide Variations Grate 4`" & Meeker Complete Streets/Langholz A - 2 July 25, 2018 Project Number: 17-3019 In .. 4 y «r ? � S o a : ypk: y '1 G v m OWN .... god vg OD rn w^` '+�r'y�rve� ['dam y b'� ±i N ��w "'•.� 76 ONIL 14 ELI � f ?' 1. a is 4 a IS 11 Oil x, L \\ i P� 10 ul _. . .�. .- .ter^^ It »fliG� na Y. cl ° 3 w NUN W � N K y ^ l n u IN IJ A ... .. ue I r p w V � » � Igo • � "��' " I u rn O I � s to �� m ONW'LO VS l AU wvLg0 IN N 3;EvoaD a Z ui o w,No a"➢�'�� v o fl. u mt QW LL w a 15 t r u r m f0 m e t fF A sq a " Lu o o a.. 5' am ° o`o ., wv �ry F• L.9f. C' mC y ° ,2 co� � t�¢E c m a E � �� cm a �i �' 4zj� 'fQ`t"" F y � ti o o 0LIMn 'm n 9 ,�_� ,N� W Q a v y au ° a om cvr... o ", W t ❑- o N" � uF st. � F o cp�m rn rn � o N o N as❑a t a 'o Zi vr; ❑ cv g`a v 1 x > z $m�wzE c c cat °'c cm 7 F oo c o ❑ v� m m °w .Ga ra' v mvm E i¢3 IS mm cN mr"n v'E °a E }goZZ c� m f Nava molo88In fL `o ow mE ms— 6 rc e� a"�pm ❑ v w �o os p c IS m c w mm e O YZ a Q tW- ram« u ri:3m �'a Ha` H -o iw 4q U U ✓ Iry C 1 ( O K�y Z oO 'KU4i ¢w O F 1 Z mV0 ELLV wO Uw F � F � a Z X t h U¢w W > 1J J ILI 2 - J 3 m W WQo \ uu'a IS �I��r✓ N � f � I n'•e"� (F i ol OU' 0 2 .22 ,L1 v K 4 r W as ISa w m; USr�¢rw.ur xvw s� I row st_� a3 s u e} �w I �a �p WIN ._. om wfOv ' m oo •' U zm �w � ❑ .. � � �e ov F'�� _ o U Z w .. a OW M1 KS pj � ❑ m O 3 z aw a"w ,... r �3 Ic p iw F 1 4 33 u <"' a �' z m s a w u W a m o >u 3 .� ¢ 0 _ w � z ¢ U O - a V U r .... a w�� r a Z VQvpo u o I. a� O x / Fw m '�Y iIL O W gI 0 m r a N w� r � H aavaw Yr Qau o ow fn¢ 4' tt Fo U W� w m Y 5 u rcw y w z fi F j n� Zw F NV3N9 I U a z � Jw OZ w o�oo suvafr - �4 z zww -y Yd fif 1 EF 1 Jm Z. o 0o � m e � ❑rch r.. ,.. s I o ,. y ry U OZ U Q 1 Fw (9ZLjj U I 4 naaan Nand AS rvnnvao N o o spa a >$4%y'm CC OIL [pk W a a ji 0 0 dm a f Z � ri m P Vf� IIIr � r U � m tt W 0 N QH Q K i N O Z O F 1 e" n r / _ w 0 w U o F � o OUOJAo vsn :ne rwwaa = p N FS N e qA OIL Luozco F a LUO.J 2 ry e daJo ° a � a `b 8y ws" ci j W S '� € m m G O w o n r �G�t)FdJ. µR4y� U) UiL = n a ...................._IN W Nam)' aNa O�JI�> f OQN Wz°xw W 3 FFW FOYK O ymtt OFNN _U N pQ W k� a m ! .... ------ ---s _ z aQ m �Q a o m� w � 2 m w o Ike Z W a z F =; — w W ~ ................................. rnr . � W N� F W W zi of w 3 11 Lq o0 a'Wyw_. ZNKN2FNN Ny �WZ WQZ Q� ioi3ol� aaa,� amm kN��°o < oma¢ LLeao a'uoo abojAD VSII :AS WM a Y �^' """ Z ^' r rr t✓ r �) �y,43 Mr",�V cl M6Lu— N v s ^2 1 w r ®2 IL w ILO � nE ; a IL �.�. .. ..— .,,.....,.. ,f."A .... a x army rq , g ti* 1° 7. ♦ (y a P IC 4 �� r v, o a z zZQ..... ..w. a* ^w. " 6 wa Y cn, Nel 1 ✓ fM w- v . ' o ld•. w 1 ,y ,. I<of swn z,n 'C. '?"x�� Vim'} I Z` rZ.{ �' ,f�/�r✓, nx IA.1 fY 2 iy F» y\Ml .. y < v x w a x L9d F� k n 5,0 o ,y p r`rj QilOdAS VLfi hfl{ylgyy(] d m c O O yo `m > c P.rI" 'c r n" �. wV,Ey kykp 2 m N V w a e La, .�o� .{or" 7 a= w ° e m Ei E a 3_ E mo mym v� Q^�' Y•` 7 of^y fp�{l m s y S c N Cu to o E. mmw i �E n u �E m 3 -:� mvl"icn c $ 1 i J0CL n '° T+m r o a E T ry .e.-. t 4 a o h m 11�`a m 5auro �n$ 0 12 = 3ll c.ae�, pp ~ Ida 2m u N m EEgE E �F E m o Tcv mm 12E m � E £9 uN ¢x i o x °y4.' •o c.w E mE � m x v' m g ay{u'd¢ � m o� g,o n. My' u w FE515 LE v � i °m Bm mY "� � m '° E m 8 % -e + E. gr °In N t m m3 N m c mm ° ° mod vc Eu _ u5 m Saw E .E mE � a ® ao � m o 'o uW m 3. - mD a E: m m ° avv Lv YSmo u �I yy ry m _ p >> C v UnmiI1 TO N ^m 7 mAM b© a >'> - nJ ¢>U 100 ° 4 'i m '• �q � �•� mm nay L1 ;G 3! mpC V-. \� am1 .[spy E'an eN a � ° 12 m ';LL� t-r�E �.25 NCyS "Bp c EA aGy ca w x N 13 `o �V` q U� m U N�13 yA �L2 © W j a & rLea ow3� Eim ��4c v E`d��mmn & Zc Ea y N y oN cs y a o t a > Y�mk 2 0 p� m 9 O E M tl_9 N m LL jA, z E _ m 9 °3Lo § � ¢ pc En V 4 r Z ry a w r ^"v. 3 N i+�n J 3 �a 1 C3 E m E C W z m°m*w u W m O ' E V III1. V y c o Pv m a E U m m m O i1YY t✓1 J s a fir" z � � F o m f H D O z Li ° m _ I � m F n J Z V �qI t~i wa� &r° aa Z 3 W o u m rc¢ d�-m k.'r' cxi�� m '9 n E E v m K m YH z O ti o o 3 a o� �,^ zoo �w wU VO w� m"m > _ r�";r•F'' m N a z °� n z z O 0 U orc ^^`rv".�"' wNw Ow NMtlW a m u o w z 3¢ =N ¢ s OZ b4 i m 35i10003SV9 d0 d01 orc 3kiL hYOl3ti wrAw�NIWuZ w0, py (92Nm Y p0 ° O7 T S a h ^. "`. .9Al0 J 0 m $5 nn�eJ �I A �G 335 a O 0 ° m D 0 w °m � 6 Z ' O r d � ', O� �¢ m - wz z O �� � i o ott NH z iw zW 1AA9� R � w¢o O Q w,Jl xF. M1 F YM� . Q OV ZZ `> .E� Z 06 (0 a zy C o f a u� w �.% oi,g 2Y p0 .15 J=t o o L 4 'a`"� z I.: � �D �= V ¢� �+� ✓� m mow O ° _ o 0 .'wlvr.s� D I � Nw°m w I 661 � �.. •��� � �� p U ' { 1 � � Y � I wwx oup .o z oa 5Nw a �i �oo oaw wzD w ✓.^'" �+k oE� u ow wF 0>w u� rcN,mooaii ¢0 6 ozo�mv',��w zr r o ¢N pFy iz <m Fow�w Jry o%� g OWiO 3K MM§03H51NIN O" Ow �a O�z UOx6 _ ......._— �.m' OBS WOWINIW o ��o6ao�z m^ OMOAAO Veil A9 NMVtld x� m __ Na. N a to_ wm � p Z pS lNNtlu J� w _ � M ui yFrZ N iN Fr "E l H H.r ra' •Y T"` ti IL p w u o 012 a t331g0 N o� ag i � � �� � ✓W�w mu Nz w� F w i r l „"", " E� ,vn' z _ z i i� CO N ow mo� o eQ z w z m¢ LL hu vic na ww Fd P 5°aU. � mo m° "� iu 3w �13o N k'g im A _ 5o mr °oaow pwD0 "oo ice - wa va ?p� iy ` 'aa ry Dm ° '< oiu° o .arc zior 3 ¢ p F �m az w¢�a �'a orc z mp�a ND C IT 4 \ O JWO m6 Dw FO" r2 li mt / dg W>'J aw i; / pZ 6NW m6 ° mY �, NN yNp m DN m0 O" WFD NO v Y � N D r > a v=0 00 wll S 1n A YI a w m�N OpmW ° Q WN UI 'mW .1-.U� 0 �w S= Zul �> ZQ Wa Z� Z CDi; .Q ZQ Z w5 aN z m� a5 m v ) ? rc^ w i , W°� wz� 3a0 uo zOw J oaN ?oi3w m�N v�W m�N _ aao�no vsn .Ae w,nwo Fz g n m i v a m o �y,ff N,y,V z a m 'a DEB41, a = "a ¢„ N� `o � na' o a�• FOm� w m a CUn rc > ° LL J= 6 o 0 ° PTi0$ N `w c my °' ° n=ci oa �dY''A Eqy 2 n GO a 3l 20 3 8w �� ° � c moy -3 0 - m� ➢�c 8 6cE8m c c °mom me 8 G m syE� 'E� v =$3 .a S t EN mv_ x� E za w m wa 2� m E3 t` c m`o twin tt"Om rc'Ow m wa mE $ w m °1 -u u u =ate ovn s�"k' � r E c � �s° p. E� c 8,� � >❑ tiv- ohm° ° ° of N qGm m ,p a N �M � NA i 4v - ma e N v E °1g .°" °ao naN D�8 ° n° a a v cm v 5 r Zz N� J W 9 o G N 8 E W Q d . C�6 8 Dm � Ev c a n aco ay° < r mom °a � -vi E m GE uD 4 t >:t `x a 6a mZ Nq Y_W K �p csy v J. y`c yl �" x nnW aE D E D amN �$'c M. E z I'C� � jr Y- ^` i v o ac ccc ccc v m J � v v �3•En Ls i`N .,_.,... V K z0 1dA1b �r o ? ....V 030tld0 A1N3A3 Sl1f.. ,d tW �w p .BZ 1 w p O 35dgaa dal Nnnl w M6139 Wf1NINIAIW hZ r r V .`r q y ww: �� a �"a , � wh� wF 335" L•g, ,. r l dhx wwws 'JC� ew n ¢ a 0 N u > f _ C mm - I m 1�11 J % ..f.. y ,,, Nw «/ �Uo 9 U C U ? xrw tN� ..... .... pN o Na1LVgNRai do HIM BMW iiw U� o m Tim O Zy 0 N `¢ v o v� o v ° n O Hl ...... oz aa' crdc' E o" U c' o �� Mo 3e wnwlNlw3 Z p y6Z z oc nc > > 8D .oe wU UU w w mm ONadA'J V511 'AG NMVtla n O O OOO a o q o= a F ao 4 W r Z < wrc I• ,new yF°�Zy � IL a o 8 n^ o z OO C s G ry < N$U 4vv _ l n N N O y w. 00 r.n I � N h miz d� =a � �wa Znm101z ou OZN �IW �N F� V 1 Fa u'11 O m � Q Rl/ry „BIL w ` 66 4 O ¢ i O Noy w I� \ aaw N "1 �h 22C rl �GF m� oz wOm J 9fl 37qwo J •.o .. �..0 J S m 4 w z w L 0 �C yuwi mFm �_ Wugm Q < atl0lA�YSII A9 NMtltlO vow 1p o ° o ¢aj � a' o Lavv v � E I�� � m CC E E O�m.c. � m vcn� E o � Um a o VY u o m t6 L E n' ° c W L ¢ ry a ' c �u = oo w > >' ((FF//�� uo v �^,C �3pYn T7paE '^ > c - ma gl9QO � QZm � n.0 K K , , Ua 0 ma° 0.�c O '�2pom` Egci rno nn N .. V cc u 2 o 0 0 0 0 '3 �, 0 0 0 0 0 0 0 0 '" a¢� . I .. v o $3 b (1) � rnco LL .c. C of U' Z3m� ma 3 � a �' N� c. LL _ Of ¢jd Y (9 .U. Z a� ppp G ' G' N i rF i T�r Jlf� rI �4 Z OP� I:'w i � m r a y LL a TRAFFIC CONTROL PLAINS 4°1 & Meeker Complete Streets/Langholz A - 3 July 25, 2018 Project Number: 17-3019 Z w WQ�"{ x a z 3 OZ U 4 IYIIE N � a Z p O IXIhe? i a w Rat a wu 4 AVES n" ci o c w 3 ¢s F z n c rnul, alli U t hr � K V c o n m y� r z O m 3 E p � W v E x 'a a{�lir° Q O i y c ci � aN1 W V Q 3 m '* ry 2' J V u z w. w. z H O� U, O N fn d W ? r r m r u_ c f.Y. P.k Y.:A 'w x saz�t2,iE'uC w:b SQ rI r 0 00 00 (1 z K p p U W Z N U Y'd Spm SS ( 7 S zw oar zHg ^ a d, = o T =N F O sa0 Kuy w � T � 5 AMr d3 NQ a w xfa wudiw ¢ qa mwo s tt o u u_¢ ocLL I1 WN IT � N Zw�K O ��x IOPo ON duo wN o3 K pa E p ww V �!{j. u f NEaS v> wOo fl O {( NW CI >ZN%2r Is .' mw l aau�,¢z SIGN SPACING X TRAFFIC CONTROL PLAN ,,, MINIMUM LANE CLOSURE iAPEfl LENGTH L ffeap Posted sP e North) KENTI WA 11 to N . 1 Y n WE E oBJA JrAr o I se,F o t (" m V ITS ET ONIII m�N U—N EIEAF TF n. 9 omou- NOTTOSCALE I.. 7 Icall RI htmLane ClAAyk% CHANMNL14ATIDN Df VICE �....... �_ SRAPIN.. Iro R II ...4nnvu 0 Right lane on NB 4th Ave S closed in advance of W Meeker r'v 41, 0 Sidewalk/Crosswalk closed within work area. 0 Sidewalk/Crosswalk closure shall remain in place during non-working hours. J 1 0 METRO route present in work area. Notify King County MCTRQ 4E work times dates. SEE GENERAL NOTE#3. vdzo-1 f'' 0 REASON: New Meeker St&4th Ave Complete Streets Project � I I 28 Refl.Cone In .14 a n10 I(f.IW p3WFetl W MEEKER ST �,,�'U"` ll�a5 UPC " A T,, _ 0 F36 E E4 sgoeEX E4" 36' J _. C WNR1 -•y J I I �j RB9 heYC AN W2G, �J wnUl41 � r _ Rl9 H.N. R9-3XC 11 IA R9 1 IIII LEGEND L=115' �: ..rKA�,3 WORKAREA EL Iro 28"REEL. CONE .. .... ... fl SIGN LOCATION V ( 4 ,1C, PROTECTIVE/WORK VEHICLE 14G0. u I 4,✓ EXISTING TRAFFIC FLOW W4-2L /Y Ar".r _.... I:< W W1uxr(/SEQUENTIAL ARROBOAR� I ✓'" ,r I f P`BANK CONTINUATION LINE I W GOWE ST kV FnU ry tlY W y,y 420-T I I y'�pnn " 1 WEG-1 I ' L R ¶ N AOVgNCE WARNING SIGNS SPACED 0 IS)OR AS SPACE I I REFALLER TO SIGN SPACING CHART b I IP MI6, 00000 lP G., GENERAL NOTES: KE A T _ M "'X',Iumulllmul 1,ALL SIGNS AND SPACING SHALL CONFORM TO THE MULCT AND W♦5 H I N O r I R CITY OF KENT SPECS, 2,NOTIFY ALL LOCAL EMERGENCY SERVICES OF CLOSURE TIMES INN'spAfAy2 City of Kent AND DATES(OPTIONAL) E,AI I IY f IDrEo cmI I TY INI INOLOl'JD TfRU1.YYOIN IIIN ADVAIVGE DE I DAIS 3UTAPPNISNI J) A WomK(ImnrvDEAUFORr)E HILS110 Ja.IYIAY: !OF 4 `11,o, Drew Holcomb 4th S.Meeker A SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY NA6,U MUMNEPo r.'T"i PYGakd'Y IA FARM CONDITIONS. I2558-858.5561 None WA S. PROTECTIVE VEH I C LE RECOM MENDED-MAY DE A WE RN VEHICLE. IIIf OYOP',NIIMUIUIImAM1:A'I WWMAIF.M fIN�A YI, 6,ALL SIGNS MIN,43"X 4B"UNLESS OTHERWISE SPECIFIED, 1, CE r1 ANNE NEIRON DEVICES ARE 23"REFL,CONES ses TABLE(1)lot VryFWAplIX 4Y 1 IYEB so Pacing distances). 9„ALL SPACING MAY RE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS ARMOR DRIVEWAYS MAdt " ehr35i47(1n1fBDetvn9ra'1 net THOMAS -X MINIMUM LANE OID)ENESE TAPER E:R LENGTH L B.G TRAFFIC CONTROL PLAN SIGry l 1 VVI El 1.BIBIN F.. or.1-1,1_111 15 I'll,.11, A or P_Wd S,BIDS NN KENT, WA IRGII_�r IBF5_ 1!FI M� ANIFTH N el a 2" 2, TIFF rE.N Bl; 2" Y,, -11, W E 11 IDII t�—an'—"n M_ iT 125 IEN AN 6B, FIF �o, I ;of A.; III AL FEA ING NAT BE FLUNTEE TQ AFN..NGBATF INTE111AGED R AND ATIRYLL INTERE CTINGE AMD FRIBEV,­ Ill T NI A ABATING BAY BE NEDYFEN IN OBBAN Ello To FIT IS o NG EFDAY1111 B.JANGEB' NOT TO SCALE CHAFODNEGOTBA DEVICE SRI HBOT 0 Right lane on SB 4th Ave S closed in advance of W Meeker L I i o �, I I A St. A t ...........—0. 0 Sidewalk/Crosswalk closed within work area. AN ll 0 Sidewalk/Crosswalk closure shall remain in place during non-working hours. 0 METRO FOOD present In work area. Notify King County METRO of work firroshl SEE GENERAL 10. 0 REASON: Now Meeker St&4th Ave Complete Streets Project ADVANCE WARNING SIGNS Rl I SPACED @(X)OR AS SPACEAMFFAK DIV. ALLOWS IN20 1 REFER TO SIGN SPACING CHARTfauna BB 121 1 W GOWE ST ............ .......... 24 36 ."A ;zltuaI <,11DIIIIII I .,,AS w19 Nro R9 11 LEGEND ..................❑. Aff WORK AREA 2L No.IV IN 111 28'REFL.CONE MH SIGN LOCATION k d PROTECTIVE/WORK VEHICLE L= > BE EXISTING TRAFFIC FLOW 119-11 PLACED Do AT NEAREST R, SEQUENTIAL ARROWBOARD CROSSWALK 36 N IN . ....... 24 x 3e" OH1 21 1 N�'BWI 36 24 LByy • TVUbswne > `EG_ G/ R9 9 Rq Ixc I, tLy ............... 8 Heft C.HV UOK W MEEKER ST JR, r24 S LIPE or, NFf", ..G_ RIF 3xC G_ALL HIN orTo, , LA A 20 1 GENERAL NOTES: I ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECS. 2 MOTIF Y ALL LOCAL EMERGENCY SERVICES OF CLOSURE TIMES rahlyo4loo, AND DATES(OPTIONAL) 3 BUR.R r KING BONN fY mf I Go VONA CAUL NICK IN ADVANCE 05 BROAGO AN11"'. WORK(MANDAVORY)q RUSINE98 DAYS: 206477 1140. Crow Holcomb 411h&Meeker 4 SIGN GRATIN G MAY BE RE DENIED IN URBAN AREAS TO FIT ROADVIVION VNICK TRANDEN'.B-I MI IWAIII CONDITIONS Kent 5 PROTECTIVE VEHICLE RECOMMENDED-MM BE A WORK VEHICLE WA F RAM9%_SMAM 1 .7 ALL SIGNS MIN,48'X 48"UNLESS OTHERWISE SPECIFIED. 'Fe� 7 CHANNEINISCYTION DEVICES ARE 28 FEEL CONES III TABLE Ill for spacing U.I.M.-AL A ALL SPACIN G MAY BE ADJUSTED TO ACCOM MODATE AT-GRADE Chin,Go.. 991.911 INTERSECTIONS ANDFOR DRIVEWAYS 14.." chrisolradl MINIMUM LANE cLNsuAe TAPER LEucrry `L(I�),,,,,,,,, TRAFFIC CONTROL PLAN E BIT r ... .. „ , m n t Pdf KENT,WA IT F rvAs n M u n !, Bee s e " I.. N , w* I IF e I .. W E m Iv -FILBY I,FIT S TAaLEaII Typical Right Lane Closure NOT TO SCALE 1.1.Cwgrv11(DW oaudGE gRgLINSi Irq q 0 Right lane on SB 4[h Ave S closed in advance of W Meeker Nu .I m .e SL rvo m ' 0 Sidewalk/Crosswalk closed within work area. •' 'Y1P k '"_.. 0Sidewalk/Crosswalk closure shall remain in place during non-working hours. 0 METRO route present in work area. Notify King County METRO of work timestdates. SEE GENERAL.NOTE#3. 0 REASON: Now Meeker St&Ain Ave Complete Streets Project ADVANCE WARNING SIGNS A SPACED @(X)OR AS SPACE� ALLOWS. '"`F,+ n.,✓ ( m dT� w2a-1 REFER TO SIGN SPADING CHART y 'Y a II,`y eneu BY W GOWE ST za" as" LEGEND u` aI'n ,',' 1 •.. Loses 'wV:G : WORK AREA 'CV w,xa N ./„W aneo-R Tt i'✓Y w20 1 pni 20sR I R9-18 A v w M w 28"REFL,CONE 44 SIGN LOCATION y ...-...-t o PROTECTIVE/WORK VEHICLE �'�, wa zL 9 p �- EXISTING TRAFFIC FLOW � �I V +1+.: SEQUENTIAL ARROWBOARD 's A A 75' OR it nl a� OR w^ 28"DOI.Cone u NO ENCROACHMENT ON THIS TRAVELED 4 LANE IS PERMITTED. IF ENCROACHMENT B " ( -le .Ta" EF IS NECESSARY,LANE SHALL 8E CLOSED 1 '� caosswaLx /r ryre '4exq/ 1'F RSSR 'N+, j ems' R93xC / WLo-1 113 Y s4' III' �I y L L r. �b, ' : e a, W MEEKER ST 24".as" unwYY'� .,m', ha"'A.. f`LOq Eq.� "..�ff swMx BADR9 axc mrsel y,Al�anlw ,T .,,M,n' wao ae za ,..... 1e ,5 Re-rl �sl wLx�/" ..� N I I �� R9-1f PLACED fR99 I I AT NEAREST CROSSWALK 24 16 R9-tt PLACED ' Y ' illlm'slmGI11,Dw,, AT I S�IrA �' oxx w._.<.,. GENERAL NOTES: W GOWE ST xa,ena " a K EAR T v"IMwwwN 1 CB OF KENT SPECS SHALL CONFORM TO THE MUTLD AND R911 11 AIIT eoTOn NOTIFY VEN TSPECS 2 NOTIFYALS LOCAL EMERGENCY SERVICES OF CLOSURE TIMES A"" "ISIMNUYOM ('ylt of Kent ANGTKIN COUNNAL, _ 5,ALERT KING COUNTY MEYRO CONSTRUCTION tlPd gIyVANCa OF ROAD drm " W'ert+Yxgrt SI fflUiflY'1@ veON SPACING MAY RECRIBEEN URBAN REAS T SLI[sERVIS()R DY®W Holcomb dRoIsY1 mkmr 4.SIGN SPACING MAY BE REOULEOIN URBgN AREAS TO FIT ROADWAY IN 2M. NUrXIrypRpWl'.I WRu'1IW Keni WA CONDITIONS, A" OSrZ'S.$S9 Rmm WA 5.PROTECTIVEVEXIL RECOMM UNLESSENDED-MAY THERWI BE WORK VEHICLE, ea 114YM{YIU AAIIPH(M1txl n{i'YTx,T IYVYM FM VM1IS e ALLSIGCHANNUNS MIN 4 X40DEVICES UNLESS HEEL CONES SE TA At T,L HANNELIZATION DEVICES ARE 39"REEL CONES(see TAeLE(1)forMY -- I --- oo, 8,ALL SPACIING MAYBE ADJUSTED TO ACCOMMODATE AT-GRADE F T .1ld.SFai3li.;7„S.:.LA.�.A.___.. INTERSECTIONS ANNINR DRIVEWAYS I sov,. mlrrlsW,tTaMbecoatrol' lan,nat I BEGN BRALtNR o x MIN'MUM LANE CLOSURE tnvea LENGTH L o»4 --' TRAFFIC CONTROL PLAN IT I a NT KE A lm 1 .. ,6o:,ee sue a"i - H W P 4 NI w r TT o Y W R d', i w (21 ARSnnaowav KEY En IT URBAN ACCAT 10 FIT N S ALDEC AIIo FBI R Tcwava roof TABLE p,M NOT TO SCALE o .Nof ..__. cNANxEuzATu>w oevlcE T icaN Laft Lope Cl'aspra-Work lia and.Nntersaertialt RA sPAOIN p .. r E - *aw nI ' " o Left lane on SEI 4th Ave S closed in advance of W Meeker w• •, 7�mIT ^�.v St. Closure continues south of Meeker for 100'•I o Crosswalk closed within work area. o METRO route present in work area. Notify King County METRO of work timesldates" SEE GENERAL NOTE#3. o REASON: Now Mocker St&4th Ave Complete Streets Project ADVANCE WARNING SIGNS SPACED @(%)OR AS SPACE( a"q.NR P ALLOWS. '1✓x'�W�20.1 „'c, �... 1 d nrM.ra''n, REFER TO SIGN SPACING CHART I m IV20-1 W GOWE ST LEGEND WORK AREA I IwMw1.11 28"REFL, CONE I H SIGN LOCATION /N" I CY II ......._ I PROTECTIVE/WORK VEHICLE fwn zR I EXISTING TRAFFIC FLOW A X SEQUENTIAL ARROWBOARD P mII W..<.a.'•I H M I Is A 2A 6 N ,"an eye } u W2U, R9s __.._k ........ ..®._... WMEEKER ST 36 x 24 24 96 ' � '+.f CROBA WPLX y, 4POSSW 1I��.f• Y," 0.0.0.R9-3XIC " 111 /V,. k 5 IT o,.J IT �p� W20-1 R9e%C ,,..� '25� N.,.„. YL of M 28"ReO,Cone " II 00 "I ,„,,,�', I ,I�MIInIIMdII�,W� GENERAL NOTES: MATCH �PAGE 8 "I'MAIIRRAT1110,00'0 KEN T ,,ALL SIGNS AND SPACING SHALL CONFORM TO THE MULCT AND 'F y Vis INoioN CITY OF KENT SPECS __________ 2.NOTIFY ALL LOCAL EMERGENCY SERVICES OF CLOSURE TIMES [TRAM..." AND DATES(OPTIONAL), G1 tgl Of K8 1 J.IFII IT KIlYS C DUIV TV IN111 P1)C'ONDTgUCY161'J IN ADH,,F(.E DF FAIA0 4W1v Wt vIxNM.iWwYXUJ. SATEISiA ..��'J ca, wnraK(Iwnrvomrcnaq Hn.orals¢DAYB.eon-4'rr.vu,au. '�f,!1'I rtVfSClB'd Dwaw Nolclom6 4th$Meeker 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY W F�kpl dNmoV AgYc UGni0P0 CONDITIONS. x K@ntA B, PROTECTIVE VEHICLE RECOMMENDED-MAY BEAWORK VEHICLE pW ew. f{I UNF NIIMNFIY1�nS B.6G NM 1 A'S 6 ALL SIGNS MIN SIR A 4S'UNLESS OTHERWISE SPECIFIED, !AC V0! ] CHANNELIZATION DEVICES ARE IS REEL CONES(see TABLE(1)IUr aflafl AL spacing elslG MAY 11 pX Y.+v_ tlW!VANWh WY.... IIt 9 B,ALL SPACING MAY BE ADNSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS ANDIOR DRIVEN'AVS MAIL ckrl s@ trafid coonlrol''. I BR BDI. SIGN SPACING % MINIMUM LANE CLOSURE TAPER LENGTH L(lwl) TRAFFIC CONTROL PLAN I'll ArnzFW w m u (( r ,'i au a t rbv KENT,WA oil A AT A, I, N R { ...m ' 4 f.l (5 ✓rs sn /n. +Eo -moo Etti FM { 0 ao... W � E LV AN ITS AT GRADE IN INALUIRAL,AN'ANG-11 I2I N,IF NEAR EU IN unxnx IF"11: 'IT 4NpvIWY S TABLE tat .. ...... NOT TO SCALE CHANNELILATION-DEVICE aPArDMN (Io IT 'AA9 „ y NNk „ Ty ip tall Left Lane Closure k.I. 0 Left lane on NB 4th Ave S closed in advance of W Meeker J St. 0 METRO route present in work area. Notify King County METRO of work Hinesidges. SEE GENERAL.NOTE 0, 0 REASON: New Meeker St d 4th Ave Complete Streets Project MATCH PAGE 7 28"Refl.Cone A ul 8 1� I Do a Iv �^I L=715' � I+rTM I I I I I I I I „ vwppy t nwnn+A� J11 ' woo-I � 1 TL _.......... ........................ W GOWE ST rviia� f' I !a, weal liIN n�»r 1 e W205 MAP �..., I IIL I1 Go- LEGEND W2a-1 ( T11 IN M M 28'REEL. CONE H SIGN LOCATION ADVANCE WARNING SIGNS SPACED @(%)OR AS SPACE ALLOWS. SUPRRVII It" EXISTING TRAFFIC FLOW REFER TO SIGN SPACING CHART NINE �tf✓ SEQUENTIAL ARROWBOARD PAR DATE GDANTO �um GENERAL NOTES: NN'xaaxetl'A"'„� KE14T f,ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND W e s ry I u A T o G CITY OF KENT SPECS J AN ODATALL ES(OPTIONAL) EMERGENCY SERVICES OF CLOSURE TIMES h9rvYRMCI!®P [',it Of Kent J,AIJ?.KY KING TONG TV MIEAMO CON,3TIMUCf,GN IN GL VANCE OF ROIAU M."IN RIS JRVAGr KONR)Mnwonm;rav soUBONr:r,G nova.2PJ607_114n. Draw Holcomb _ _____ 4th 3 Meeker 4,SIGN SPACING MAYBE REDUCED IN URBAN AREAS TO FIT ROADWAY �I rl7Ne .IJ�eplapm wl PNEJPD(DDRIARAR CONOITI0AN pph�Tl KBUHI WA S,PROTECTIVEVEHIC LEBECOMMENDED-MAY BEA WORK VEHICLE, "I,#FNy p,pyln.� jF'@'I'yTnTnl¢i"" pA4P. 6. ALL SIGNS MIN 49"%4B"UNLESS OTHERWISE SPECIFIED T.CHANEBACTION DEVICES ARE 28 FEEL.CONES(N-TABLE(11)for API'LincrMAND—) nM vAwem uv B„ALL SPACING MAYBE ADJUSTED TO ACCOMMODATE AT GRADE {jhY v 913 INTERSECTIONS ANOIDR DRIVEWAYS, AM.W clvis�krafBeeanlroY Ian.nBl to i 3 o grimy° � U rfit arrrn �' U a v^ r v # M 20 e a m e J .c,On rvk beau o ° E ae r m --25� ORc � c � N ^n LL eA o a ' 3d r o A O i `o iti _ V oeo �t 7 u ..1 H '. O d�UUC 'R^ y, N y Q aZ 32 u r w 3 CZS a m 0000 0 x s _ 4 AVE S_ __ K U Y 4 uA Z O F G Q a z 4Y f < J U Z H C7 w O U Z Z ey w m w 0� L Z (3 Z O w Q K X O J � .AAF- c Q n E Ul u z y IN � .:S Woio C �✓� f ssoN s. yLL w w w 0 wl. p ^o C ¢W as a @ y 4wJ o ° °.� r'¢ "s r.. 4 w 1 rc IM J m eye � .N 5 w W ax�3m a � o F.o K z 3 Z u 5 --L YM1M�4IWI y�«. g w m wY $ a � AA (X as �' � g , rn v c ✓3q �. ..[' ry13 �� ,✓� 'Sys O (\ &9 C y N `w p E `o r 3 m 2, E? -6 3 a� oo "s 45 o - om y WW mwO i V ¢G^ 75 o d m U U c eC Ili o o a W 0 x C of �- o� � o ya m av O� 2 Y AAA A n m 111 — — — ..— 4� .m .... ........ N e � W 4"E5 54 rt �y (J > w z F O W J LL z <; z o ci ✓� 'S'': ¢ U F Q lJL O Z U Z Z n zi " W Y W J H H f,v:i m W V, K CL Z Q O Z x -x„ : W O m J rY x O On ._x \o a z �.... fsc Wra � mw x' ¢ mi�N f 3 4cQixm * ti$� Ywr O m m„o s rcc�j po ud " . z u Y voa: e: "0 Y1 is as ° c m> zWz yOviF W � F 1 d> wo u wwm: a�om H a .o m z mS YTAJ fi -� ¢z lzN E�Ei� F P f ou6 Y QO 1 ��yy ,° w mpg, mz Pam i P E A► I LI 111E WAGE RATES i 4`" & Meeker Complete Streets/Langholz A - 4 July 25, 201 B Project Number: 17-3019 Page 1 of 18 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 08/14/2018 County 'grade ,lob 0assification Wap, Holiday Overtime Note ` .. King Asbestos Abatement Workers Journey Level $46.57 5D 1H King Boilermakers Journey Level $66.54 5N 1C King Brick Mason Journey Level $55.82 5A 1M King Brick Mason Pointer-Caulker-Cleaner $55.82 5A _ 1M King Builrlirrg Service l mployee.: Janitor $23.73 5S 2F King BuRdinQ Sr Lvi e i'.Rjp r*cs Traveling Waxer/Shampooer $24.18 5S 2F King ESuticl%l3z 5e vice i_l:mpl :*e Window Cleaner (Non- $27.23 5S 2F Scaffold) King Buitdin Srivice Lmp[oy2gLs Window Cleaner (Scaffold) $28.13 5S 2F King j rbint�rt Makris 6lru Shoy_w) Journey Level $22.74 1 King Carrmiters Acoustical Worker $57.181 5D 4C King Carpenters Bridge, Dock And Wharf $57.18 5D 4C Carpenters King Carpernters Carpenter $57.18 5D 4C King Carpenters Carpenters on Stationary Tools $57.31 5D 4C King C,pra�lers Creosoted Material $57.28 5D 4C King C:'U2 terU Floor Finisher $57.18 5D 4C King Car1aent rs Floor Layer $57.18 SDr4C King Carpp.L)tcrs Scaffold Erector $57.18 5DKing Cement Masons Journey Level $57.21 7AKing Divers & Tenders Bell/Vehicle or Submersible $110.54 5DOperator (Not Under Pressure) king Divers Ft Tenders Dive Supervisor/Master $72.97 5D King Divers Ft Tenders Diver $110.54 5D 4C 8V g Y $67.97 SD ...... 4C Kin Divers F Tenders Diver On Standby _ _ King Divers Ft Tenders Diver Tender $61.65 5D 4C King Divers 4 Tenders Manifold Operator $61.65 5D 4C King Divers Ft Tenders Manifold Operator Mixed Gas $66.65 5D 4C King Divers t Tenders Remote Operated Vehicle $61.65 5D 4C Operator/Technician King Dives E-T.enders $57.43 5A 4C httnS://fortress.wa.aov/Ini/waaelonkun/nrvWaaelnnkun_asnx 7/?S/7n1R Page 2 of 18 Remote Operated Vehicle Tender I King PLgdEL Woi k-i Assistant Engineer $56.44 5D 3F King Dredge_Workers Assistant Mate (Deckhand) -_$56.00 5D 3F King Dredge Wbrkr=rs Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F King Qi_�edg,e_Workers Leverman, Hydraulic __$58.67 5D 03F King 2il(tc1pe AWarkets Mates $56.44 5D 3F King gr-CL(L910 workers Oiler $56.00 5D 3F King Dj�yyvLU Aj)j)Ucalor Journey Level $56.78 5D 1 H King qrv�� Journey Level $57.43 SIP 1 E 1 King Electrical Fixture Maintenance Journey Level $28.99 5L 1E Workers King Electricians - Inside Cable Splicer $76.96 7C 4E King Electricians - Inside Cable Splicer (tunnel) $82.24 7C 4E King Electricians - Inside Certified Welder $74.38 7C 4E King Electricians - Inside Certified Welder (tunnel) $79.80 7C 4E King Electricians - Inside Construction Stock Person $39.69 7C 4E King Electricians - Inside Journey Level $71.80 7C 4E King Electricians,,,,- Inside Inside Journey Level (tunnel) $76.96 7C 4E ............. King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Sho Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $79.43 5A 4D Construction King Electricians - Powerline Certified Line Welder $69.75 5A 4D Construction King Electricians - Powerline Groundperson $46.28 5A 4D Construction King Electricians - Powerline Heavy Line Equipment $69.75 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $69.75 5A 4D Electricians I King Electricians - Powerline Line Equipment Operator $59.01 5A 4D Construction King Electricians - Powerline Meter Installer $46.28 5A 4D 8W Construction King Electricians - Powerline Pole Sprayer $69.75 5A 4D Construction ----------- King Electricians Powerline Powderperson $52.20 5A 4D Construction King Electronic Technicians Journey Level $31.00 King Elevator Constructors Mechanic $91.24 7D 4A King Elevator Constructors Mechanic In Charge $98.51 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $17.72 5B 1R Products Work Only King Fence Erectors Fence Erector $15.18 King E_[a,9_q!m Journey Level $39.48 7A 31 King Glaziers Journey Level 1 $61.81.1 . LL ly httDS://fortress.wa.aov/lni/waaelookUD/DrvWaaelookUD.asDx 7/25/2018 Page 3Uf 18 King Heat EL Frost InsWators And Journeyman $67.93 5JI 4H Asbestos Workers King Heating EqUipment Mechanics Journey Level $78.17 7F 1E King Hod Carriers ft Mason Tenders Journey Level $48.02 7A 31 King Industrial Power Vacuum Journey Level Cleaner King Inland Boatmen Boat Operator $61.41 5B I K King Inland Boatmen Deckhand Engineer $58.81 5B IK King Inland Boatmen Launch Operator $58.89 5B IK King Inland Boatmen Mate $57.31 5B 1K Of Sewer a Water SVsterns By Operator _ S,*,tiori/CtccinLrlg/Scating Grout Truck Operator Remote Control Remote Control King IrLsI'LoctLon Of Sewer R Water.�jy�tp Remote Control King jrlLpgcti�j Tv Truck Operator -�20.45' 1 Remote Control King Laborers Air, Gas Or Electric Vibrating $46.57 7A 31 Screed King Laborers Airtrac Drill Operator $48.021 7A 31 King Labot ers Ballast Regular Machine $46.57 7A 31 King Laborers Brick Pavers $46.57 7A 21 King Laborers Brush Hog Feeder $46.57 7A 31 King Laborers Caisson Worker ----�48.02 7A 31 King Laborers Carpenter Tender $46.57 7A 31 King Laborers Cement Finisher Tender $46.57 7A 31 King Laborers Change House Or Dry Shack $46.57 7A 31 King, Laborers Chipping Gun (under 30 Lbs.) $46.57 7A 31 httn--//fo,frn,;(;.vvn.00v/|ni/w,:iop|ook|/n/nrvVVan+|nnk/ m aqny 7/7L;/701X Page 4 of 18 King Laboiec's Chuck Tender $46.57 7A 31 King Laborers Clary Power Spreader $47.44 7A 31 King Laborers Clean-up Laborer $46.57 7A 311 ......_- — — King Laborers Concrete Dumper/chute $47.44 7A 31 Operator King Laborers Concrete Form Stripper $46.57 7A 31 King 'Laborers Concrete Placement Crew $47.44 7A 31 King Laborers Concrete Saw Operator/core $47.44 7A 31 Driller King ILaborers Crusher Feeder $39.48 7A 31 T ._ Curing Laborer $46.57 7A King Laborers 31, — King Laborers Demolition: Wrecking 13 $46.57 7A 31 Moving (incl. Charred — Material) King Laborers Ditch Digger $46.57 7A 31 King Laborers Diver $48.02 7A 31 King Laborers Drill Operator $47.44 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $46.57 7A 31 King Laborers Dump Person $46.57 7A 31 King Laborers Epoxy Technician $46.571 7A 31 King Laborers Erosion Control Worker $46.57 7A 31 King Laborers Faller Ft Bucker Chain Saw $47.44 7A 31 King Laborers Fine Graders $46.57 7A 31 King Laborers Firewatch $39.48 7A 31 King Labprers Form Setter $46.57 7A 31 King Laborers Gabian Basket Builders $46.57 7A 31 King Laborers General Laborer $46.57 7A 31 King Laborers Grade Checker Et Transit $48.02 7A 31 Person King Laborers Grinders $46.57 7A 31 King Laborers Grout Machine Tender $46.57 7A 31 King Laborers Groutmen (pressure)including $47.44 7A 31 Post Tension Beams King Laborers Guardrail Erector $46.57 7A 31 King Laborers Hazardous Waste Worker $48.02 7A 3( (level A) King Laborers Hazardous Waste Worker $47.441 7A 31 (level B) King Laborers Hazardous Waste Worker $46.57i 7A 31 (level C) King Laborers High Scaler $48.0"L /A 31 King Laborers Jackhammer $47.441 7A 31 King Laborers Laserbeam Operator $47.44 7A 31 King Laborers Maintenance Person $46.57I 7A 31 King Laborers Manhole Builder-mudman $47.441 7A 31 King ILaboreis IMaterial Yard Person $46.57 7A 31 httos://fortress.wa.aov/Ini/waaelookuo/DrvWaaelookUD.aSDX 7/25/2018 Page 5 of 18 King Lai)orer.5 Motorman-dinky Locomotive $47.441 7A 31 King Laborers Nozzleman (concrete Pump, $47.44 7A 31 , Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Ft Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $47.44 7A 31 King Laborers Pilot Car $39.48 7A 31 King Laborers Pipe Layer Lead $48.02 7A 31 King Laborers Pipe Layer/tailor $47.44 7A 31 King Laborers Pipe Pot Tender $47.44 7A 31 King.. Laborers Pipe Reliner $47.44 7A 31 King laborers Pipe Wrapper $47.441 7A 31 g $46.57 7A 31 Kin Laborers Pot Tender King Laborers Powderman $48.02 7A 31 King Laborers Powderman's Helper $46.57 7A 31 King Laborers Power Jacks $47.44 7A 31 King Laborers Railroad Spike Puller - Power $47.44 7A 31 King Laborers Raker - Asphalt $48.02 7A 31 King Laborers Re-timberman $48.02 7A 31 King Laborers Remote Equipment Operator $47.44 7A 31 King Laborers Rigger/signal Person $47.44 7A 31 King Laborers Rip Rap Person $46.571 7A 31 King Laborers Rivet Buster $47.44 7A 31 King Laborers Rodder $47.44 7A 31 King Laborers Scaffold Erector $46.57 7A 31 King Laborers Scale Person $46.57 7A 31 King Laborers Sloper (over 20") _ $47.44 7A 31 g P Sprayer $46.57 7A 31 Kin Laborers Slo erS ra er King Laborers Spreader (concrete) $47.44 7A 31 King Laborers Stake Hopper $46.57 7A 31 King Laborers Stock Piler $46.57 7A 31 King Laborers Tamper Et Similar Electric, Air $47.44 7A 31 Et Gas Operated Toots King Laborers Tamper multi le Et Setf- $47.44 _ 31 _ propelled) King Laborers Timber Person - Sewer $47.44 7A 31 (lagger, Shorer Ft Cribber) King Laborers Tootroom Person (at Jobsite) $46.57 7A 31 King Laborers Topper $46.57 7A 31 King Laborers Track Laborer $46.57 7A 31 King Laborers Track Liner (power) $47.44 7A 31 King Laborers Traffic Control Laborer $42.22 7A 31 8R King Laborers Traffic Control Supervisor $42.22 7A 31 8R King Laborers Truck Spotter $46.57 7A 31 King Laborers Tugger Operator $47.44 7A 31 httos://fortress.wa.00v/Ini/waaelonkiir)/nrvWanelnnkiin acnx 7/7S/?n1R Page 6 of 18 King Laborers, Tunnel Work-Compressed Air $92.60 7A 31 8D Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $97.63 7A 31 Worker 30.01-44.00 psi King Laborcrs Tunnel Work-Compressed Air $101.31 7A 31 8Q Worker 44-01-54.00 psi King Labo__rer_s Tunnel Work-Compressed Air $107.01 7A 31 Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $109.13 7A 31 Sg Worker 60.01-64.00 psi King 'Laborers Tunnel Work-Compressed Air $114.23 7A 31 8Q Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $116.13 7A 31 Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $118.13 7A 31 8S Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air L$48.12 7A 31 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock 7A 31 8� Tender King Laborers Tunnel Work-Miner 7A 31 BQ King Laborers Vibrator 7A 31 King Laborers Vinyl Seamer $46.57 7A 31 King Laborers Watchman $35.88 7A 31 King Laborers Welder $47.44 7A 31 King Laborers Well Point Laborer $47.44 7A 31 King Laborers Window Washer/cleaner $35.88 7A 31 King I-abprcrs - Underpround Sewer General Laborer 8 Topman $46.57 7A 31 8 Water King Laborers - Underground Sewer Pipe Layer $47.44 7A 31 8: Water King Landscaj)e Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Cg!15 ruction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $56.78 5D 1H King Marble Setters Journey Level $55.82 5A 1M King Metal Fabricatio_n_fln Shop Fitter $15.86 1 King Metal Fabrication In '5hoL31 Laborer $11.50I 1 _ _ King Metal Fabr icaCion In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop, Painter $11.50 1 King Metal Fabrication (in Shop), Welder $15.48 1 King Millwri.0it Journey Level $58.68 5D 4C King MQ LSlar Buildings Cabinet Assembly $11.56 1 King Modular Bui(dings. Electrician $11.56 1 King Modular BuKcinps Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 httDS://fortress.wa.aov/Ini/waaelookuD/DrvWaaelookuo.asr)x 7/25/2018 Page 7Of 18 King Modular Builcfinu­ Production Worker -�l 1.50 1 King Painters Journey Level $41.60 6Z 2B King Pile Driver Crew Tender $52.37 5D 4C Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - $76.35 5D 4C Compressed Air Worker 30.01 King Pile Driver Hyperbaric Worker - $80.35 SID 4C Compressed Air Worker 44.01 Compressed Air Worker 54.01 60.00 PSI King Pile Driver Hyperbaric Worker - $87.85 5D 4C Compressed Air Worker 60.01 King Pile Driver Hyperbaric Worker - 85 LD 4C Compressed Air Worker 64.01 68.00 PSI King Pile Driver Hyperbaric Worker - $94.85 SID 4C Compressed Air Worker 68.01 King Pile Driver Hyperbaric Worker - $96.85 SO 4C Compressed Air Worker 70.01 72.00 PSI Compressed Air Worker 72.01 74.00 PSI King Pile Driver Journey Level $57.43 5D 4C King Plasterers Journey Level $54.89 jE 1R King Playground ft Park Equipment Journey Level $11.50 1 Installers King Power Equipment Operators, Barrier Machine (zipper) $59.96 7A 3C 8P King eLa to rs. Batch Plant Operator, $59.96 7A 3C 8P Concrete Equipment King ?m wer htto,;-//fnrtre�c;-vva-onv/|ni/vvAoe|ook|m/orvVVani-|nok//n avnv 7 A1A Page 8 of 18 King Powea Equipirrent Operator Compressor $56.90 7A 3C P ---—--­­- ­­------King Power EcW�i2no��nL Cator� Concrete Pump: Truck Mount $60.49 7A 3C 8P Qp.t With Boom Attachment Over 42 M King Power Equipment 0 erators Concrete Finish Machine -laser $56.90 7A 3C 8P IL_ — — Screed King Power Equipment, Operators Concrete Pump - Mounted Or $59.49 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power EquiIx rqLors Concrete Pump: Truck Mount $59.96, 7A X SP With Boom Attachment Up To 42m King Power Crluipxrrcnt Oiroerator9 Conveyors $59.49 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and $62.33 7A 3C 8P ,over King Power Equipment Operators Cranes: 20 Tons Through 44 $59.96 7A 3C 8P Tons With Attachments King Power Equipment Operator Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P 250' of boom including jib with attachments King Power Egwpment Operator Cranes: 300 tons and over or $62.33 7A 3C 8P 300' of boom including jib with attachments King RpwqLEqgjpMtIf-I-Calqrs.Qp -i—P Cranes: 45 Tons Through 99 $60.49 7A 3C Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $56.90 7A 3Cmm 8P Under King Power_QLqjp I ment Operato-s Cranes: Friction cranes $61.72 7A 3C 8P through 199 tons King Power Equipment.OP&I-4015 Cranes: Through 19 Tons With $59.49 7A X 8P Attachments A-frame Over 10 Tons .................._......-- King Ro)ff;r Equji L r1iqntOperators Crusher $59.96 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $59.96 7A 3C SP (power) King Power Equiprhem: OpcLptoE§ Derricks, On Building Work $60.49 7A 3C 8P King Power LjjLrne t (�p ,�rAtQ[s Dozers D-9 Et Under $59.49 7A 3C 8P L _ _ —, — — — , King Power Equipment Operators Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P Or Crane Mnnnf King Power Equipment Operators Drilling Machine $61.10 7A I LC LP King Power Equipment Operators Elevator And Man-lift: $56.90 7A X 8P �L Permanent And Shaft Type King Power Lc�La to r s Finishing Machine, Bidwell $59.96 7A 3C 8P And Gamaco Et Similar Equipment King Power Uquiner a OL: p t $59.49, LA 3C 8P I )ejuwtors httr)s://fortress.wa.cov/lni/waaelookuo/DrvWaaelookuD.asr)x 7/25/2018 PaqegVf 18 Forklift: 3000 Lbs And Over With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $56.90 7A 3C 8P With Attachments King Power Equlpmenio0j�erators Grade Engineer: Using Blue $59.96 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Hard Tait End Dump $60.49 7A 3C 8P Articulating Off- Road King Eower Equiprnent Op-�r�atoors Hard Tait End Dump Articulating Off-road Equipment Under 45 Yards Locator King VO.Ver EROpillerILOpLrators Horizontal/direction at Drill $59.96 7A 3C 8P Operator King Power Ecuiomeni,Op��,iatois Hydralifts/boorn Trucks Over $59.49 7A 3C 8P 10 Tons Tons And Under King Eg�e gL�p�� Loader Overhead 8 Yards. 8: $61.10 7A 3C 8P LE Over King Power EouiDmenf Ooerators Loader, Overhead, 6 Yards, $60.49 7A 3C 8P But Not Including 8 Yards King PgVerEctuipment Op rators Loaders, Overhead Under 6 $59.96 7A 3C 8P Yards King �qvvE�r Eq�ipment Operators Loaders, Plant Feed $59.96 7A 3C 8P King PowerEq"im�, it r� oi� Loaders: Elevating Type Belt $59.49 7A 3C 8P King Power Equipment Operatcos Material Transfer Device $59.96 7A 3C 8P $0.50 Per How Over King Power Equipment Operators Motor Patrol Graders $60.49 7A 3C 8P King Eovver Equipment Operators Mucking Machine, Mote, $60.49 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King �qy�ff._L�jjgipijivnt Operators Oil Distributors, Blower $56.913 7A 3C 8P Distribution Ft Mulch Seeding Operator King Power EQUirIfflept 0 erat0fS Outside Hoists (elevators And $59.49 7A 3C 8P King Power Equipment Operators Overhead, Bridge Type Crane: $59.96 7A 3C 8P 20 Tons Through 44 Tons King Power ECILlipment Operators Overhead, Bridge Type: 100 $61.10 7A X 8P Tons And Over King power.Equipment_Operator� Overhead, Bridge Type: 45 $60.49 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $56,90� ZA J_3C 8P htfn--//fnrtrenq.vvn.00v/|ni/vvnne|ook/m/nrvVVaop|nnk/ma-,nv 7/}L;/7018 Page 10 of 18 King Power_EqL3jpment O2ffaIM Pile Driver (other Than Crane $59.96 7A 3C 8P I Mount) King lov --or-s_ — —PK)wELE�Mkprnp I )�orat Plant Oiler - Asphalt, Crusher $59.49 7A 3C SP King Power Equipinf-,,nt Operators Posthote Digger, Mechanical $56.90 7A 3C 8P King Power Equipment Operators Power Plant $56.90 7A 3C 813 King P2wLr -(Ljipmtnt 0)erajoLi s Pumps - Water $56.90. 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $60.491 ZA L 8P I King FpVci Eqyjj) qeijt ia cs Quick Tower - No Cab, Under $56.90 7A 3C 8P 100 Feet In Height Based To Boom King PvVer ULUi E Remote Control Operator On $60.49 7A 3C 8P Rubber Tired Earth Moving —po—Wea—ml-linplit Op Equipment King Operators Rigger And Bellman $56.901 7A 3C 8P King Rigger/Signal Person, Bellman $59.49 7A 3C 8P (Certified) King Equipment OjjtLaLors Rollagon $60.49 7A 3C 8P King )erator $ . 8P ov�Lr Equipment, 0 s Roller, Other Than Plant Mix $56.90 7A 3C King Power Equipment Operators Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Materials King Power Uc gOperators, Roto-mitt, Roto-grinder $59.96 7A 3C 8P King Power Eg Saws - Concrete $59.49 7A LC PP King Power Equipment Operators Scraper, Self Propelled Under $59.96 7A 3C 813 45 Yards King stars Scrapers - Concrete Et Carry $59.49 7A 3C 8P All King Power' Equipment Operators Scrapers, Self-propelled: 45 $60.49 7A 3C 8P �Yards And Over King Power E ui k ment perators Service Engineers - Equipment $59.49 7A 3C 8P King Power Equipment Operato IShotcrete/gunite Equipment $56.90 7A 33C 8P King Power Equipment, Operators Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Tractors Under 15 Metric Tons. King Power Ecluipment Operators Shove[, Excavator, Backhoe:: $60.49 7A 3C 813 Over 30 Metric Tons To 50 Metric Tons King Power EQUiPrilf-FIt Operators Shove[, Excavator, Backhoes, $59.96 7A 3C 813 Tractors: 15 To 30 Metric Tons King PowerEqu[jr 1 melit Operators Shove[, Excavator, Backhoes: $61.10 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Eaujornent QL)PraLorL Shove[, Excavator, Backhoes: $61.72 7A 3C 8P Over 90 Metric Tons King Power' E%& enjO tors SIipform Pavers $60.49 7A C P j _rri __pgLg — I L L King Power Equipment Operators Spreader, Topsider Et $60.49 7A 3C 8P Screedman King Power,EgufpMent Operators Subgrader Trimmer $59.96 7A 3C 8P King EoyKeLEquiprnent $59.49 7A 3C 8P Tower Bucket Elevators King Power Equipment Operators Tower Crane Up To 175' In $61.10 7A 3C 8P Height Base To Boom httDs://fortress.wa.c3ov/1ni/wacelookUD/DrvWaaelookUD.aSDX 7/25/2018 Page 11 of IS King Power km A i r Tower Crane: over 175' $61.72 7A 3C SP through 250' in height, base to boom King Power Eqql)rnom. Operators Tower Cranes: over 250' in $62,33 7A 3C 8P height from base to boom King Power Equipment 011erators Transporters, All Track Or _$60.49 7A 3C 8P Truck Type King P2At_(..r Trenching Machines __$59.49 7A 3C 8P King R2wel EC LuiMll '1 n1L.0 rerators Truck Crane Oiler/driver- 100 $59.96 7A 3C 8P Tons And Over King Ppwie .clujj tors Truck Crane Oiler/driver _$59.49 7A 3C 8P Under 100 Tons King Power E �Lj) LaLs Truck Mount Portable $59.96 7A 3C 8P Conveyor King Power l_ Ljjam&*nt Olrr'rators Welder $60.49 7A 3C 8P King Powei Equipment Operators Wheel Tractors, Farman Type $56.90 7A 3C ............. 1P King Power �.qqiingnt_Qperatoi s Yo Yo Pay Dozer $59.96 7A 3C F_LP King rat.ors, Asphalt Plant Operators $60.49 7A 3C Underground Sewer R Water King PowerEguipment Operators- Assistant Engineer $56.90 7A 3C 8P Ulder.pround Sewer fx Water- King LaAeLEjc Lj iL)rn nL21LEZraL Barrier Machine (zipper) $59.96 7A 3C 8P q�t — Ft Water King ?2w�iLcqjpnnent Operators- Batch Plant Operator, 559.96[ LA 3C 8P jjnder.ground Sewer E Water Concrete ............ King Eqwtr F jA.. yj)LijqnL 0 jl eLktors-_ Bobcat $56.90, 7A 3C 8P rokjnd Sew er nyer Et Water�_g King Power EauiDrnent Operators- Brokk - Remote Demolition $56.90 7A 3C 8P .Underground Sewer Equipment King Power Eauloment Operators- Brooms $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $59,96 7A 3C 8P Underground Sewer U Water, King LowceL[gljipme .,12LoLs�, Cableways $60.49 7A 3C 8P Underpround Sewer fi: Water King Pgwver Equrl2menk Operators- Chipper $59.96 7A 3C8P Underground Sewer Et Water King LoAt 7A 3C 8P Underground Sewer & Water $56.90L E(LunpiEent.0p Tatars- Compressor�t King Power EcjqjL)mejt.Ojp ators- Concrete Pump: Truck Mount $60.49 7A 3C 8P Underground Sewer a Water With Boom Attachment Over ............ ......... 42 M King Power Equipment Operators- Concrete Finish Machine -laser $56.90 7A 3C 8P jjn.derqLouod,fSewer Fi Water Screed King RctwZ�i -.q L4tgrs.-. Concrete Pump - Mounted Or $59.49 7A 3C 8P Underground Sewer ft Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $59.961 ZA 3C 8P �U11 round Sewer It Water With Boom Attachment Up To 42m King Conveyors $59.49 7A 3C SP hffnr-//forfrPq,z XAM nnxlllnil%Af;;npinoLiinlnr%I%AlAriPlooleiin acne 7/7r/?nip Page 12 of 18 IPower Eguipment,Operators- Underground Sewer to Water King p7 wcr-Ecturyrrrrc ilmLmm4-{aci ator�, Cranes Friction: 200 tons and $62.33 7A 3C 8P Undorr=round Sevwer Et Water over King Power Ee uarnent_tleratr)rs- Cranes: 20 Tons Through 44 $59.96 7A 3C 8P Underground Sewer U Water Tons With Attachments King Power Equat)mr nt Operators- 'Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Underground SeWel ft Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power' Lrau jame:r7t fJtaer.toi=s Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P Unclergrounl Sewer fs Watewr, '250' of boom including jib .. _........... .... with attachments King P,)wer E'qui{ rnent t)ia rM1at,ear.5- Cranes: 300 tons and over or $62.33 7A 3C 8P UncNcregrtrt.ircl-Sewer&_Water 300' of boom including jib with attachments King Power Ecuitamtml Qper 7gars_ Cranes: 45 Tons Through 99 $60.49 7A 3C 8P llracicnround Sewa r-)s..W�a,ter Tons, Under 150' Of Boom (including Jib With Attachments) King !Power Equipment:Operators- Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Urlrlerayrotn~,d,_S_ewer tt Water Under King lPower Equipment Oper atoirs- Cranes: Friction cranes $61.72 7A 3C 8P Underground Sewer ft Water through 199 tons King Pov,,er Equip..en,,0raeraEors_- Cranes: Through 19 Tons With $59.49 7A 3C 8P Unde un rgrod Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $59.96 7A 3C 8P Underground Sewer Et Water King Power Ealuiprnent Operators- Deck Engineer/deck Winches $59.96 7A 3C BP Underground Sewer ft Wales (power) King Power EqurpntenL OQaer°ratters-- Derricks, On Building Work $60.49 7A 3C 8P Underground Sewer Et Water King Power-Equftan c!1t O1aerator5- Dozers D-9 Et Under $59.49 7A 3C 8P Underp,rouncl Sewer Et Waxer, — — — King Power Eggipmenl: 0De^r4ntors- Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P Underground Se';wer tt Water Or Crane Mount King Power Equipment_Operators: Drilling Machine $61.10 7A 3C 8P Underground Sewer It Water King Power Enuil7ment O�aerators- Elevator And Man-lift: $56.90 7A 3C 8P Underground Sewer & Water Permanent And Shaft Type King Pp)w a t.1gri amr nt Operators- Finishing Machine, Bidwell $59.96 7A 3C 8P Uraderg{"ound Sewer-Ei Water- And Gamaco Et Similar Equipment King Power Eduipntent Operators- Forklift: 3000 Lbs And Over $59.49 7A 3C 8P Underground Sewer ft Water With Attachments King Power_Equipment_Op rat_ears_ Forklifts: Under 3000 Lbs. $56.90 7A 3C 8P Underground Sewer Ee Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $59.96 7A 3C 8P Underground Sewer &Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $56.90 7A 3C 8P Underground Sewer Et Water httDS://fortress.wa.aov/Ini/waaelookuD/r)rvWacelookur).asox 7/25/2018 Page 13Of 18 King Power Guardrail Punch $59.96 7A 3C IP King incj� � �EaLQ!�j- Hard Tail End Dump $60.49 7A 3C 8P gnder�rQ�jnd Sewer 6: Water Articulating Off- Road King Power EgUi ent tors- Hard Tail End Dump $59.96 7A 3C 8P LInoerqround Sewer Et Water Articulating Off-road Equipment Under 45 Yards Underpround Sewer Et Water Locator King Power Egu �Lnderqround Sewer tt Water Operator Urcl�.�rgroujclSewer Et Water Tons And Under King R_q± -LI.cigipryient 0 erators- Loader, Overhead 8 Yards. Et 61.10 7A 3C 8P LL ,UnderproundSewer &,, Water Over King Pqmr Equipment Operators- Loader, Overhead, 6 Yards, $60.49 7A 3C 8P UDc2EgMUnd Sewer a Water But Not Including 8 Yards King Lower r( ��CLIgL -r,tqrL, Loaders, Overhead Under 6 $5996 7A 3C 8P IL IK_�2p !Ln(L('rPrQLJncI Sewer & Water Yards King PewerC j ment 0 -_.,rators- Loaders, Plant Feed $59.96 7A 3C 8P UrrdqTgr ClUnd Sewer Et Water King P2)n���_gp(�LiLoL�- Loaders: Elevating Type Belt $59.49 7A 3C 8P UndeLground Sewer Ft Water Undergr�LqLld Sewer It Water King Power Egui IpLPL�era LqLs- Material Transfer Device $59.96 7A 3C 8P 6: Water King Power EOLlipment Operators- Mechanics, All (teadmen - $61.10 7A 3C 8P �Lnclerg�ousid Sewer EL Water $0.50 Per Hour Over King Power EqUiPnnent Operators- Motor Patrol Graders $60.49 7A 3C P King Power -s- Mucking Machine, Mote, $60.49 7A 3C 8P Undorgmund Sewer a WatWr Tunnel Drill, Boring, Road Header And/or Shield LLndeAjrouncl Sewer Et Water Distribution Et Mulch Seeding Operator King EQ�_LT�jUi !ILOprr,t2f�s- Outside Hoists (elevators And $59.49 7A 3C Elp King PovverE ipment �rators- Overhead, Bridge Type Crane: $59.96 7A 3C 8P QrLderqAound Sewer a Water 20 Tons Through 44 Tons King Ilower Overhead, Bridge Type: 100 $61.10 7A 3C 8P Sewer ft Water Tons And Over King Power EgLfl �eLit P -_,,j Overhead, Bridge Type: 45 $60.49 7A 3C 8P tLijde�gLc �]d Sewer & WaLei� Tons Through 99 Tons .Underpround Sewer Ei Water htfnq-//6nrfre��-ova-oov/|ni/vvaop|ook/m/nrvVVanp|nnk/m ac;nx 7/7c;/7018 Page 14 of 18 Power Eguiprarer7t CJpa rotors Pile Driver (other Than Crane firt ervLound�,Sew er ft W�qLer Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Ui rdcrpround Sewer It Water King Posthole Digger, Mechanical _$56.90 7A 3C 8P Underqround Sewer & Water King Power IEouipmert Operators- Power Plant $56.90, 7A 3C 8P Uixlef_groundSewer Ct Water King Power Eguipinerti,Operators- Pumps - Water $56.90 7A X 8P Under round Sewer R Wager King PowerEguipment9p - Quad 9, Hd 41, D 10 And Over _$670.49 7A 3C 8P Underground Sewer & Water King Power E( ULiL0L)t[AtL)rs- ,Quick Tower - No Cab Under $56.90 7A 3C 8P jAal)re_ _ _ _ — — — j.LnLfL. r,Pround Sewer &Water 100 Feet In Height Based To Boom King Remote Control Operator On $60.49 7A qC 8P UndeLground W Sewer & ater Rubber Tired Earth Moving .................... Equipment King L,)(jweLf(Lujptnent QL&ratcLi,�- Rigger And Bellman $56.90 7A 3C 8P jLtId L�)d Se tilg,rgI ewer Cr Water King flower Equipment OperkLors, Rigger/Signal Person, BeUman $59.491 7A 3C SP Undc,E i ound Sewer a Water (Certified) King Power Equipment Operators- Rollagon $60.49 7A X 8P Underground Sewer a Water KingPower .F L Operators- Roller, Other Than Plant Mix $56.90 7A X 8P Underground Sewer ft Water King Roller, Plant Mix Or Multi-lift $59.49 7A X SP LJ;jdgjLPEouqd Sewer CL Water Materials .................. King L5!2L/%(qf ArcA� ,r 7A 3C 8P nent LSlqi x L_ egt - Roto-mitt Roto-grinder $59.96 j __.Qp_ — LtOLIcnruLLtiq�Sewer a Water King Power Equipment OQerators- Saws - Concrete $59.49 7A X 8P ,UhidgrgrpurLd Sewer Et Water King Power Equipment Operators Scraper, Self Propelled Under $59.96 7A X 8P Underground Sewer EL Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry $59.49 7A X 8P qqdpr,vround Sewer Fi Water All I King 2oweLL(jLjjpneijt �tratqi�2: Scrapers, Self-propelled: 45 $60.49 7A X 8P _�_ _L_ gL _ _ — — — Underground Sewer & Water Yards And Over King Power uipment.Ope Eq rators. Service Engineers - Equipment $59.49 7A 3C8P Underground Sewer ft Water King Power Egui2rnent iLqrn- Shotcrete/gunite Equipment $56.90 7A 3C 8P LJLI LJQCg,LpLil2_d_Sewer & Water King Power Equipment Q2LYAlors- Shovel , Excavator, Backhoe, $59.49 7A 3C 8P PnAcg�rground Sewer Et Water Tractors Under 15 Metric ,Tons. King Power Equipment CoeraLors- Shovel, Excavator, Backhoe: $60.49 7A 3C 8P .Underpround Sewer tj WLtctr Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Powc e mcnt OLaeraL rs M $61.10 7A 3C 8P Underground Seweu a Water httDS:Hfortress.waxov/l ni/waaelookUD/r)rvWaaelookUD.aSDX 7/25/2018 Page 15 of 18 Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons King Pawe tNr'at�7-oR3COU�era;ter� - Shovel, Excavator, Backhoes: $61.72 7A 3C 8P Underground Sewer Ft Water Over 90 Metric Tons King Power Equipment a orators- Slipform Pavers w $60.49 7A 3C 8P Underground Sewer t Water King Power.Equipt ntOraecatgrs- Spreader, Topsider Ft $60.49 7A 3C 8P PJnde_i fr Wat¢-rr Screedman King L�2wiarml„qutLrrnctrwt_Olrea4teyrsw lSubgrader Trimmer $59.96 7A 3C 8P Underrtrorund Sewer It Water L -King Power E2luyamc nn-O aor2afurs- Tower Bucket Elevators $59.49 7A 3C 8P UnderprolLnd Sewer 5, Water King Lr—Gwcr Egwgrnent-Oper_Pto s°_ Tower Crane Up To 175' In $61.10 7A 3C 8P (Jrrd.groound Sewer EiWater Height Base To Boom King Power EclanrentOpaei ate is Tower Crane: over 175' $61.72 7A 3C 8P Ur7tpo-qq rr rvc9 Sewer It Water through 250' in height, base to boom King Dower Equipment_Or orators- Tower Cranes: over 250' in $62.33 7A 3C 8P UnderPrgL nd Sewer Ere 'w4 4Ler- height from base to boom King Power' Lcluipment„Operal;2Lr c Transporters, All Track Or $60.49 7A 3C 8P Underground., gr nderound Sewer et Water Truck Type King Power Equtpl_rrerrt Opertcar:> Trenching Machines $59.49 7A 3C 8P Urrtiergi'crrin Sewer Ft Water King Power Equipment Opei atoms• Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P Underground Water Tons And Over — — — King Power Enuipment Operators- Truck Crane Oiler/driver $59.49 7A 3C 8P Underground Sewer ft Water Under 100 Tons King Power_Ea77tent Operators Truck Mount Portable $59.96 7A 3C 8P Un.clergicKind Sewer Ct Watr:Tr Conveyor King Power Eauipr font Uperatars- Welder $60.49 7A 3C 8P 61r le.rgmunl Sewer R Water King PowerjEgtrjp!xircIt Operators- Wheel Tractors, Farman Type $56.90 7A 3C 8P Underground Sewer ft Water King lower Equipment.Operators- Yo Yo Pay Dozer $59.96 7A 3C 8P Underground Sewer Et Water King Power Line_Clearance Tree Journey Level In Charge $50.02 5A 4A Trimmers — King T rim Power Line Clearance Tree Spray Person $47.43 5A 4A F—i r................................ ..._ .... ......_.............. . . mers King Power Line Clearance Tree Tree Equipment Operator $50.02 5A 4A Trimmers — King Power Line Clearance Tree Tree Trimmer $44.64 5A 4A Trimmers g —. Tree P $33.67 5A 4A Kin Power Line Clearance Trey Tree Trimmer Ground person Trimmers King Rgfritrerati'on It Air Journey Level $77.86 6Z 1G Ceand'aw"1112 Mech<traics King Residential Brick Mason Journey Level $55.82 5A 1M _. — — King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 httos-//fortress.wa.nnv/lni/wanPlnnkirn/nrvWanPlnnkiin agnx 7/)L;/?nlR Page 16 of 18 King Re!;idertCiaV drywall Journey Level $42.86 5D 4C King Journey Level Residendat Drywall TapL2L� 5P 1E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $41.05 7L 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble-Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.461 1 King Residential Plumbers EL Journey Level $34.69 1 King Residential, Refriverabon & Air Journey Level �7786 6Z IG Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $44.56 7F 1R Workers King Fi'oor...LqyeLs Journey Level $47.611 SA 3J King Level $46.58 5C 2R IHT-Prqter lion) - -- King Residential Stone Masons Journey Level --$55.82 5A 1M King Residential Terrazzo Workers Journey Level $51.36 5A im King ResidentialTerrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $20.001 1 King Roofers Journey Level $51.02 5A 3H King Roofers Using Irritable Bituminous $54.02 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $78.17 7F 1E King 5hip Lxiik Ln, & SMIL31epzur Boilermaker $43.31 7M 1H King SM212unjlldijqg Et'�Ship 13M ir Carpenter $41.06 7T 2B King Sh-lih LjkdLug-i-s Lip-ELelh1tt Electrician $42.071 T[ 4B King Shipbuilding & Ship Repair Heat Et Frost Insulator $67.93 5J 4H King jSri)buildjnil Et Ship REL,Lir Laborer $41.99 7T 4B King Ship building $42.00 7T 4B , &=Sh�r Machinist King ShiLibuildinfr Ft 5hj[ I eiyair, Operator $41.95 7T 413 King Shipbuilding Et Ship Repair Painter $42.00 7T 413 King Shipbuilding R Ship Repair Pipefitter $41.96 7T 413 King Sl L0 pb t i i I d i n v�& Sh L) Re.>dir Rigger $42.051 LT 413 King Shipbuilding It Ship Repair Sheet Metal $41.98 7T 413 King Shipbuilding t 'Ship Rep it Shipfitter $42.05 7T 4B King 51'!i,[)I:)iu i I'd in") F1'ship Repair Trucker $41.91 7T 4B King shi L)b.01ding a Shill Re Warehouse $41.94 7T 4B King Shipbuilding & Ship Repair Welder/Burner $42.05 7T 4B King Sian Makers & Installers Sign Installer $22.92 1 ICle-ctrlcaU -- King Sign Makers.ft Installers Sign Maker $21.36 1 tMec httDS:Hfortress.wa.aov/lni/waaelookuD/DrvWaaelookUD.aSDX 7/25/2018 Page 178f18 King S�pn Makers 8. tinmiatteis 0qon- Sign Installer $27.281 King S�ott Floor Lay� Journey Level 47 1 5A 3-1 L$47.61 King Solar Controls For Windows Journey Level $12.44 1 King �P-rin-L� Journey Level $75.64 5C ix King Stone Masons Journey Level $55.82 5A Im King Street And Parldng Lot Journey Level $19.09 1 King Swr—vcm-s Assistant Construction Site $59.49 7A 3C 8P Surveyor King Surveyors Construction Site Surveyor $60.49 7A X —UP King Telecommunication Journey Level $22.76 1 King j2cLtlhone Line Construction - Hole Digger/Ground Person $22.78 5A 2B Outside Outside Outside Outside Outside Operator (Heavy) Outside Operator (Light) Outside King 'Fetp jQne Line Construction - Television Groundperson $21.60 5A 2B rL King I�L�phone Lille Construction - Television $28.68 5A 2B Outside Li neperson/Installer King Conr1ruction - Television System Technician $34.10 5A 2B OLASide Outside Outside King TeteDhon- Line Construction - Tree Trimmer 1 $37.74 5A 2B Outside King Terrazzo Wor-kers Journey Level 5�13 6 5A im King Tile Setters Journey Level $51.36 5A im Finishers htfn-.//6nrfnpqqvva nnx/|nKxvanp|onk/m/nroVUnnp|onL / mAcnv 7/7�/7O1O Page 18 of 18 King Tuck 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) Kiang Truck Drivers Dump Truck $ 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 a irrip.Lion etrm r Irrigation Pump Installer $17.71 1 Installers King Wtrll 0rfliers It. 9rrisgtiorr Puna] Oiler $12.97 1 Installers King Well Dril(er;s tr krri at,ionr 4>urnl (Well Driller $18.00 1 Installers httDs://fortress.wa.aov/Ini/wacelookur)/orvWacielookuo.asnx 7/25/2018 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 ***:k#1W1:�:t%*kY:W#W#Y###t:k###:k;k###�:�#############MF:k:kt##rtWWWW#WWWWWW��#��✓;%#�###'_##�:�:#*#**##k*tx:k######i:###### 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. I. 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 atone 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 clay 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 Saurday, 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 tines 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. Alt hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two(2) hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid atone 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 tunes 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 3/3/2018 thru 8/30/2018 Overtime Codes Continued V. 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 rats 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 andthe firsttwelve(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 3/3/2018 thru 8/30/2018 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 rats 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. 0. 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 tunes 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 tunes 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 workto 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 3/3/2018 thru 8/30/2018 Overtime Codes Continued 3. 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 161h 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 Pot 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. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a 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. 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 Satuday may be worked at the straight time rate ofpay. 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 3/3/2018 thru 8/30/2018 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 workcd on Saturday,Srwdays and 1nolidays shall be paid at double the hourly rate of pay.Rates include all members of the assigned crew. EXCEPTION: On all maltipole 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 howl 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%)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. IIolidays: 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). 5 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 5, D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays:New Year's Day, Memorial Day, Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas (6). 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 fear'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). 6 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 6. H. Paid Holidays: New Year's Day,New Year's Eve Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day,The Day After Christmas,And A Floating Holiday(10). f. Paid Holidays:New Year's Day, Memorial Day,Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day (7). 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. Anyholiday 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.Ir.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. 7 Benefit Code Key— Effective 3/3/2018 thru 8/30/2018 Holiday Codes C ontinue(I T 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 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:Now 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. 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 Chrishnas 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. 8 Benefit Code Key— Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued T, Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Note Codes 8. 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 shalt 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. T, Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations, Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. 9 Benefit Code Key— Effective 3/3/2018 thru 8/30/2018 Note Codes Continued 8. 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. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums arc to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. 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 10 Fin 150'-$3.00 per foot for each foot over 101 feet. Over 151'to 220'-$4.00 per foot for each foot over 220 feet. Over 221'- $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels)where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600' -$1.50 per foot beginning at 300'. Over 600' -$2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. 10 w L. i ^ �� m n� ',��ql iud � °� � � dm I �„, „� .. ar u ...... � •. .� w �P� — � am w � �. NO w c°ml mr � .. I �,�• Im, au� m � ' au m� m ^^ ap � m m am "' mlu�m �✓ Iml m mr w w Im�,w:Ilr Im„ u: " mµ » mom °• �mwu ' � � � �. A � •ml m m nit m m rug u m m u^:. il : u iuuu„II- a� wr+�' KANT Agenda Item: Bids - 10B W. ni ", ". TO: City Council DATE: August 21, 2018 SUBJECT: 4Lh Avenue and Meeker Street Complete Streets Project - Award MOTION: Award the 41h Avenue and Meeker Street Complete Streets Project to R. W. Scott Construction Co. in the amount of $454,316.00 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The existing sidewalk, crosswalks and ramps at the intersection do not meet ADA requirements and need to be replaced. To meet ADA requirements, this complete streets project consists of removing and replacing existing cement concrete curb and gutter, curb ramps and sidewalks, and adding curb bulb outs, landscaping, and pedestrian push buttons. This project is being done in accordance with the Meet Me on Meeker Street design and construction standards. The bid opening for the 41h Ave. and Meeker St. Complete Streets Project was held on August 14, 2018 with four bids received. All were responsive. The lowest responsible and responsive bid was submitted by R. W. Scott Construction Co. in the amount of $454,316.00, Bid Tab Alternate L Summary 01. R. W. Scott Construction Co. $454,316.00 02. Axum General Construction, Inc. $480,467.36 03. Westwater Construction Company $490,310.00 04. NPM Construction Co. $536,392.00 Engineer's Estimate $366,526.00 EXHIBITS: 41h Avenue and Meeker Street Complete Streets bid tabulation RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: The City received a $250,000 Transportation Improvement Board complete streets grant for this project. The remaining $204,316 will be from B & O funds.